RE TENDER 1 COST OF FORM: RS. 500/-



Similar documents
Development of application Software for Election Commission

Tender for Comprehensive A.M.C. for Air-conditioning Systems at Sub Regional Office Employees' State Insurance Corporation, Bibvewadi, Pune.

TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI : ( upto 1500 hrs.)

SPECIAL CONDITION OF CONTRACTS

TENDER FOR AMC OF LAN NODES & SWITCHES

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER

How To Write A Contract In The European

(A K Chatterjee ) Sc. F & Head, BIS-DSBO

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

Section IX. Annex to the Particular Conditions - Contract Forms

Annual Maintenance Contract (AMC) of Computer/Printer/Server/Scanner/ Laptop/UPS etc. in the Ministry of Women and Child Development

Ref : CL/BM/AC-03 Date: 04 th March 2013

SCHOOL OF PLANNING AND ARCHITECTURE

Sub: Tender Enquiry for Sale of Condemned Items.

No. MMTC/MIN/IOS/05/2015 Date :

SHORT TERM TENDER NOTICE

NOTICE INVITING TENDER

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

How To Buy 1 Kg Of Maize African Tall

GENERAL CONDITIONS OF CONTRACT MINOR WORKS AND SERVICES

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON

No / / CICT / CCTV / AMC Date:

EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS

PUNJAB NATIONAL BANK GENERAL SERVICES ADMINISTRATION DIVISION: HEAD OFFICE 7, BHIKAIJI CAMA PLACE, NEW DELHI: PH: FAX:

TENDER FOR TRAVEL SERVICES

National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone:

Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT

Subject : Annual Contract for Pest Control, Rodent Control and Termite Control to the Commission for the year

Notice Inviting Quotation for HIRING OF VEHICLES

TENDER DOCUMENT FOR MAINTENANCE CONTRACT FOR COMPUTERS AND PRINTERS

MEMORANDUM OF AGREEMENT BETWEEN POWER FINANCE CORPORATION LIMITED AND

Service Level Agreement for providing Annual Maintenance Services for STPI.in Project

FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS

TRIPARTITE AGREEMENT BETWEEN STOCK BROKER, SUB - BROKER AND CLIENT

15 For clarification and other details Please contact: 1. Asst. Manager Please Note:

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

न द र य सम र म त स यय अन स ध न स यथ न

STATE BANK OF INDIA PREMISES AND ESTATES DEPARTMENT L H O BHOPAL

NOTICE INVINTING QUOTATION

Software Technology Parks of India

HIRING OF ACCOUNTANTS

How To Sell Cement In Jamshedpur

HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LIMITED RITZ ANNEXE, SHIMLA TEL.: (0177) FAX: (0177) TENDER NOTICE

Ref. REC/Adm. (Estate)/ / Dated

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y with BOB Zonal Stationery Cell, Baroda. Ph.

(Broadcasting Corporation of India) DOORDARSHAN COMMERCIAL SERVICE. No.PB/DCS/ / Dated: / /

Limited Tenders for the work of : Web Hosting Space for UGVCL s website.

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi TENDER NOTICE FOR INTERNET CONNECTIVITY

TENDER NOTICE. SFI Manufacturing Private Limited (Co. Reg. No R) invites tenders for the following:

भ रत य कप स नगम ल मट ड

Earnest Money. Tender Form Cost. Rs.3,00,000/- Rs.1000/- 18/02/2014 to 21/02/2014

PUBLIC SECTOR STANDARD CONDITIONS OF CONTRACT FOR CONSTRUCTION WORKS

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department

TENDER FOR FIVE COMMERCIAL VEHICLES MONTHLY HIRING BASIS FOR GEOSPATIAL DELHI LTD. (A Govt. of Delhi Company)

SOFTWARE TECHNOLOGY PARKS OF INDIA

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

ICWA/IT/AMC/872/21/2013 Dated: NOTICE INVITING TENDER

PRASAR BHARATI ( INDIA S PUBLIC SERVICE BROADCASTER ) NEWS SERVICES DIVISION : ALL INDIA RADIO NO. 17(10)/ /G/

Below is an overview of the Molex lease process as it applies to Molex Application Tooling equipment.

period Cost of tender documents : Rs. 5000/- (Five thousand only) - (Non refundable )

OFFICE OF THE PRINCIPAL COMMISSIONER OF CENTRAL EXCISE & SERVICE TAX COMMISSIONERATE, FARIDABAD-I CGO COMPLEX, D BLOCK, NH-IV- FARIDABAD

ADMINSTRATION OF DAMAN AND DIU(U.T.)

e-tender (ON-LINE) INVITATION NOTICE NO. 06 Of

100 mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) connectivity through optic fiber Leased Line at given location:

No. NEIGR/ENGG/ 7/2015/NC Dated 23 rd March, 2015

OFFICE OF THE COM M ISSIONER OF CENTRAL EXCISE & SERVICE TAX, जमश दप र /JAM SHEDPUR १४३, न द य ब र द व र, स कच, जमश दप र-८३१००१

SCHEDULE 14. Part 1 Performance Bond PERFORMANCE BOND NO.

Expedited Dispute Resolution Bond (P3 Form)

FOR FURNISHING & ELECTRICAL WORK OF UNION BANK OF INDIA, RAIGARH (CHHATTISGARH) PREPARED ON BEHALF OF UNION BANK OF INDIA

TENDER NOTICE NO. 04/

Certificate of Entitlement (COE) Bidding Agreement. VENDOR S NAME (Addresses and details of Head Office and Branch Office)

THE SUSTAINABLE ENERGY AUTHORITY OF IRELAND PURCHASE ORDER TERMS AND CONDITIONS OF PURCHASE

I) SCHEDULE TO TENDER

Sub: Modifications in the provisions of CPWD Works Manual 2007 regarding Two/Three envelope system, mobilization advance, specialized works, etc.

SECTION PERFORMANCE BOND., hereinafter called PRINCIPAL, and

SANITARY SECTION IIT Kharagpur

PURCHASE ORDER TERMS AND CONDITIONS

Tender for Converting existing canteen to Information Security Laboratory - Electrification works. : Valid license issued by KSEI or PWD Electrical

LOAN AGREEMENT FOR PACKING CREDIT/ POST SHIPMENT FINANCE IN FOREIGN CURRENCY (PCFC / PSCFC)

CSA CONSTRUCTION, INC McAllister Road Houston, Texas SUBCONTRACTOR AGREEMENT

Ref No: / /91/IT/Dir/ Date: 02/02/2012.

Standard conditions of purchase

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:

Following terms and conditions may be kept in view while submitting the bids :-

During the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows:

Tender Notice. Tender no. : NTSC (O)/EM/F&F/ Date: 8th June, 2015

Notice Inviting Tenders

Tender Notice No.: OIDC/07/DMN/BUS/Uniform/ /179 Dt LIMITED TENDER NOTICE

BID BOND CITY OF EAST POINT, GEORGIA

Tender document Estate Maintenance Department Web : Phone :

F.No.19011/01/2011-Admn. Government of India Ministry of Chemicals & Fertilizers Department of Pharmaceuticals (Admn.Section) TENDER NOTICE

Tender No. CWC/RO-CNI/H&T-MDU I & II (Adhoc) / / Date: Tender notice

A. Qualifying Criteria

AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1

SECTION-I. Mysore /Division / NOTICE INVITING TENDER

Transcription:

RE TENDER 1 COST OF FORM: RS. 500/- EMPLOYEES STATE INSURANCE HOSPITAL BASAIDARAPUR: RING ROAD : NEW DELHI-110015 ISO 9001-2008 CERTIFIED 600 BEDS HOSPITAL) S.NO. OF TENDER : Name of the party in whose favour the Tender form has been issued : (SEAL OF THE OFFICER)... SUB: - Annual Comprehensive Maintenance of 2x140 KVA, 2x160 KVA, 1x56 KVA, 2x125 KVA and 1010 KVA DG Set of installed at ESIC Model Hospital, Basaidarapur for one year. Dear Sir, 1 I/ we hereby submit the tender application for the above mentioned works viz. 2 I/We now enclosing Demand Draft/Bankers Cheque No. dated for Rs. 24000/- payable at NewDelhi drawn in favour of ESI Fund Account No. 1 towards Earnest Money Deposit.( TENDER NOT ACCOMPANIED WITH EMD ALONGWITH THE TECHNICAL BID SHALL BE SUMMARILY REJECTED.) 3 The tender document can also be downloaded from the hospital website www.esi.nic.in which should be accompanied by the requisite tender cost of Rs. 500/- in the form of Demand Draft/ Pay Order payable at New Delhi in favour of ESI Fund Account No. 1. 4 I/We hereby declare that I/we have perused and understood the tender document and accept all the terms & conditions, stipulated by the ESIC in connection with the tender for Annual Comprehensive Maintenance of 2x140 KVA, 2x160 KVA, 1x56 KVA, 2x125 KVA and 1010 KVA Set of installed at ESIC Model Hospital, Basaidarapur 5 I/we confirm that all cuttings and over-writings have been deleted & re-written afresh and initialled wherever required. 6 Each and every page of the tender document has been signed and seal/stamp of the firm/agency/company affixed. Yours faithfully, (signature of authorized signatory) With seal of the firm/company M/s

CHECKLIST FOR SUBMISSION OF TENDER Annual Comprehensive Maintenance of 2x140 KVA, 2x160 KVA, 1x56 KVA, 2x125 KVA and 1010 KVA DG Set of installed at ESIC Model Hospital, Basaidarapur for one year (TO BE FILLED BY THE TENDERER AND SUBMITTED ALONG WITH THE TECHNICAL BID) S.NO PARTICULAR YES/NO PAGE NO 1 Tenders Particulars duly filled up and signed by the Authorized signatory 2 Copies of required experience certificates. 3 a)service Tax Certificate b)esi/epf registration certificate(if applicable) c) Electrical contract license issued from Central/State Govt. 4 Copy of Certificate of registration of sole proprietorship/partnership/company 5 Copy of solvency certificate issued by the Bank 6 Statement of turnover/annual balance sheet for the last three years( 2012-13 & 2013-14, 2014-15) duly Certified by the Statutory Auditors. 7 DD/Pay order/bankers cheque of Rs. 500/- towards cost of tender form if downloaded from the website 8 Earnest Money Deposit/ DD/Pay Order/ Bankers cheque 9 Copy of Pan Card (NAME OF THE TENDERER) WITH SIGNATURE & SEAL

Annual Comprehensive Maintenance of 2x140 KVA, 2x160 KVA, 1x56 KVA, 2x125 KVA and 1010 KVA DG Set of installed at ESIC Model Hospital, Basaidarapur for one year. TENDERER PARTICULARS 1. Names, address of firm/agency/ Company and Telephone Numbers. 2. Registration No. 3. Name, Designation, Address and Telephone No. of authorized person. Affix dully Attested P.P.Size Recent Photograph Prospective bidder 4. Please specify as to whether Tenderer is sole proprietor/ Partnership firm/private or Limited Company. 5. Name, Address and Telephone No. of Directors/partners 6. Copy of PAN card issued by Income Tax Department and Copy of previous Financial Year s Income Tax Return. 7. VAT/Work contract Tax Registration No. 8. Details of Bid Security/Earnest Money deposit: (a) Amount: (b) Demand Draft/ Pay Order Banker Cheque No. (c) Date of issue: (d) Name of issuing Bank: 9. Any other information: 10. Declaration by the bidder: This is to certify that I/We before signing this tender have read and fully understood all the terms and Conditions contained herein and undertake myself/ourselves to abide by them. Signature of the Bidder (Name and Address of the Bidder) Telephone

I NSTRUCTIONS TO THE TENDERER 1. Sealed offers under two bid system in the prescribed Performa are invited from eligible tenders for providing Annual Repair and Maintenance services listed under scope of services in this bid document. 2. The amount of earnest money deposit (EMD) shall be Rs. 24000/- (Rupees Twenty four Thousand only) in the form of DD/Pay Order, drawn in favour of ESI Fund Account No. 1 Payable at New Delhi. 3. Tender form shall be complete in all respect. Incomplete tenders or tenders without EMD shall be treated as invalid. 4. Last date of submission of tender is 28-10-2015 up to 1.00 P.M. 5. Date and time of opening of tender is 28-10-2015 at 2.30 PM 6. Each and every page of the tender documents should bear the stamp and signature of the authorized representative. 7. The rates for each and every item shall be quoted in Figure and words. In case of any discrepancy in rates, the rates written in words shall prevail. 8. The envelope containing tender document shall be sealed and bear address of the tenderer. 9. The site for the work is available and can be seen on any working day during office hours by contacting Estate Branch, Room No. 74. 10. The competent authority of ESIC, reserves the right to accept or reject any tender or all tenders without assigning any reason. 11. Conditional tender are liable to be rejected. 12. The tender for the work shall remain open for acceptance for a period of sixty days (60) from the date of opening of tender. 13. These instructions shall form a part of the contract document. 14. The EMD of unsuccessful tenderer shall be refunded within one month after the award of work to the successful tenderer. 15. Rates quoted shall be firm and fixed and are inclusive of cost of manpower, material, Machinery, tools and plant etc., No escalation of whatsoever nature shall be payable except variation in dues warranted under statute except minimum wages act of NCT Delhi. 16. Eligibility criteria : A Tenders should have satisfactorily completed the following work in the last five year ending on 31/03/15. A One each similar work of value not less than rupees 9,29,800/. (Equals to the 80% value of work to be executed) Or Two each similar work of value not less than rupees 697300/-. (Equals to 60% of the value of work to be executed) Or Three each similar works of value not less that Rs. 464900/-. (Equals to the 40% value of work to be executed) B The Tenderer must have a minimum experience of three year out of the last five year ending 2014-15 of doing similar type of maintenance work. The tenderer must submit copies of satisfactory performance certificate from the client /employer in report of experience and value of work, failing which the tender is liable to be treated as invalid. C Average annual financial turnover during the last 3 financial years should be at least 25 lakh. D Following documents to be attached with the Technical bid:

1 ) Electrical contract license issued from Central/State Govt 2) Service Tax Certificate. 3) Pan No. 4) Copies of ESI/EPF registration certificate. 5) Copy of Solvency Certificate issued by the Bank. 6) Certificate of Registration for sole proprietorship / partnership / company. 17. Submission of bids : proposals should be submitted in two separate envelopes namely, Technical Bid and Financial Bid. The technical and financial bids duly sealed in separate envelopes must be kept inside a single third envelope and clearly superscribed as Annual Comprehensive Maintenance of 2x140 KVA, 2x160 KVA, 1x56 KVA, 2x125 KVA and 1010 KVA DG Set of installed at ESIC Model Hospital, Basaidarapur. The envelope should be clearly marked as Technical Bid (Envelope-I) and Financial Bid (Envelope-II). The third envelope shall also contain the EMD. 18. Evaluation of Technical Bids : Bids received and found valid will be evaluated by the ESIC to ascertain the best-evaluated bid for the complete work/services under the specifications and documents. The tenderer should take care to submit all the information sought by the ESIC in Prescribed formats. a. Firm s relevant experience and strength Profile of agency, registration details, experience of similar works, annual turnover, total manpower employed. b. Qualification/Related experience. 19. Financial Bid: The financial bid of the tenderers, whose technical bid is found to be suitable, will be opened in the presence of the tenderers, who choose to attend the opening of financial bid. Minimum two-day notice will be give to tenderer for this purpose. 20. Award of work : (i) The selection of the agency will be at the sole discretion of the ESIC who reserves its right to accept or reject any or all the proposals without assigning any reason. (ii) The contract for the Annual comprehensive Maintenance shall be awarded to the best (iii) qualified responsive tenderer. Upon evaluation of offers the notification on award of contract will be intimated to the successful tenderer. iv) Interested parties can drop their tender documents complete in all respects on 28-10-2015 from 10.00 AM to 1.00 PM in the tender Box kept in room No. 76. 21. Delay/Late tenders for whatever the reason will summarily be rejected. 22. Bid shall be rejected if it is determined that the bidder has, directly or through an agency engaged in corrupt, fraudulent, coercive or collusive practice in competing for the contract in question. 23. The contractor shall comply with all the applicable Central/State statutes and shall be fully responsible for the same. 24. Contractor should have their workshop in Delhi NCR for repair / overhauling upto 1000 KVA DG set. 25. Service Tax shall be paid as applicable.

Tender for Annual Comprehensive Maintenance of 2x140 KVA, 2x160 KVA, 1x56 KVA, 2x125 KVA and 1010 KVA DG Set of installed at ESIC Model Hospital, Basaidarapur for one year. EXPERIENCE OF COMPANY (Experience of relevant and similar work of construction, pipe laying/annual Repair and Maintenance completed during last three years preceding March, 2015 and ongoing works) Use separate sheet for each work. Project title & Location. Name of the Client and Address. Describe area of Participation (Specific Work done/services rendered by the applicant). Period of work Done/Services rendered for the project. Total cost of work/amc cost Date of start of the work and the present status Any other details NOTE : Supporting documents like certificates from the client in support of each of the above projects to be furnished. Dated (NAME OF THE TENDERER) WITH SIGNATURE & SEAL

GENERAL CONDITIONS OF CONTRACT Definitions and Interpretation 1. Definitions. a) In the Contract (as hereinafter defined) the following words and expressions shall have the meanings hereby assigned to them except where the context otherwise requires. i) Employer means the ESIC and the legal successors in title to ESIC. ii) Engineer means the person appointed by ESIC to act as Engineer for the purposes of the Contract. iii) Contractor means an individual or firms (proprietary or partnership) whether incorporated or not, that has entered into contract (with the employer) and shall include his/its heirs, legal representatives, successors and assigns. Changes in the constitution of the firm, if any shall be immediately notified to the employer, in writing and approval obtained for continued performance of the contract. b) (i) Contract means these conditions, the Specification, the Bill of Quantities, the Tender, the Letter of acceptance, the Contract Agreement (if completed) and such further documents as may be expressly incorporation in the letter of Acceptance or Contract /Agreement ( if completed). (ii) Specification means the specification of the Works included in the Contract and any modification thereof. (iii) Drawings means all the completion drawings, calculations and technical information of a like nature provided by the Engineer to be Contractor under the Contract and all drawings, calculations, samples, patterns, models, Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer. (iv) Bill of Quantities means the priced and completed bill of quantities forming part of the tender. (v) Tender means the Contractor s priced offer to the Employer for the execution and completion of the works and the remedying of any defects therein in accordance with the provisions of the Contract, as accepted by the Letter of Acceptance. The word Tender is synonymous with Bid and the words Tender Documents with Bidding Documents. (vi) (vii) Letter of Acceptance means the formal acceptance of the tender by ESIC. Contract Agreement means the contract agreement (if any) referred to in Sub Clause (viii) Appendix to Tender means the appendix comprised in the form of Tender annexed to these Conditions. c) (i) Commencement Date means the date upon which the Contractor receives the notice to commence the works. (ii) Time for completion means the time period for which the contract for Annual Comprehensive Maintenance has been awarded by the employer to the contractor. d) Taking over Certificate means a certificate issued by employer evidencing successful e)(i) completion of the awarded work. Contract Price means the sum stated in the Letter of Acceptance as payable to the Contractor for the execution and completion of the Works and the remedying of any

defects therein in accordance with the provisions of the Contract. ii) Retention Money means the aggregate of all monies retained by the Employer. f) i) Works means the Permanent Works and the Temporary Works or either of them to be executed in accordance with the contract. Iii) Cost means all expenditure properly incurred or to be incurred, whether on or off the site, including over head and other charges but does not include any allowance for profit. 2. ENGINEER Engineers Duties and Authority a) The Engineer shall carry out the duties specified in the Contract. 3. Custody and Supply of Drawings and Documents The Drawings shall remain in the sole custody of the employer/engineer, but copies as required thereof as per availability in the record shall be provided to the Contractor free solely for the purpose of this contract. 4. Sufficiency of Tender The Contractor shall be deemed to have based his Tender on the data made available by the employer and on his own inspection and examination of this site conditions. 5. Contractor s Employees The Contractor shall provide on the site qualified and experienced technical staff in connection with the Repair and Maintenance of the Works and the remedying of any defects therein. The minimum staff shall be as per description of work mentioned in BOQ and format-iii. 6. Engineer at Liberty to object. The Engineer shall be at liberty to object to and require the contractor to remove forthwith from the Works any person provided by the contractor who, in the opinion of the Engineer, misconducts himself, or is in incompetent or negligent in the proper performance of his duties, or whose presence on Site is otherwise considered by the Engineer to be undesirable, and such person shall not be again allowed upon the Works without the consent of the Engineer. Any person so removed from the works shall be replaced as soon as possible by a qualified person approved by the Engineers. 7. Safety, Security and Protection for the Environment The Contractor shall, throughout the execution and completion of the Works and the remedying of any defects therein: I) Have full regard for the safety of all persons entitled to be upon the Site and keep the Site ( so far as the same is under his control) and the Works ( so far as the same are not completed or occupied by the Employer) in an orderly state appropriate to the avoidance of danger to such persons, and ii) Provide and maintain at his own cost all lights, guards, fencing, warning signs and watching, when and where necessary or required, by the Engineer or by any duly constituted authority for the protection of the Works or for the safety and convenience of the public or others, and iii) Take all reasonable steps to protect the environment on and off the Site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods or Repair.

(a) Insurance of work by the Contractor for his liability: I) During the Repair and Maintenance period for loss or damage to property and life arising from a cause for which contractor is responsible. ii) For loss or damage occasioned by the Contractor in the course of any Repairs carried out by him for the purpose of complying with his obligations. It shall be responsibility of contractor to notify the Insurance Company of any change in the nature and extent of the works and to ensure the adequacy of the Insurance cover at all times during the period of contract. 8. Damage to Persons and Property The Contractor shall, except if and so far as the Contract provides otherwise, indemnify the Employer against all losses and claims in respect of: a) death of or injury to any person, or b) loss or damage to any property (other than the Works): Which may arise out of or in consequence of the Repair and Maintenance of the Works and the remedying of any defects therein, and against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect thereof. 9. Accident or injury to Workmen The Employer shall not be liable for or in respect of any damages or compensation payable to any workman for death or injury resulting from any act or default of the contractor. The Contractor shall indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto. 10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff employed by him fully. The contractor shall provide evidence to the Engineer/Employer as soon as practicable after the respective insurance have been taken out but in any case prior to the start of work at the Site that insurance required under the Contract have been effected. 11. Compliance with Statutes, Regulations The Contractor shall conform in all respects, including by the giving of all notices and the paying of all fees, with the provision of: a). Any national or State Statute, ordinance, or other law, or any regulation, or bye-law of any local or other duly constituted authority in relation to the execution and completion of the works and the remedying of any defects therein, and b) The rules and regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the works, and the Contractor shall keep the Employer indemnified against all penalties and liability of every kind for breach of any such provision. c) Any changes required for approval due to revision of the local laws. 12. Time for completion :-The Repair and Maintenance work shall be for a period of One year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement and shall stands terminated after the expiry of One Year. 13. Extension of Time for Completion. The Annual comprehensive maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period may be up to one year. However, employer reserve it s right to terminate the 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 its representative.

14. Defect identification and its rectifications. Agency shall immediately attend the defects and complaints noticed at site. The agency shall provide and develop a system for regular Repair and Maintenance of all the services which includes defect identification and its immediate rectification so, that services are not affected. It shall be the sole responsibility of the Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract. Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works. The contractor shall rectify at his own expenses any defect in the work carried out by him during this period. On failure of the contractor to do so, the same shall be completed by the employer at risk and cost of the contractor. 15. Liquidated damages for delay. If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency, the employer can impose liquidated damages on the contractor as detailed in the particular conditions. 16. Contractor s Failure to carry out Instruction. In case of default on the part of the Contractor in carrying out defect rectification works, the Employer/Engineer and IMO In charge shall be entitled to employ and pay other persons to carryout the same and if such work, in the opinion of the Engineer, the Contractor was liable to do at this own cost under the Contract, then all costs including penalty for delay in attending to the complaint consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer, and may be deducted by the Employer from any monies due or to become due to the Contractor. CERTIFICATES AND PAYMENTS 17. Monthly Statements The contractor shall submit a bill in 3 copies to the Engineer by 7th day of each month for the work executed up-to the end of previous month in tabulated form approved by the Engineer, showing the amounts to which the Contractor Considers himself to be entitled. The bill must be supported with the documents as per standard form.( Part A as per Standard Form) 18. Deduction of Income Tax The amount to be deducted towards the advance income tax shall be at the rate applicable. 19. Monthly Payments After submission of monthly bill complete in all respects by the contractor, Engineer shall check the bill with the help of contractor and certify for payment within 15 days. 20. Performance Guarantee Within two weeks of award of work, the Contractor shall submit a Performance Security for proper performance of the contract in the format II. The performance guarantee shall be valid for the duration of the contact period plus 60 days. The performance security can be encased by the Employer to recover any amount which is payable by the contractor to the Employer on any account for a cause arising out of the contract (as per direction of Engineer-in-charge / GFR rules). 21 Default of Contractor 21.1 If the performance of the contract and is not satisfactory and not corrected within 15 days of receiving notice, then employer shall be at liberty to terminate the contract and get the work executed through other means at the risk and cost of the Contractor. 21.2 Payment on Termination

In the event of termination of the contract, employer shall be at liberty to get balance work done at the risk and cost of the contractor and due payment of the contractor, if any, shall be released after the completion of whole of the works. 22 Amicable Settlement of Dispute The party shall use their best efforts amicably all disputes arising out of or in connection this contract or the interpretation thereof. 23. Arbitration Any dispute and differences relating to the meaning of the specifications, designs, drawings and instructions herein before mentioned and as to the quality of workmanship of materials used in the work or as to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications, estimates, instructions or these conditions or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof in respect of which:- Amicable settlement has not been reached. Shall be referred to the Sole Arbitration of the Chief Engineer, ESIC who shall proceed as per the Arbitration Act, 1996. 23.1. The work under the contract shall continue, during the Arbitration proceedings. 23.2. The award of the Arbitrator shall be final, conclusive and binding on both the parties.

Tender for Annual Comprehensive Maintenance of 2x140KVA, 2x160 KVA, 1x56 KVA, 2x125 KVA and 1010 KVA DG Set of installed at ESIC Model Hospital, Basaidarapur for one year. Financial Bid ABSTRACT OF COST A. Supply and Services of Workers S.No. Description of Items Quantity Rate Unit Amount (Rs.) 1. Annual compressive maintainance of the following capacity DG set each including confectioning / associated installation /equipment such as AMF panel, LT panel, control and relay panel,, B-Check twice in a year, self statrted AVR, Hoseset/ Belt, colleent, battery charger and as power the terms and conditionan attached. 140KVA DG Set kirlosker 2 No for 12 Each for 1 make Months Month 160 KVA DG Set kirlosker 2 No for 12 Each for 1 make Months Month 56 KVA DG Set kirlosker 1 NO for 12 Each for 1 make Months Month 125 KVA DG Set 2 No For 12 Each for 1 Cummines Engine make Months Month 1010 KVA DG Set 1 NO for 12 Each for 1 Cummines Engine make Months Month TOTAL (NAME OF THE TENDERER) WITH SIGNATURE & SEAL

ADDITIONAL CONDITIONS 1. The work shall be carried out as per CPWD General Specifications for Electrical work Part-I (Internal E.I.) 2005, Part-II (Ext. EI) 1994 & DG Set Part-VII, 2006 as amended up to date. 2. The contractor shall also be required to give two visits of Mechanical/Electrical/Computer Engineer per month to carry out the preventive maintenance checking and service of Generating sets and allied equipments at site. The contractor shall get challan signed from the In-charge in token of attending the complaints/servicing as and when required by the department. 3. Besides the regular visits, the firm shall also attend the complaints/breakdowns within 24 hours otherwise deduction will be made @ Rs. 1000/- per day from the bill. 4. The contractor has to carry out A & B, check as per manufacturer s recommendation and replacement of the parts (as and when required) with in the scope of work. The following spare will be included in the scope of work during the B check twice a year against item No 1. of Financial Bid, Labour quantum is inclusive of these spares in the scope of work against item no. Supply & Replacement of All Filters & Complete Servicing Of DG Sets As Below -B Check: *Element Lub Oil Filter (P/NKIT3238204)(12 Nos.) *Fuel Filter Kit (P/N KIT3238493)(08 Nos.) *Super By Pass Filter Kit (P/NKIT3879488)(08 Nos) *O Ring Seal (PN3010937)(06 Nos) *Spinon Oil Filter(P/N06.436.01.0.00)(04 Nos) *Fuel Filter Kit (P/N48.999.20.0.00)(02 Nos) *Oil Filter(P/N06.040.01.0.00)(04 Nos) *Inhibitor Corrosion (P/N3167218)(10 liters) *Petronas Urania CH4 20 Liter Pack (P/N P 3117)(18 Packs) *Petronas Urania CH4 210 Liter Pack (P/N P 3110)(02 Packs) *Elements Air Cleaner (P/N 4020551)(02 Nos) *Elements Air Cleaner (P/N 4020552)(02 Nos) *Air Filter (P/N F6.729.08.0.00)(01 No) *Air Filter (P/N F6.729.09.0.00)(01 No) *Element Air Cleaner (02 Nos) P/N4055583) *Element Air Cleaner (02 Nos) P/N4055584) *Cap Filler P/N 107981(01 No) *Hose Flexible (P/N AK 16020SS)(1 No) *Thermostat 135675 (4 No) *Gasket rocker lever (P/N 3629140)(12 No) *Gasket Thermostat Housing (P/N206443)(02 Nos) *House Hump P/N 3030768 (1 Nos) *Clamp t bolt P/N3627206 (2 Nos) *Indicator P/N 3872812(2 Nos) *Hose Elbow P/N3030778(2 Nos) *Clamp t bolt P/N140313(02 Nos) *Hose Plane P/N3630125(02 Nos) *Clamp t bolt P/N3633974(04 Nos) *Hose Flexible AK10030(05 Nos)

*Hose Flexible P/N AK16030 MS(1 Nos) *Belt V P/N178577(03 Nos) *Separator Fuel Water P/N3873233(1Nos) *Rubber Block P/N4021131(Nos12) *Valve Shut off P/N3017993(1Nos) *Door Assembly P/N03195010(1 Nos) *Thermostat P/N135675(2 Nos) *Seal Thermostat P/N186780(2 Nos) *Gasket Thermostat P/N70441(02 Nos) *Valve Solenoid P/N3239599(02 Nos) *Seal Ring P/N154087(08 Nos) *Hose Plane P/N67185(4 Nos) *Hose Plane P/N63495(04 Nos) *Hose Plane P/N505062(2 Nos) * Clamp P/N43828 D(16 Nos) *Clamp Hose P/N43828B(8 Nos) *Hose Clamp P/N43828A(4 Nos) *Hose Flexible P/NAK5033(2 Nos) *Hose Flexible P/NAK6045SS(2 Nos) *Hose Flexible P/NAK6065ST(2 Nos) *Hose Flexible P/NAK6054ST(2 Nos) *Hose Flexible P/NAK16013 6 MC(2 Nos) *Belt v P/N134809(4 Nos) * Belt v P/N 178570(2 Nos) *Belt v P/N 178567(2 Nos) *Separator fuel water P/N3231787(2 Nos) *AVR P/N AX1006887(1 Nos) *AVR P/N AX1001054(1Nos) *De-scaling of Radiator. 5. The firm should have a telephone and mobile phone facility so that complaint can be lodged and attended immediately. 6. The contractor shall arrange all T & P required for the above work from his own sources and nothing extra shall be paid on this account. 7. The quoted rates shall be inclusive of VAT. But exclusive of Service Tax as and when will be paid as per Govt. norm. 8. Material such as fuel, will be provided by the department free of cost. 9. AMC Charges is inclusive of AMF Panel of DG Sets. 10. The contractor shall depute experienced and qualified staff for maintenance. 11. The complaint book to be arrange by contractor and same should be got verified by Engineer-in-Charge. 12. If the repair / replacement arises out of negligence of the contractor or his staff. The same shall be carried out by the contractor at his own cost. Scope of work maintenance. A) Mechanical: - 1. Checking the engine for its smooth running, unusual noise/sound. 2. Checking of leakage of fuel, lube oil and coolant. 3. Checking and adjusting Fan belts and Water pump belt tensions.

4. Cleaning of Air filters of engine and air-washer to increase their life as well as proper inflow of air. Also changing them if required. 5. Carrying out Valve Tappet setting as and when required. 6. End play checking of Crankshaft, Accessory Drive and Turbo Charges whenever required. 7. Carry out periodical maintenance check A/B. 8. Checking of proper functioning of various instruments on instrument panel. 9. Diagnosis of various faults and its rectification. B) Electrical: - 1. Checking and fault finding in the Electrical System associated with the Engine. 2. General maintenance of Alternator. 3. Maintenance of instrument, relays and contactor fitted in Gen. set control Panel. 4. Checking of wiring system for its loose and dry connections. 5. Checking diodes whenever required on Alternator. 6. Checking of mounting bolts. 7. Diagnosis of various faults and its rectification at site. 8. Insulation testing of Alternators, once in six months. 9. Cleaning battery terminals for sulphation and checking its state i/c filling the distilled water in the battery as & when reqd. C) Maintenance: - The requirement of parts, consumables or any other item which is not in the scope of work required for maintenance of DG set will be supplied by the department free of cost for which intimation of parts & consumable may be furnish by the contractor in advance so that timely procurement may be done. D) Scope of work excluded: - 1. Top Major overhauling and replacement of Head Gasket. 2. Supply of any kind of consumables i.e. Diesel/Coolant etc. 3. Repairs of sub-assemblies i.e. Cyl. Heads, Turbo, Self starter & Repairs of PT Pump & Injectors. 4. Re-winding and bearing replacement of Alternator.

FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND FORMAT - II In consideration of the ESIC having agreed under the term and conditions of the Agreement No. dated made between ESIC and Second Party (hereinafter the said Construction Agency for the work hereinafter called the said agreement ) to production of irrevocable bank guarantee for Rs. (Rupees ) as a security/guarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement, We (hereinafter referred as to the Bank hereby) (Indicate the name of the bank)undertake to pay to the ESIC an amount not exceeding Rs. (Rupees only) on demand by the ESIC. 2. We do hereby undertake to pay the amounts due and payable under this Guarantee without any demure, merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ( Rupees only). 3. We, the said bank further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any court or Tribunal relating thereto, a liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment. 4. We further agree that the guarantee herein. contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this guarantee. 5. We (indicate the name of Bank) further agree with the ESIC that. The ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to very any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved form our liability by reason of any such variation, or extension being granted to the said contractor or for any forbearance, act of omission on the part of the ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor. 7. We lastly undertake not to revoke this guarantee except with the previous consent of the ESIC in writing. 8. This guarantee shall be valid upto. Unless extended on demand by ESIC. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. (Rupees only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged. Date the Day of For ( indicate the name of bank) Signature of Contractor

CONTRACT AGREEMENT This CONTRACT (hereinafter called the Contract ) is made the... day of the month of... 2013 between Employees State Insurance Corporation, Director (Medical) Delhi on the one hand (hereinafter called the Employer) and on the other hand... (hereinafter called the Contractor) Whereas a. The Client has accepted the offer of the Contractor to provide certain services for the maintenance of......... b. The Contractor, having represented to the client that they have the required professional skills, personnel and technical resources, have agreed to provide the services on the terms and conditions set forth in this Contract Agreement. Now therefore the parties hereto hereby agree as follows: c. The following documents attached hereto shall be deemed to form an integral part of this Contract: S.No. Heading Page No. 1 Notice Inviting Tender & Instructions to Tenderers. 2 General Conditions of Contract 3 Technical Bid 4 Additional conditions 5 Financial Bi 2.0`` The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the Contract, in particular: a. The Consultants shall carry out the services in accordance with the provisions of the contract; and b. The Client shall make payments to the Consultants in accordance with the provisions of the contract. 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 [CLIENT] Medical Superintendent ESI Hospital Basaidarapur Ring Road, New Delhi-110015 FOR AND ON BEHALF OF [CONTRACTOR]... Signature of Contractor