TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact...
Transcript of TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact...
Page 1 of 103
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 Fax: 033-23351956.
Web Site: www.esic.nic.in
TENDER DOCUMENT
NIT NO: C/AG-12/22/Lift/2019-Const/DGP
NAME OF WORK: - SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE
NO. 20 PASSENGER-CUM-BED LIFT AT ESI HOSPITAL
DURGAPUR, WEST BENGAL
Page 2 of 103
INDEX
Sl. No. Contents Page
(A) Part – I Technical Bid
1. Instructions for Online Bid
Submission 03 - 07
2. INDICATIVE CRITICAL DATE SHEET 08
3. Notice Inviting e-Tender 09
4. Eligibility / Evaluation criterion 10
5. Information & Instructions to
Bidders
11 - 14
6. Integrity Pact 15 - 23
7. Letter of Transmittal &Tender 24 - 26
8. Proforma of Schedule 27 - 29
9. Form of Performance Guarantee 30 - 31
10. Contract Agreement 32 - 35
11. General Conditions of Contract 36 - 65
Scope of work 66 - 73
12. Technical Terms and Conditions 74 - 91
13. Technical Parameter
92 - 95
14. Special Terms and condition 96
15 Make list 97
16 Measurement Book 98
17 Part II : Price Bid (BOQ) 99 - 100
18 Technical Bid Performa 101 - 102
Page 3 of 103
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.
Page 4 of 103
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the CPP Portal,
to facilitate bidders to search active tenders by
several parameters. These parameters could include
Tender ID, organization Name, Location, Date, Value,
etc. There is also an option of advanced search for
tenders, wherein the bidders may combine a number of
search parameters such as Organization Name, Form of
Contract, Location, Date, Other keywords etc. to search
for a tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are
interested in, they may download the required documents/
tender schedules. These tenders can be moved to the
respective ‘My Tenders’ folder. This would enable the
CPP Portal to intimate the 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.
Page 5 of 103
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.
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
Page 6 of 103
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.
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
Page 7 of 103
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 8 of 103
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)
24.06.2020
2 Documents download/sell start date 24.06.2020 1:00 P.M.
3 Documents download/sell end date 15.07.2020 1:00 P.M.
4 Bid submission start date 24.06.2020 1:00 P.M.
5 Bid Submission closing 15.07.2020 1:00 P.M.
6 Technical Bid opening date 16.07.2020 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. 48,000.00
Page 9 of 103
EMPLOYEES’ STATE INSURANCE CORPORATION
Plot No. 6, GB Block, Salt Lake, Sector – 3,
Kolkata-700097
NOTICE INVITING e – TENDER
The AC & RD, 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 SUPPLY
INSTALLATION TESTING COMMISSIONING OF ONE NO. 20 PASSENGER-CUM-BED
LIFT AT ESI HOSPITAL DURGAPUR, WEST BENGAL as detailed below:
S.No. Particulars Details
1. Name of work
SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE
NO. 20 PASSENGER-CUM-BED LIFT AT ESI HOSPITAL
DURGAPUR, WEST BENGAL
2. Estimated Cost Rs.24,00,000.00/-
3.
Earnest
money
Deposit
Rs.48,000.00/-
4. Period of Work 06 Months/ 180 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 10 of 103
Eligibility evaluation criterion
1. Eligibility Criteria
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 OR two similar
completed works each costing not less than 60% of the
estimated cost of the work OR one similar completed works
each costing not less than 80% of the estimated cost of
the work executed within last three years.
(Their completion certificate along with cost of the work,
period and nature of work, performance duly signed by AC & RD
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 Relevant Work or credential 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) Electrical / Lift License of appropriate class.
(viii) Annual Turnover (which should be based on CVC norms).
(ix) Audited Income and Expenditure Statement of the bidder.
(x) All the Tender Documents from Page no. 01 to 103 with Signature &
Stamp of party on each page
Page 11 of 103
Information and Instructions to Bidders :
1. The percentage rate and items rate offers from intending and
eligible Agencies / contractors are invited for ……………………. Name of
Work SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE NO. 20
PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR, WEST BENGAL. 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. Any of the following mode may be adopted for submission of EMD by
the intended bidders: -
• The Earnest Money Deposit (EMD) for Rs.48,000.00 (Forty Eight
thousand rupees only) should be paid in the form ESIC Challan
generated online https://www.esic.nic.in and to be
deposited at any scheduled bank in favor of “ESIC FUND
A/C 1”.
• Earnest Money in the form of Demand Draft drawn in
favour of “ESIC Fund A/c No. 1” shall be scanned and
uploaded to the E-tendering website within the period
of bid submission.
The physical EMD shall be deposited at ESIC, R.O. Salt
Lake, Kolkata by such 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 evaluation criteria and other pre -
requirements before submitting the bids.
Page 12 of 103
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:
(i) The bidder is found ineligible vis – a – vis eligibility criteria.
(ii) EMD of requisite amount and in the prescribed manner is not deposited by the bidder.
(iii) The bidder does not upload all the documents as required under the bid.
(iv) 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.
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 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.
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 2.5 % 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
Page 13 of 103
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
50% of the said earnest money as aforesaid. Further the bidders
shall not be allowed to participate in the re-tendering process of
the work.
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: (i) If the bidder is an individual, the application shall be signed
by him above his full type written name and current address.
(ii) 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.
(iii) 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
Page 14 of 103
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 15 of 103
Annexure - I
Integrity Pact
To
……………………………..
……………………………..
……………………………..
……………………………..
Sub: NIT No. : C/AG-12/22/Lift/2019-Const/DGP
Name of the work: -SUPPLY INSTALLATION TESTING COMMISSIONING
OF ONE NO. 20 PASSENGER-CUM-BED LIFT AT ESI HOSPITAL
DURGAPUR, WEST BENGAL
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 of 103
Annexure - II
Integrity Pact
To
AC & RD
ESIC REGIONAL OFFICE
West Bengal & Sikkim
Region.
Sub: Submission of Tender for the work - SUPPLY
INSTALLATION TESTING COMMISSIONING OF ONE NO. 20
PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR,
WEST BENGAL
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 of 103
To be signed by the bidder and same signatory AC & RD /
authorized to sign the relevant contract on behalf of ESIC.
INTEGRITY AGREEMENT
This Integrity Agreement is made at
................................................... on
this............... ..day of ... 20...BETWEEN AC & RD, 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
C/AG-12/22/Lift/2019-Const/DGP) (hereinafter referred to as
“Tender/Bid”) and intends to award, under laid down
organizational procedure, contract work – SUPPLY INSTALLATION
TESTING COMMISSIONING OF ONE NO. 20 PASSENGER-CUM-BED LIFT AT
ESI HOSPITAL DURGAPUR, WEST BENGAL 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 of 103
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
Page 19 of 103
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.
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.
Page 20 of 103
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 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.
Page 21 of 103
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 22 of 103
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 (15 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 AC & RD, ESIC.
Article 7- Other Provisions
1) This Pact is subject to Indian Law, place of performance
and Jurisdiction is the AC & RD 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 23 of 103
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
AC & RD)
(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 24 of 103
Annexure - III
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: ………………………………………………………………….
Si
r,
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:
S.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 25 of 103
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 ESIC
RO GB Block ESI Corporation. 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.48,000/- is hereby deposited in the form of ESIC Challan at a
Schedule Bank in the form of DD as earnest money. If I/we, fail to
commence the work specified I/we agree that the said AC & RD 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 AC &
RD on behalf of the AC & RD 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:
Occupati
on:
Page 26 of 103
ACCEPTANCE
The tender for the work of SUPPLY INSTALLATION TESTING COMMISSIONING OF
ONE NO. 20 PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR, WEST
BENGAL. 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 27 of 103
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
Quanti
ty
Rates in figures & words
at which the material
will be charged to the
contrac
tor
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.
Descript
ion
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: SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE NO. 20
PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR, WEST BENGAL
Estimated cost of work: 24,00,000/-Rs.…………(approx.)
(i) E a r n e s t Money Rs. 48,000/-
(ii) Performance Guarantee 5% of tendered value
(iii) Security deposit - -- 10% of tendered value
Page 28 of 103
SCHEDULE `F’
General Rules & Directions
Officer inviting tender AC & RD Based on
Recommendation of SE & 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 PWD
west Bengal and market
rates Rates of relevant
work with upto date
correction slips issued
upto the date of receipt
of tender.
(v) Department ESIC, RO, Kolkata
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
of General Condition of
Contract
AC & RD
Clause 3
Number of days from the date
of issue of letter of
acceptance for reckoning
date of start
22
days
Page 29 of 103
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
milesto
ne
--- Not
applicable ---
Time allowed for execution of
work
06 Months/ 180
days
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
AC & RD for
deciding reduced
rates
AC & RD
Requirement of Technical Representative(s) and recovery rate
S.No
.
Minimum
Qualificati
on of
Technical
Representat
ive discipline
Designation
(Principal
technical
/ Technical
representat
ive) Minimum
Experience
Number
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 30 of 103
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.
Page 31 of 103
4. We, further agree that the guarantee herein
contained shall remain in full(Indicate the name of the Bank)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 32 of 103
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
SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE NO. 20
PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR, WEST BENGAL.
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
Page 33 of 103
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”.
(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.
Page 34 of 103
(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
(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
Page 35 of 103
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.
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 36 of 103
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.
Page 37 of 103
9. In the case of percentage rate Tenders, only rates quoted above /
below for items shall be considered. The ibids 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.
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 AC & RD 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 38 of 103
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 AC & RD, ESIC means their nominees also.
v). AC & RD 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
Page 39 of 103
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,
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.
Page 40 of 103
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 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 41 of 103
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 150 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 AC & RD, 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
Page 42 of 103
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.
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 2.5% of the gross amount of each running bill
and final bill for ARM works only till the sum will amount to security
deposit @ 2.5% 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 AC & RD of ESIC (whose decision in writing shall be final and
Page 43 of 103
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
21The 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
Page 44 of 103
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.
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
Page 45 of 103
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 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
Page 46 of 103
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 to 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 AC & RD 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 47 of 103
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
Page 48 of 103
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.
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 AC & RD.
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
Page 49 of 103
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.
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
Page 50 of 103
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.
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 :-
Page 51 of 103
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 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.
Page 52 of 103
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. 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.
Page 53 of 103
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.
Payment of extra items in case of non-schedule items (Non-DSR
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 AC & RD 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
Page 54 of 103
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
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.
Page 55 of 103
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 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
Page 56 of 103
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, 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.
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
Page 57 of 103
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
Page 58 of 103
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 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 portions 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.
Page 59 of 103
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
licenseuntil 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
Page 60 of 103
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.
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.
Page 61 of 103
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.
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
Page 62 of 103
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 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
Page 63 of 103
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 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
Page 64 of 103
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 AC & RD 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
Page 65 of 103
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 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 66 of 103
Supply Installation Testing Commissioning of Two numbers 20 Passengers
cum Bed Lift at ESI Hospital Durgapur, West Bengal.
Scope of Work
WORK TO BE EXECUTED AS PER TENDER AND STATUTORY REGULATIONS ETC.
Tender Document this tender document, comprising of Notice Inviting
Tender, Special Conditions of Contract, Technical Specifications and
Schedule of Quantities shall form part of the contract Agreement after
award of contract. Work under this contract shall be executed at
contract rates as per conditions and specifications stipulated in this
tender document excepting in respect of deviations specifically agreed
to before the award of the contract and incorporated in the contract
Agreement. In addition, components / materials, which may not be
specifically stipulated in the tender document, but which are necessary
for satisfactory installation and/or operation of any portion of the
work, shall also be provided within the contract rates without any
extra cost. Contractor shall carry out and complete the work in all
respects to the satisfaction of ESICs as per the contract agreement and
as directed by ESICs as required.
Tender Conditions, Specifications and Schedule • Special Conditions of
Contract (SCC) shall be read in conjunction with Technical
Specifications, Schedule of Quantities and any other document forming
part of this contract Agreement • For any discrepancy between Technical
Specifications and Schedule of Quantities, provision of schedule of
Quantities shall prevail. • Any item shown in Schedule of Quantities
and not called for in the Specifications or vice versa shall be
provided as if called for in both. • Wherever it is mentioned that the
Contractor shall perform certain work or provide certain facilities, it
is understood that the Contractor shall do so at his cost. • Where the
Technical Specifications stipulate requirements in addition to those
contained in the applicable Indian Standard Specifications/Codes, these
additional requirements shall also be satisfied.
Departures
No deviation / departure from tender conditions shall be acceptable.
Authorities
The work shall conform to all the provisions of the relevant Government
Legislation, regulations and Bye-laws of the Central/Local Authorities
and of the concerned Electricity Supply Authority or Lift licensing
authority. The Contractor shall also be responsible for giving all
notices required under the said Acts/Regulations/Bye-laws.
Electrical and Lift Licence
The tenderers shall be a licence Electrical and Lift Contractor
possessing a valid Contractor's licence of appropriate class in the
state, employing licence supervisors and skilled workers having valid
permits as per the regulations of Indian Electricity Rules or Indian
Lift rules and local Electrical or Lift Inspectors requirements. Copy
of Contractor's Electrical and Lift Licence shall be furnished along
with the tender.
INTENT OF SPECIFICATIONS
It is not the intent of Technical Specifications to completely specify
all aspects of design / construction 47 features of equipments and all
details of work to be carried out Nevertheless the intent of the
Technical Specification is to ensure that the equipments and the work
Page 67 of 103
shall fully comply with and conform to the relevant Bureau of Indian
Standard Specifications, Codes of Practice, Indian Electricity Act,
Indian Electricity Rules and other Statutory Regulations, and other
standards as may be applicable and to the best available standards of
engineering, design and workmanship. The equipment and work shall
perform in manner acceptable to ESICs who shall interpret meaning of
the applicable Specifications / Codes and shall have the right to
reject any equipment or work, which, in their assessment, is not
complete to meet the Standard/Code.
Brief description of site
Works covered in this contract is required for ESI hospital at
Durgapur. Tenderers are advised to visit the site after taking prior
permission from ESIC for familiarizing themselves with working
conditions available at site as also with the statutory levies and
their prevailing quantum payable at site. Contractors shall not be
entitled to claim any extra payment on account of lack of such
knowledge after award of contract. This is to inform that our Lift pit
is presently not available which shall be done by ARM(Civil) agency of
the hospital having the dimension – 3000 mm X 2400 mm X. 1600 mm.
Existing Lift shaft form Ground Floor to Top - 3000 mm X 2400 mm X.
10800 mm.
Power Supply System
Entire work shall be suitable for use on 415 volt 3 phase 4 wire supply
system with transformer neutral grounded. The rated frequency of the
supply system shall be 50 cycles per second.
Ambient Conditions
All equipments components and materials used in the work shall be
suitable for continuous
Operation / use at rated output with permissible overload at the
following extremes of ambient conditions likely to be encountered at
site. Temperature from minimum 0o C to maximum 48º C Related humidity
from minimum 10% RH to maximum 100% RH
ESIC TO PROVIDE
ESIC’s scope of contract shall be restricted to providing the following
items free of cost to the Contractor.
a) Hoist way (with structural openings for doors) and Machine Room.
b) Space only for Contractor’s site office / stores for the duration of
the contract at location and of size considered suitable and separable
by ESIC. ESIC reserve the right to provide alternative space for the
purpose, if so necessary, during the tenure of the contract.
C) RAW power line 3 phase 4 wire system up to Machine room which will
be terminated by 100AMPS MCCB.
SCOPE OF CONTRACT
Contractor’s scope of the contract shall comprise of providing
equipments, components, materials, labour, supervisory staff with
infrastructure, T&P, scaffolding, consumables, testing equipment, etc.
required for completion of the work as per the contract Agreement and
Free Comprehensive Maintenance for One year after completion. Contract
rates shall be inclusive of installation of two numbers new lift.
Contract Rates shall be deemed to be inclusive of all Taxes (GST) and
direct and indirect expenses required to be incurred as per this scope
including but not restricted to the costs of the following.
Page 68 of 103
Items of Work
Design, Engineering, manufacture, supply, installation, testing and
commissioning of Lifts as per Schedule of Quantities including minor
and incidental electrical and civil work to ensure complete and
satisfactory completion.
Statutory Levies
Rates shall be inclusive of statutory levies as applicable as below.
• Central Sales tax without issue of C-form by ESICs.
• Excise duty/custom duty / GST.
• Work contract tax
• Octroi
• Any other levies.
The ESIC being situated in Special economic zone, the price quotes
should mention basic price separately and taxes/duties / GST
separately.
Testing
Testing for the various items of equipment shall be performed at the
contractor’s cost and test certificate to be furnished by the
contractor (for Motor, Machine Break-tests Controller & Steel wire
Ropes), if required by the Engineer, the Contractor shall permit the
ESIC’s authorized representative to be present during any of the tests.
After notification to the ESIC that the installation has been completed
the contractor shall make under the direction and in the presence of
the Engineer such test and inspections as have been specified or as the
Engineer shall consider necessary to determine whether or not the full
intent of the requirements of the plans and specifications have been
fulfilled. In case the work does not meet the full intent of the
specifications and further tests shall be considered necessary the
contractor shall bear all the expenses thereof.
Transportation, Storage, insurance etc.
• Loading, transportation and unloading.
• Protection of stored materials/installed work against damage due to
dirt, sun and rain including providing tarpaulin / PVC sheet covers as
required.
• Providing security arrangements/watch and ward for stored materials
and installed works to guard against pilferage/damage.
• Comprehensive insurance with ESICs as beneficiaries against
pilferage/damage during transportation / storage / installation valid
till handing over.
• Third party insurance of adequate amount.
Name plates
Providing engraved anodized aluminium or approved equivalent name
plates of suitable sizes on switchboards /panels / equipments etc.
Civil works, cleaning and painting
Civil Works
• All steel items required for installation and operation of Lift
System in Pits, Hoist ways and Machine Rooms.
• Minor civil work items required for the work like making chases in
walls/ceilings, making holes and openings, providing inserts, grouting
etc including making good and painting the civil works.
• Minor Civil work is required for making good the damages which are
cause by installation the new lifts.
• Minor Civil work is also included like cutting the walls for making
opening for entry or exit on each floor etc.
Page 69 of 103
Major civil works related to making the pit for lifts shall be carried
out by agency and making good the damages shall be responsibility of
the agency.
Housekeeping
Housekeeping and clearing of work area during the tenure of contract.
Final Painting
Providing final paint coat to all exposed fabricated steel work and
providing matching paint in approved manner over portions of factory
painted equipment if damaged during transportation /storage /
installation before handing over.
Site Clearance
Demobilization and clearing of all temporary works / facilities after
completion of work at site and cleaning work are before handing over.
Statutory approval
• Obtaining approval from Lift inspector and NOC from West Bengal Fire
Service for satisfactory installation of the lift system as also for
clearance to put the lift into regular use.
• Obtaining any other statutory permission / clearance / approval from
concerned authority as required.
• Pay any licensing fee / submission fee / inspection fee payable to
statutory authorities for obtaining above approvals.
• All actual fees payable in this regard will be reimbursed against
receipt / documentary proof on completion of work.
Compliance of statutory observation.
Complying with observations, if any, of Lift / Electrical Inspector and
/ or any other Statutory Authority after completion of work in order to
obtain a categorical clearance to start beneficial use.
Manuals, drawings etc.
4.9.1 Along with the tender Technical Parameters enclosed as Annexure-
VI duly filled in by the Tenderers along with technical catalogue etc.
of the equipment offered.
4.9.2 Shop drawings on award of work before commencement The Contractor
shall submit GA drawings of Lift System to ESICs for approval before
commencement of work at site/fabrication/ manufacture.
4.9.3 Operation and maintenance manuals three sets of operation and
maintenance manual with support drawings shall be submitted to the
ESICs after completion of work.
Training
Training of ESICs personnel in operation, handling and maintenance of
equipment.
The Contractor shall submit following documents 3 sets of operation and
maintenance manual with support drawings shall be submitted to the ESIC
after completion of work. 3 sets of test results of pre-commissioning
test carried out at site. 3 sets of as built GA drawings.
COMPLETION TIME & TIME DELAY PENALTY
Completion Time
The entire work shall be completed within 4 months from the date of
work order issued. The Contractor shall submit a bar chart along with
the tender and a detailed time schedule of completing salient
activities of the contract to achieve overall completion for approval
of ESICs. The Contractor shall ensure supply and erection of sill
Page 70 of 103
angles and door frames within 3 months of issue of letter of intent or
within two weeks of handing over of lift shaft whichever is earlier, to
enable coordinated completion of items like Architraves, facia returns
in stone etc. by other agencies. If the completion of work is delayed
beyond the period stipulated in the original contract agreement due to
reasons considered by ESICs to be beyond the control of contractor,
extension of time for the completion of the work shall be granted by
the ESICs without the levy of the time delay penalty. The extension of
time shall however not entitles the contractor to claim any extra
payment and or compensation on this account. Completion of work shall
include supply, installation, testing, commissioning, and obtaining the
required statutory approvals. The work shall not be demand to be
completed till all these items are completed by the Contractor to the
satisfaction of the ESICs.
FREE MAINTENANCE PERIOD
Maintenance
Quoted rates shall be deemed to be inclusive of, free comprehensive
maintenance (including spares) of lifts for a period of one year from
the accepted date of completion of the contract.
FINAL BILL
The payment of final bill duly certified by the Employer’s Engineer
shall be made as per GCC.
WATER AND ELECTRICITY
The Contractor shall make his own arrangements for electricity and
water at site. Nothing extra shall be payable for this.
GODOWN/WORKER ACCOMMODATION
The accommodation for workers shall be arranged by the Contractor. No
labour hutments shall be allowed within the site premises. Storage
space shall be arranged by the ESICs. Contractor shall construct the
stores at his cost and he shall be responsible for watch and ward of
his materials/installations.
MINOR CIVIL WORKS
Minor Civil works such as cutting holes and making good for hall
buttons, indicators including laying of sill in position and providing
dash fasteners for fixing Car and counter weight, rail brackets shall
be borne by the Contractors at his own cost. All scaffolding work
required for erection / installation of lifts in the pit and the hoist
way shall be arranged by the Contractor at his own cost. All structural
work including plates, bolts, rag bolts, nuts, channels, angles, beams,
shall also be arranged by the Contractor at his own cost. Dismantling
charges of existing Lift shall be included in the tendering cost.
Minor Electrical Works
Minor Electrical works for commissioning the lift, such as providing of
Electrical Power socket points, wiring with pipe, installation of LED
lamp etc. against each landing should be arranged and provided by the
Contractor’s at his own cost.
CONTRACT PRICE
The contract price shall remain firm during the currency of the
contract & any extension thereof. Rates quoted shall hold good for any
increase / decrease in the quantities. Any of the items may be deleted
as per directions of ESIC. In respect of any additional item rendered
Page 71 of 103
to be executed, the rates payable shall be derived from DSR followed by
PWD if not available in DSR or PWD then market rates, supporting
vouchers plus 10% will be added there on for Contractors profit and
overhead.
TENDER ACCEPTANCE
The ESIC reserves the right to award the contract to any bidder other
than the lowest without assigning any reasons what so ever.
SAFETY REGULATIONS
• The Contractors shall, at their own expense, arrange for safety
provisions as per safety codes of Indian Standards Institution, Indian
Electricity Act and such other Rules, Regulations and Laws as may be
applicable, as indicated below, in respect of all labour, directly or
indirectly employed in the work for performance of the Contractors’
part of this agreement.
• No inflammable materials shall be stored in places other than the
rooms specially constructed for this purposes in accordance with the
provisions of Indian Explosives Act. If such storage is unavoidable, it
should be allowed only for a short period and in addition, special
precautions, such as cutting off the supply to such places at normal
items, storing materials away from wring and switch boards, giving
electric supply for a temporary period with due permission of Engineer-
in-charge shall be taken.
• Protective and safety equipment such as rubber gauntlets or gloves,
earthing rods, line men’s belt, portable artificial respiration
apparatus etc. should be provided in easily identifiable locations.
Where electric welding or such other nature of work is undertaken,
goggles shall also be provided.
• All necessary personal safety equipment such as Helmets, Protective
footwear protective
Goggles / eye shields, Lift Jacket, Gas masks etc. as considered
adequate by the Engineer-in-charge shall be available for use of
persons employed on the site and maintained in conditions suitable for
immediate use and the contractor shall take adequate steps to ensure
proper use of equipment by those concerned.
• Safety means of access shall be provided to all working platforms and
other working places. Every ladder shall be securely fixed. Adequate
precautions shall be taken to prevent danger from electrical equipment.
• The Contractor shall provide all necessary fencing and lights to
protect public from accidents and shall be bound to bear expenses of
defence of every suit, action or other proceedings at law that may be
brought by any person for injury sustained owning to neglect of the
above precautions and to pay any damages and costs which may be awarded
in any such suit, action or proceedings to any such person or which may
with the consent of the Contractor be paid to compromise any claim by
any such person.
• Motor gearing, transmission, electric wiring and other dangerous
parts of hoisting appliances shall be provided with efficient safe
guards; hoisting appliance shall be provided with such means as will
reduce to the minimum risk of accidental descend of load. Adequate
precautions shall be taken to reduce to the minimum risk of any part of
a suspended load becoming accidentally displaced.
• All scaffolds, ladders, First Aid Equipments/medicines and other
safety devices shall be maintained in a safe condition and no scaffold,
ladder or equipment shall be altered or removed while it is in use.
Adequate washing facilities shall be provided at or near place of work.
Necessary warning sign boards in Red / White paint, with proper
Page 72 of 103
lighting arrangements for nights are to be provided at prominent
locations.
• Necessary number of caution board such as “Man on Line, Don’t switch
on” should be readily available in easily identifiable locations.
• Standard first aid boxes containing materials as prescribed by the
St. John Ambulance Brigade or Indian Red Cross should be provided in
easily identifiable locations and should be readily available.
Periodical examination of the first aid facilities and protective and
safety equipment provided shall be undertaken and proper records shall
be maintained for their adequacy and effectiveness.
• Charts (one in English and one in regional language) displaying
methods of living artificial respiration to a recipient of electrical
shock shall be prominently displayed at appropriate places.
• A chart containing the names, addresses and telephone numbers of
nearest authorized medical practitioners, hospitals, Fire Brigade and
also of the officers in charge shall be displayed prominently along
with the First Aid Box.
• Steps to train supervisory and authorized persons of the Engineering
staff in the First Aid Practices, including various methods of
artificial respiration with the help of local authorities such as Fire
Brigade, Indian Red Cross or other recognized institutions equipped to
impart such training shall be taken, as prompt rendering of artificial
respiration can save life at time of electric shock.
• No work shall be undertaken on live installations, or on
installations which could be energized unless one another person is
present to immediately isolate the electric supply in case of any
accident and to render first aid, if necessary.
COMPLETION CERTIFICATE
On completion of the electrical installation a certificate shall be
furnished by the Contractor countersigned by the Licensed Supervisor,
under whose direct supervision the installation was carried out. This
certificate shall be in the prescribed form as required by the local
supply authority. The contractor shall be responsible for getting the
electrical installation inspected and approved by the local and
statutory authorities concerned and expenses if any shall be borne by
the contractor.
WORKMANSHIP
Good workmanship is an essential prerequisite to be complied for this
work. Entire work shall be carried out in the most workmanlike manner
by skilled workers under competent supervision.
Page 73 of 103
TECHNICAL SPECIFICATIONS LIFTS
GENERAL
1. STANDARDS The following Indian Standard Specifications and Codes of
Practice, currently applicable and updated as of date irrespective of
dates given below, shall apply to the equipments and the work covered
by this contract. In addition the relevant clauses of the Indian
Electricity Act 1910 and Indian Electricity Rules 1956 as amended up to
date shall also apply. Wherever appropriate Indian Standards are not
available, relevant British and/or IEC Standards shall be applicable.
1. Code of Practice for installation, operation and IS-14665 (Part 2)
Sec-1 : maintenance of electric passenger & goods lifts. 2000
2. Code of practice for installation, operation and IS-14665 (Part 2)
Sec-2 : 2000 maintenance of electric service lift.
3. Safety Rules Section-1 Passenger and Good lifts IS-14665 (Part 3)
Sec-1 : 2000
4. Safety Rules Section-2 – Service Lifts IS-14665 (Part 3) Sec-2 :
2000
5. Outline dimension for electric lifts. IS-14665 (Part-1) : 2000
6. Inspection Manual for Electric Lifts IS-14665 (Part 5) : 1999
7. Electric Traction Lifts – Components IS-14665 (Part 4) Sec-1 to 9 :
2001
8. Installation And Maintenance of Lifts For Handicapped IS 15330 :2003
Persons (Code of Practice)
9. Specification for lifts cables. IS-4289 (Par-1) : 1984 Reaffirmed
1991
10. Specification for hot rolled and slit steel tee bars. IS-1173-1978
Reaffirmed 1987
11. Method of loading rating of worm gear. IS-7443-1974 Reaffirmed 1991
12. Code of practice for selection of standard worn and IS-7403-1974
helical gear box. Reaffirmed 1991
13. Isometrics screw threads. IS-4218-(Part-II)1976 Reaffirmed 1996
14. Degree of protection provided by enclosure for low IS-2147-1962
voltage switchgear and control gear.
15. Classification of insulating materials for electrical IS-1271-1985
machinery and apparatus in relation to their thermal Reaffirmed 1990
stability in service.
16. Code of practice for earthing. IS-3043-1987
17. Electrical installation Fire Safety of Building. IS-1646-1997
18. PVC insulated electric cable for working voltage upto IS-694-1990
and including 1100 volts.
19. Code of practice for electrical wiring and installation IS-732-1989
20. PVC insulated (Heavy Duty) electric cables for IS-1554-1988 (Part-
1) working voltage up to and including 1100 volts.
21. Flexible steel conduits IS-3480-1966
22. Accessories for rigid steel conduit for electrical wiring IS-3837-
1976
23. Boxes for the enclosure of electrical accessories IS-5133-1969
(Part 1) Guide for safety procedures and practices in electrical IS-
5216-1982 (Part-1) work.
25. Conductors for insulated electric cables and flexible IS-8130-1984
codes.
26. Miniature Circuit Breakers IS-8828-1996
27. Rigid steel conduits for electrical wiring (Second IS-9537-1981
revisions) Methods of test for cables IS-10810-1998
29. Earth Leakage Circuit Breakers. IS-12640-1988
30. Moulded Case Circuit Breakers IS-13947-1993
31. General requirement for switchgear and control gear IS-13947-1993
Page 74 of 103
for voltage not exceeding 1000 volts.
32. 1100 volt grade XLPE insulated armoured cables IS 7098
33. Specifications for hoist way door-locks IS 7754-1975
34. Rules for design, installation, testing and operation of IS 1735-
1975 lifts, escalators and moving parts.
In addition the relevant clauses of the following, as amended up to
date shall apply.
. The Indian Electricity Rules 1956
. The Indian Electricity Act 1910
. Delhi Lift Rules
. Fire safety regulations pertaining to lifts
. West Bengal State Electricity Regulation
. West Bengal State Lift Act.
The tenderers shall also take into account local and State regulations
as in vogue for the design and installation of lifts. Wherever
appropriate Indian Standards are not available, relevant British and/or
IEC Standards shall be applicable. BIS certified equipment shall be
used as a part of the Contract.
ELECTRIC SUPPLY
The available system of electric supply is 415 volts +10% -20%, -3
phase 4 wire AC 50 Hz system and 240 volts between phase and neutral.
Any equipment /component operating at other than the above mentioned
power supply shall be provided with necessary transformers / voltage
stabilizers. The amount of power required for lifts shall be indicated
in the tender. Power shall be provided at one point to be indicated by
the tenderer. All subsequent electrical systems shall be deemed to be
included in the scope of this contract.
TECHNICAL PARAMETERS
Technical parameters given in Annexure-VI give requirement of
passenger, Service & Goods lifts. Tenderers shall fill in their item
wise confirmation / comments in the column provided for the purpose in
this annexure. Deviations, if any, from tender requirements shall be
clearly brought out in this annexure, failing which it shall be
presumed that the offer conforms to the tender requirements fully.
Tenders in which Annexure-III is not duly filled in by the tenderers
are liable to be summarily rejected.
MACHINE ROOM LIFTS LIFT MACHINE AND CONTROLLER
GENERAL REQUIREMENTS
The Elevators shall include all elements confirming to specifications
or as amended herein. Elevators covered by these specifications shall
be provided, installed, tested, commissioned, certified and approved as
per statutory requirements of Lift Inspectorate. Each Elevator shall
have its own driving machine. The method of drive shall be Electric
Traction with gear less motor having VVVF Control. The design of the
Elevators shall take into consideration fire prevention, elimination of
dust and dirt traps, and easy accessibility for cleaning and routine
maintenance.
ELECTRIC TRACTION DRIVE SYSTEM
2.1 Traction Machine The construction of all Elevator machines shall
conform to IS-14665.
2.2 Brake
a) The Electro-magnetic brake with non-asbestos lining shall be spring
applied and electrically released type having noiseless operation.
b) The brake shall be capable of stopping and holding the Elevator car
Page 75 of 103
in its downward travel to rest with 125% of its rated load from the
maximum governor tripping speed. In this condition the retardation of
the car shall not exceed that resulting from the operation of the
Safety gear or stopping on the buffer.
c) Springs used to apply the brake shoes (two nos.) shall be in
compression and adequately supported.
d) Brake linings shall be of renewable incombustible materials and
shall be secured to the brake shoes such that normal wear shall not
weaken their fixings. Band brakes shall not be used.
e) No earth fault, short circuit or residual magnetism shall prevent
the brake from being applied in the event of loss of power supply to
the Elevator motor and control circuit.
f) A means of adjusting the brake plunger stroke and releasing the
brake in emergency shall be provided.
g) The Elevator machine shall be fitted with a manual emergency device
capable of having the brake released by hand and requiring a constant
effort to keep the brake open.
h) The fail safe break shall incorporate an approved design of brake
switch i.e. pick up, hold, discharge. Brake coil shall be wired in
series & their respective switches in parallel. The operation of brake
shall be thyristor controlled from solid state drive in order to effect
minimum pick up time and synchronized start.
Driving Mechanism
Lift Machine
The lift machine shall be suitable for 415 volt 3 phase 50 Hz AC supply
with a voltage variation of +10% and -20% and shall be placed directly
above the hoist way on steel beams resting on machine room floor slab.
The lift machine shall have high efficiency and low power consumption
and shall be designed to withstand peak currents in lift duties. Means
for manual operation of the lift car shall be made by providing winding
wheel suitably marked to indicate the direction of the movement to
enable the lift car to be brought to the nearest landing. There shall
be a warning display for switching off electrical supply before the
manual operations.
Driving Sheaves
a) The sheaves shall be manufactured in steel or SG iron and fitted
with sealed for life lubricated bearings.
b) The sheaves shall have machined rope grooves that can be reworked
for future wear.
c) Adequate provision shall be made to prevent any suspension ropes
leaving groove due to rope slack or introduction of foreign objects.
Alignment
a) The brake plunger, collar, sleeve, motor, sheaves and all bearings
shall be mounted and assembled so that proper alignment of these parts
is maintained.
b) The assembly shall be reviewed and rectified when excessive noise is
emitted during operation.
Gearless Machines
The gearless machine shall consist of a motor traction sheave and brake
drum or brake disc completely aligned on a single shaft. Gearless
machine shall be AC gearless with VVVF drive.
2.7 Anti-Vibration Supports The whole traction machine shall be mounted
on appropriate anti-vibration supports to minimize noise and vibration.
CONTROL SYSTEMS
Page 76 of 103
3.1 Description the Lifts shall have state of art microprocessor based
AC variable voltage variable frequency (ACVVVF) drive. Single lifts
shall be provided with directional collective control for one car, two
cars and 5 cars (also called simplex, collective control). Some of the
technical parameters required are innumerate below.
a) Starting current
b) Power saving
c) Leveling accuracy
d) Acceptable voltage fluctuation
e) Rate of acceleration/deceleration (M/S2)
f) Maximum jerk (M/S3)
g) Maximum vibration in car horizontal/ vertical
h) Maximum noise level in car during travel
i) Maximum door noise level while closing and opening at a distance of
1 mtr from car door
1.2 -1.5 times full load running current 50 -55% ± 3 mm
(passenger/service lifts) & + 5mm(Freight lift) +10to -20% 0.6 -1.5
(Adjustable at site) 0.7 -1.5 (Adjustable at site) 20/18 dBA 45 dBA
52dBA The controller shall be mounted on the side of the top of lift
shaft, vertical, totally enclosed cubicle type with hinged doors on the
front provide easy access to all components in the controller. Cubicle
shall be well ventilated such that the temperature inside never exceeds
the safe limits of the components at ambient room conditions.
The controller shall operate within the supply voltage variation of
plus 10% to minus 10% of the nominal voltage. The Controller shall be
include protection against the following abnormalities and shall cut
off the power supply, apply the brake and bring the car to a rest in
the event of any of the abnormalities occurring.
a) Over current
b) Under voltage
c) Overvoltage
d) Single phasing
e) Phase reversal
f) Earth leakage
Features Control system features are detailed as below.
• Attendant Operation all lifts shall be provided with attendant
control facilities. A key switch for change of operation mode shall be
provided in a lockable recess panel on the car operation panel. After
gaining control on the lift, the attendant can direct the car to stop
at any storey. The attendant can also by pass the landing calls (but
not cancel them) or reverse the direction of travelling.
• Automatic By-pass Load weighing devices located either on car top or
under the car cage shall be provided for all lifts. Whenever the load
exceed 60-70% of the capacity load of the lifts, the lifts shall ignore
all landing calls and only respond to car calls.
• Over load device
A load weighing devices shall operate when the load in the car exceeds
the rated capacity. The operation of the device shall activate buzzer
sound and flashing ‘overload’ signals. At the same time the car doors
shall be prevented from closing. When the excess load has been removed
from the car, the buzzer alarm shall be muted automatically and the car
shall function normally. The sensitivity shall be 30 kg for Passenger
lifts and 5% of the contract load for service lifts.
• Automatic self-levelling all lifts shall be provided with automatic
self-levelling feature that shall bring the lift car level to within ±
3 mm for passenger/service elevators and + 5mm for freight elevators of
the landing floor regardless of load or direction of travel. The
Page 77 of 103
automatic self levelling feature shall correct for over travel and rope
stretch.
• Possible future requirement of access control and BMS integration of
the controller.
LIFTS , LIFT CAR, DOORS AND SAFETY DEVICES
CAR ENCLOSURES
General Requirements
• Frame
Every lift car body shall be carried in a steel car frame assembly
which shall have sufficient mechanical strength to resist the forces
applied by the safety gear or impact of the car on the buffers. The
deflection of the steel members carrying the platform shall not exceed
1/1000 of their span under static conditions when the rated load is
evenly distributed on the platform
At least four renewable guide shoes or shoes with renewable linings or
sets of guides rollers shall be provided two at the top and two at the
top and two at the bottom of the car frame assembly.
• Enclosure finishes the car enclosure, doors etc. shall be as per
specification. The following are to be provided.
Alarm System: An emergency alarm buzzer, including wiring shall be
provided and connected to a plainly marked push button in the car
operating panel. The alarm bell shall be located in central security
room. The alarm unit shall be solid- state siren type, to give a waxing
and waning siren when the alarm button in the car is pressed
momentarily. Built in 3 way intercom system with telephone instrument
in the car, reception and security, (as directed by ESICs) including
wiring telephone instrument and associated EPABX shall be provided.
Sealed Maintenance Free Nickel Cadmium Batteries capable of maintaining
the following in each lift for 2 hrs after mains failure. -Emergency
light of adequate illumination in car -Car Ventilation
-Intercommunication System
-Alarm bell
One no. 16 amp switch socket outlet to IP 54 and a permanent
weatherproof type luminaries to IP54 (with lighting switch ) adequately
protected shall be provided on the top of the lift car for maintenance.
One no. 16 amp switch socket outlet to IP 54 at bottom of lift car for
maintenance.
Operation Panel
A full length car operating panel incorporating following
control/indications shall be provided in each lift on the return panel.
• LCD Illuminated touch push buttons of micro pressure type
corresponding to the floors served at ground floor and Inside Car. For
Other floors LED Illuminated touch push buttons of micro pressure type
to be provided.
• Door open and door close button
• Emergency stop button with Alarm
• Two position key operated switch for 'with attendant' and 'without
attendant' operation.
• Ventilation fan ON/OFF switch with auto OFF when there is no call
after 120 seconds (Two Speed & concealed vents).
• Built in intercom of the hands free type as well as space for
providing EPABX telephone instrument and 5 pair telephone trailing
cable to communicate from car to Two Locations i.e. Operator’s Room (at
remote location) & Security Guard Room and vice-versa.
• Dynamic car direction display
Page 78 of 103
• Car position indicator (digital)
• Audio/Visual overload warning indicator
• In order to have at least one device of communication functioning at
all the times, as an alternative arrangement, it is recommended that
the provision of both i.e. telephone with minimum connections one at
the operator’s room and other at guard room and the emergency signal
with re-chargeable batteries as source of supply be made in the lift
cars.
• The device used for emergency signals should incorporate a feature
that gives a immediate feedback to the car passengers that the device
has worked properly and the signal has been passed on to the intended
agency.
• Digital voice synthesizer (Optional) for announcing special messages
with background music.
Landing fixture
The landing fixtures shall be recess mounted on a base junction box in
the wall by the side or on top of landing doors as required.
Each landing fixtures shall consist of micro touch type landing call
buttons with illuminated call acknowledge signal and illuminated
digital type car position indicators on separate stainless steel face
panels with hairline finish. Alternatives as available with bidders
shall be indicated in tender for ESICs approval.
The following landing fixtures shall be provided for each lift.
a) Lowest floor
• Up call button
• Digital car position indicators
• Travel direction indicators
• “In use” indicator to signify the lift door is opened for delivery at
a certain landing
b) All floors other than lowest and top most floor
• Button up and down call buttons
• Travel direction indicators
• Digital car position indicators with Gong (Optional)
• “In use” indicators to signify the lift door is opened for delivery
at a certain landing
• Manual by pass key switch for lift landings.
c) The top most floor
• Down call button
• Travel direction indictors
• Digital car position indicators with Gong (Optional)
• “In use” indicators to signify the lift door is opened for delivery
at a certain landing
• Manual by pass key switch for lift landings.
12 V 20 W LED spotlights shall be supplied and installed on the
underside of the hall lanterns. The spot lights on a particular floor
shall be lit up to signify the arrival of the corresponding lifts.
These spotlights shall be switched off after the corresponding lifts
have left that particular floor. For passenger cars, the spotlights on
the parking floor shall be turned off after a present period adjustable
from 15 to 150 sec. Should a call from the parking floor be registered,
spotlight of the assigned parking car shall be switched on again
together with the opening of the landing doors to attend the call
CAR AND LANDING DOORS
General requirements
All car doors shall extend to the full height and width of landing
opening and shall be operated with variable frequency door operator. A
similar imperforate door shall be provided for every landing opening in
Page 79 of 103
the lift hoist way enclosure. The top track of the landing and car
doors shall not obstruct the entrance to the lift cars. All car and
landing doors shall have a fire resistance of not less than 1 hours.
In addition, all the car and landing doors shall meet the following
general requirements.
a) Car door locking devices
Every car door shall be provided with an electrical switch to prevent
the lift car from being started or kept in motion unless the car door
is closed. A mechanical locking device shall also be provided to
prevent door opening from inside the car whilst the car is in motion.
b) Landing door locking devices every landing door shall be provided
with a mechanical locking device to prevent opening of the door from
the landing side in normal cases unless the lift car is in that
particular landing zone.
c) Projections and recesses sliding car and landing doors shall be
guided on door tracks and sills for the full travel of the doors. The
distance between the cars and the landing sills shall not exceed 35 mm.
d) Door locking devices all doors locking devices, door switches and
associated actuating rods, levers or contracts, shall be inaccessible
from the landing or the car.
e) Protective devices
Protective devices shall be fitted to the leading edges of both car
door panels. It shall automatically initiate reopening of the door in
the event of a passenger being struck (or about to be struck) by the
door in crossing the entrance during the closing movement. The
obstruction of either leading edge when closing shall actuate the
protective device to function.
f) “Door open” alarm “Door open” alarm shall be provided in the car to
initiate alarm and a continuous buzzer if a car or landing door has
been mechanically kept open for a present period. The period shall be
adjustable from 0-10 minute.
g) Emergency landing door unlocking devices and key
• Every landing door shall be provided with an emergency landing door
unlocking device.
When operated by an authorized person with the aid of a key to fit the
unlocking triangle, the landing door shall be unlocked irrespective of
the position of the lift car for rescue purpose. When there is no
“unlocking” action, the key shall only be able to stay in the locked
position.
• In the case of coupled car and landing doors, the landing doors shall
be automatically closed by means of weight or springs when the car is
outside the unlocking zone.
Door Hangers and Tracks
The car and the landing doors shall be provided with two point
suspension sheave type hangers complete with tracks. Sheaves and
rollers shall be steel with moulded nylon collar and shall include
shielded ball bearings. Tracks shall be of suitable steel section with
smooth surface. The landing doors shall be complete with headers,
sills, frames etc. as required.
Lift Door Protection
Multiple-Infra red door protection and mechanical shoes shall be
provided for all lift to control door movement which shall cover the
entire door opening effectively.
2.4 Protective Hand Rail in the Car (Optional as this will depend on
interior design)
CABIN FAN
Page 80 of 103
A noiseless pressure fan shall be provided in the lift cabin.
HOIST ROPES
Hoist way material shall be non-flammable (02 hrs fire rated) except
travelling cables which shall be flame resistant.
Lift Ropes – IS 14665 (Part 4 / Sec 8)-2001
Round strand steel wires ropes made from steel wire ropes having a
tensile strength not less than 12.5 tonnes / cm2 and of good
flexibility shall be used for lift. Lubrications between the strands
shall be achieved by providing impregnated hemp core. The lift ropes
shall conform to IS 14665-(Part-4-Sec.8):2001 and the following factor
of safety shall be adhered to. The minimum diameter of rope for cars
and counter weight of passenger and goods lift shall be 8mm. Rope speed
of Passenger & Passenger cum Goods Lifts (Service Lift) (m/s) Factor of
safeties 0.5 or less
exceeding 0.5 to 1.0
exceeding 1.0 to 2.0
exceeding 2.0 to 3.5
exceeding 3.5
Rope fastenings
The ends of lift ropes shall be properly secured to the car and counter
weight hitch plates as the case may be with adjustable rope shackles
having individual tapers babbit sockets, or any other suitable
arrangement. Each lift rope shackle shall be fitted with a suitable
shackle spring, seat washer, shackle nut & lock & shackle nut split
pin.
Guards for Lift Ropes
Where lift ropes run round a sheave or sheaves on the car and/ or
counterweight of geared/ gearless machine suitable guards shall be
provided to prevent injury to maintenance personnel.
Number & Size of Ropes
The contractor must indicate the number and size of lift ropes and
governor ropes proposed to be used, their origin, type, ultimate
strength and factor of safety. The contractor should furnish
certificate or ropes from the rope manufacturers issued by competent
authority.
COUNTER WEIGHT
The counter weight for lift cars shall be in accordance with clause 6
of IS 14665 (Part 4-Sec-3) : 2001 and shall be designed to balance the
weight of empty lift car plus approximately 50 percent of the rated
load. It shall consist of cast sections firmly secured in relative
movement by at least two numbers steel tie rods having lock nuts/split
pins at each end and passing through each section and Housed in a rigid
steel frame work. Cracked and broken sub weights shall not be accepted.
Counter weight for passenger lifts should be able to accommodate
suitable weight Interior finishes. In case interior finishes material
exceeds this provision, then the elevator contractor shall adjust the
Counter Weight accordingly, however this will be decided and intimated
much before the delivery of the elevators.
Counter Weight Guards
Guards of wire metal / mesh shall be provided in the lift pit to a
suitable height above the pit floor to eliminate the possibility of
injuries to the maintenance personnel.
GUIDES / Guide Rails
Car and counterweight guide shall be machined T section as per relevant
Indian Standards IS-14665 of 2000 revised up to date. The guides shall
Page 81 of 103
be capable of withstanding forces resulting from the application of the
car or counter weight safety devices The guide rails shall be minimum
16mm Tongued & Grooved type.
TRAILING CABLES
A single trailing cable for lighting control and signal circuit is
permitted, if all the conductors of these trailing cables are insulated
for maximum voltage running through any one conductor of this cable.
The lengths of the cables shall be adequate to prevent any strain due
to movement of the car. All cables shall be properly tagged by metallic
/ plastic tags for identification. Cable jacket should be suitable for
immersion in water, salt water & oil etc.
Trailing cables shall run from a junction box on the top of the car to
a junction box located in the shaft bear midpoint of travel and from
these junction boxes conductors shall be run to the various locations.
Trailing cables exceeding 30 meters in length shall run so that the
strain on individual cable conductors will be reduced to a minimum and
the cables are free from contact with the car counterweight, shaft
walls or other equipment. Trailing cables exceeding 30 meters in length
shall have steel supporting fillers and shall be suspended directly by
them without rubbing over other supports. Cables less than 30 meters in
length shall have no – metallic fillers and shall be suspended by
looping cables around supports of porcelain spools type or equivalent.
5 percent of the total capacity subject to a minimum of 5 wires shall
be available unutilised in the trailing cable everywhere suitable
distributed between various functions.
SAFETY DEVICES
Safety devices shall be capable of operating only in the downward
direction and stopping fully loaded car, at the tripping speed of the
over speed governor, even if the suspension devices break, by gripping
the guides, and holding the car there. Governor sheave in elevator pit
shall be enclosed in a wire cage to a height of 2.40 metre. All safety
devises statutorily required by Lift Inspector, including but not
restricted to the following shall be provided.
• Terminal slow down switches
These shall be provided and installed to slow down the lift car when
approaching the top and bottom landings. The slow down switches shall
act independently from the normal car operating device.
• Over travel limit switches
These shall be provided and installed to stop the car within the top
and bottom clearance, independent of the normal car operating device.
The bottom over travel limit switch shall become operative when the
bottom of the car touches the buffer. When the over travel limit
switches are operative, it shall be impossible to operate the car until
the car has been hand would to a position within the normal travel
limits.
• Pit Switch
An emergency stop switch shall be located in the pit which when
operated shall stop the car regardless of the position of hoist way.
• Terminal Buffers
Suitable spring buffers mounted on RCC foundation blocks shall be
provided in the pit in compliance with ANSI/ASME/CENEN-81 /JIS codes
for stopping the car in case of mal-operation. Dowels for the purpose
shall be left while casting the pit floor alternatively floor
reinforcement could be exposed by chipping for welding additional
reinforcement for Dowels. However clearance from underside of the car
resting on a fully compressed buffer shall not be less than 1.20 metre.
Buffers shall be designed for a design speed + 15%. Oil buffers shall
Page 82 of 103
be provided for the passenger elevators for speed of more than 1.75 mps
and spring buffers for lower speed.
• Interlocking
Adequate interlocking is to be provided so that the car shall not move
if the landing doors are even partially open and also the lift is
overloaded.
• Over speed governor
Over speed governor shall be of centrifugal type and shall operate the
safety gear at a speed at least equal to 115% of the rate speed and
less than the over speed governors shall be driven by flexible wire
ropes with the following requirements.
-The breaking load of ropes shall be related to the force required to
operate the safety gear by the safety factor of at least 8.
-The nominal rope diameter shall be at least 7 mm.
-The radio between the pitch diameter of the over speed governor pulley
and the nominal rope diameter shall be at least 30 the over speed
governors shall be sealed after setting the tripping speed. The
breaking or slackening of the governor rope shall cause the motor to
stop by an electric safety device.
• Alarm bells
A Concealed 200 mm diameter alarm bell shall be installed in the main
security area. The alarm bell shall sound when the alarm bell button in
the car operating panel is pressed. The bell shall mute when the
pressure on the alarm bell button is released.
• Emergency Stop Switches
An emergency stop for use by maintenance personal shall be provided in
each lift car.
FIREMAN SWITCH
Each Lift shall have a Fireman switch with glass front for access by
the Firemen. The operation of this switch shall cancel all calls to
this lift and shall stop at the next nearest landing if travelling
upwards. The doors shall not open at this landing and the lift shall
return to the ground floor. In case the lift is travelling downwards
when the fireman's switch is operated it shall go straight to the
ground floor bypassing all calls enroute. The emergency stop button
inside the car shall be rendered inoperative. The fireman’s switch
shall be located adjacent to the lift opening at the terminal floor and
shall be at a height of approximately 2 m above the floor level. For
easy identification of firemen’s lift which confirm to the local
authorities requirements, a red and white diagonal striped backing
shall be provided behind the glass of the firemen’s switch. A permanent
notice of prominent size indicating the floors served shall be provided
and displayed adjacent to the firemen’s lift at the terminal floor. The
notice shall be made of laminated plastic sheet or other approved
materials with red letters on white background. Details of the notice
shall be submitted to the Engineer-in-Charge for approval prior to
fabrication.
CONTROL OF NOISE AND VIBRATION General
The whole of the lift assembly, including the opening and closing of
the car and landing doors shall be quiet in operation and shall be free
of rattling or squeaking noises. Lift doors operation shall be smooth
to avoid the transmission of impact noise to the surrounding structure.
Noise level resulting from the operation of the lifts, including direct
sound transmission, breakout noise and re-radiation of structure borne
noise, shall not exceed the specified noise criteria of the adjacent
spaces. Vibration resulting from operation of lifts of escalators shall
not be perceptible in any occupied areas.
Page 83 of 103
Car construction
All elements of the lift car construction shall be sufficiently rigid
to avoid generation of noise by panel excitation as a result of
movement. The total noise level in a moving lift car shall not exceed
45 dBA with the ventilation system operating.
Machinery
The gearless traction machine and compact PM motor are installed within
the hoist way and the slim control panel is located on the shaft side
wall. Provision shall be made for the control vibration isolation
measures employed to ensure that structure borne noise resulting from
the operation of the lift machinery is not audible in any occupied
area. Lift machinery noise levels under normal operating conditions
shall not exceed 70 dBA at 1 m from the equipment in free field.
Arrival chimes
Noise from arrival chimes shall not exceed 60 dBA. The above levels
shall be measured at 3 m from the arrival chimes using a noise meter
set to ‘fast’ response. Chimes with adjustable loudness shall be
provided.
FIRE SAFETY REQUIREMENTS
General requirements of lifts shall be as follows:
10.1 Landing doors in lift enclosures shall have a fire resistance of
not less than one hour.
10.2 Lift car door shall have a fire resistance rating of one hour.
10.3 Grounding switch (es), at ground floor level, shall be provided on
all the lifts to enable
the fire services to ground the lifts.
LIFTS & ASSOCIATED WORKS
ASSOCIATED ELECTRICAL WORKS
Scope
Based on power requirements of lifts furnished by the lift contractor,
power supply for the lifts machines, terminating in a Switchboard
located at a desired location, shall be provided by Engineering-
Incharge. The earth bar provided on this switchboards shall be
connected to the building earthing system also by Engineer-in-charge.
All cabling / wiring/loop earthing beyond this Switchboard for
interconnection with the lift controllers / motors/ indicators / push
buttons / safety devices etc. shall be provided by the lift contractor
and its cost shall be deemed to be included in the quoted rates.
Cabling
Cabling between switchboard and the controller /lift motor shall be
with XLPE insulated HR PVC sheathed 1100 volt grade aluminium conductor
armoured cables conforming to IS 7098 or PVC insulated, PVC sheathed,
1100 volt grade al conductor armoured cables conforming to IS 1554.
Cables shall be terminated in glands fitted with armour clamps the
gland body shall be provide with an internal conical sating to receive
the armour clamping cone and clamping nuts which shall secure the
armour wires. A PVC shroud shall be fitted to cover the gland body and
exposed armour wires Trailing cables for the lifts shall be EPR
insulated stranded copper conductor flexible cables conforming to IS
9968 control cabling shall be with multi core stranded copper conductor
PVC insulated and sheathed 1100 volt grade cables conforming to IS
8130. Minimum size of the cable shall be 2.5 sq mm. where cables pass
Page 84 of 103
through walls or floor slabs, pieces of GI sleeves shall be provided
for cast into the wall / floor and cable shall be drawn therein.
Annular space around the cable in the sleeve shall be sealed with fire
proof sealant supplied by Engineer-incharge.
Wiring
All wiring shall be carried out with FRLS PVC insulated 1100 volt grade
stranded copper conductor wires conforming to IS 694 drawn in MS rigid
/ flexible conducting system and / or MS raceways. Minimum 2.5 sq mm
size wires shall be used. Wires shall be cut only at terminations.
Intermediate jointing shall not be permitted. Drawing, cutting and
terminating of the wires shall comply with the relevant Indian standard
specifications and shall be carried out in the most work man like
manner as per standard practice. All normal care like cutting the
insulation with a pencil edge, taking care not to cut the strands and
proper tightening of terminal connector screws to avoid loose
connection or breaking of conductors etc. shall be taken. Heavy gauge
black enamelled screw type ISI embossed MS conduits with superior
quality accessories approved by Engineer-in-Charge shall be used in the
work. Conduits could either be recessed in floors / walls or fixed on
surface with saddles and clamps. Final connections to vibrating the
equipment shall be made with metal flexible conduits. Entire work shall
be carried out in work man like manner as per standard practice
Earthing
Metal enclosures of all electrical equipment and devices including
frames of motors, controllers, switchgear, conduits and raceways etc.
shall be properly earthed so as to form an equivalent-potential zone.
Loop earthing of vibrating equipment shall be done with flexible copper
earthing braid or flexible cables. The lift motor frame shall be
connected to the building earthing system termination at the
switchboard by duplicate loop earthing conductors of appropriate size.
ASSOCIATED CIVIL & STRUCTURAL ITEMS
All civil and structural items of work associated with erection and
operation of lifts shall be provided by the Contractor at his cost
including (but not restricted to) the following.
. Hook for lifting lift equipments in the top of shaft.
. Temporary scaffoldings and safety barricades during lift installation
in and around lift wells
. Sill angels
. Bearing plates
. Buffer supports
. Checqured plates
. Fascia plates
. Ladders in pits (MS)
. Safety railing on car top
. Separator /stretcher beams if required .
. Dowels for terminal buffers in pit floor during casting.
The Contractor shall ensure erection and fixing of steel work in such a
manner that no RCC wall or any other structural member is damaged.
LIFTS & MAINTENANCE SERVICES
SCOPE
The Contractor shall provide Free Comprehensive Maintenance service for
a period on one year from the date of handing over of the lift to
Engineer-in-Charge.
ROUTINE AND PREVENTIVE MAINTENANCE
Program of routine and preventive maintenance during the free (1 year)
maintenance period as also during the tenure of annual maintenance
Page 85 of 103
contract shall comply with minimum requirements as below.
Fortnightly
• To check all bearing oils, oil rings, oil chains, etc. All machines
should be carefully checked and repaired for abnormal temperature rise.
• To check and repair all relays and contacts as wells as their
movements and repair as necessary
• To clean traction machines, relays panels, control panel, starter
panels, selectors, governors, car top, car gates, sills and pits
• To check brake action and adjust if necessary
• To check and repair movement of door switches, gate switches and
emergency stop switches
• To check and repair indicator lamps and indicator
• To check and repair annunciator lights, buzzer and car lights
• To check and adjust leveling differences, brake slippage,
acceleration, deceleration and riding comfort.
• To check and repair movements of car control buttons, switches and
the like.
• To check and repair operat5ion of weighting devices.
Monthly
• To turn grease cups for speed governors and compensating pulleys
• To check and oil selectors
• To top up rail lubricators
• To clean ropes oil if necessary
• To clean PM motor and inspect controller box etc.
• To oil electric brake pins
• To oil all pins of door operation and door opening mechanisms
• To clean hoist way, beams slow down cams, outside cages, rails and
counterweight rails
• To clean, oil and adjust door closer and levers
• To clean main sheave, secondary sheaves and rope sheaves on car top
and counterweigh top
• To clean and repair brake wheels and shoes
• To oil compensating rope tensioning pulleys.
Every Two months
• To clean and oil door hangers, door rails, interior of hanger case.
If necessary adjust a centric rollers, car door hangers, door
connecting ropes and chains
• To check and repair door shoe
• To clean and oil safety fears
• To clean and oil car and counterweight guide shoes. Adjust if
necessary
• To clean and oil interior of terminal limit switches and position
switches. Check rubber rollers of terminal limit switches.
• To check oil clean and repair interior of door switches, gate
switches. Replace worn parts if necessary
• To check and repair flexible cable
• To check and repair movement of limit switches
• To clean and oil interior of car control switches.
• To clean and check push buttons of care control panels
• To check, clean and repair the sleeve and plungers of the
electromagnetic brakes.
Every three months
• To check and repair the operation of terminal limit switches and
final limit switches.
• To check and repair the governor switches.
• To clean the brush holders and commentators of the door motors.
• To check and repair the traction ropes for broken wire, wear
elongation and even tension. Adjust if necessary.
• To remove the dust inside the traction machines and controls panels
Page 86 of 103
using electric blower
• To clean and repair the indicator lamps
• To check the voltage of rectifiers and thyristors
Half yearly
• To check and repair the operation of safety gears
• To check oil for oil buffers
• To check and clean the hall buttons and contacts
• To check and repair the compensating chains or ropes
• To check and oil the bearing of door motors
• To grease the secondary sheaves, car top sheaves and counterweights.
• To check the wear of guide shoes of cars and counterweights
Annual
• To clean the wire connection box of every landing and car cages.
Tighten all screws and check the conditions of cables at conduit inlets
and outlets
• To check and tighten screws of control panels, starters panels and
relay panels
• To remove the dust inside the landing indicator switches by electric
blower
• To test all safety devices
• To dismantle, clean and adjust the electro-magnetic brake of gearless
machines
• To charge motor oil
• To check and tighten screws and foundation bolts of traction machine,
secondary sheaves, exterior of lift frame, guide rail, guide rail
clamps and bracket etc.
• To test the over current relays
• To provide all labour, materials, tools and transport to carry out
annual inspection and load test according to the requirement of the
employer All the scheduled maintenance services described above shall
be properly programmed and agreed with the Engineer-in-charge in order
not to affect operation of the lift systems
BREAK DOWN MAINTENANCE
The Contractor shall also undertake to provide a comprehensive
breakdown service whereby qualified technicians shall attend to each
breakdown as soon as practicable after a breakdown is reported and
carry out immediate remedial work at a reasonable speed according to
the nature of the breakdown. Any faulty equipment or components shall
be quickly replaced. In circumstance such that the Contractor fails to
attend the breakdown within four normal working hours after
notification of the breakdown and where remedial work is interrupted
during normal working hours for purposes other than obtaining
replacement parts, the employer reserves the right to order such action
as may be necessary to expedite completion of remedial work which shall
be at the contractors expense without abrogation of the Contractors
responsibilities. Contractor has to be provide a email address and a
Contact number for logging Emergency Complain.
GENERAL
The Contractor shall keep sufficient spare parts during the maintenance
period to ensure that replacement work for defect can be carried out
immediately A competent engineer shall be provided to investigate the
fundamental cause of a fault temporary quick fix solution will not be
accepted. The employer shall at his discretion, take action to recover
all losses incurred rising from the failure of the contract to perform
the duties either wholly or in part as detailed in this section.
LIFTS & SAFETY ASPECTS & PROCEDURE
Page 87 of 103
1. Since lift installation consists of a number of electrical and
mechanical components having linear / rotary motions, utmost caution
should be exercised while working and all safety precautions shall be
rigorously followed.
2. Only authorized persons shall be allowed to work on lift
installations and officer empowered for such authorization shall keep
proper recorded thereof during the test, inspection and maintenance
except where necessary.
3. If during erection any safety or protection devices are inoperative,
special care must be taken to avoid accidents on this account.
4. Supply at main incoming iron clad switch or circuit breaker shall be
switched off before examining any part of the equipment. Whether during
periodical inspection or while carrying out any work on the equipments
(including using the winding handle at times of mains failures) unless
power is particularly required for particular operation or tests on the
lifts. The breaker located in OFF position.
5. The landing and car buttons shall be keep out of circuit by
switching on the ‘Maintenance Switch’ located on the top of the lift
car during maintenance operators. Whenever maintenance switch is not
proved emergency stop switch inside car and or attendant control switch
should be used.
6. Before carrying out any repair work it shall be ensured that none of
the electromechanical door locks are short circuited either from the
controller or at the landings.
7. As a general precaution, facia plate between the door headers and
the corresponding upper landing sill on each floor must be provided.
PROVISION FOR THE DISABLED AND HANDICAPPED
All the Passenger Elevator shall be provided with following features:
a) Elevator control buttons at locations and height specified in IS
15330 -2003
b) Hall call buttons at locations and height specified in IS 15330 -
2003
c) Hand rails shall be provided on the side walls of the Elevator at
height & locations specified in IS: 15330 -2003. An international
symbol of access of the disabled shall be permanently and conspicuously
displayed at each and every Elevator landing next to the Elevator
entrance (to be provided by signage contractor). Braille notations
indicating the floor levels shall be incorporated next to each button
at the handicap COP and handicap hall call buttons.
d) A digital voice system for announcing the car position,
opening/closing of doors, direction of travel and messages shall be
provided as per IS:15330 -2003
e) A laminated safety glass type mirror of at least half of the size
shall be installed on rear panel at appropriate position as per IS :
15330 -2003
Provisions for use of lift by Handicapped persons in Passenger
Elevators.
3.1 Hand rail A hand rail not less than 600 mm long at 900 mm above
floor level shall be fixed adjacent to the control panel.
3.2 Car operating panel Inscription in Braille also to be provided.
Level to be lower than the normal so as to be accessible by a person
sitting on wheel chair.
3.3 Hall buttons Inscription in Braille also to be provided. Level to
be lower than the normal so as to be accessible by a person sitting on
wheel chair.
3.4 Car position indicator the interior of the cage shall be provided
with a device that audibly indicate the floor, the cage has reached and
Page 88 of 103
indicate that the door of the cage for entrance / exit is either open
or close.
3.5 Hall lantern To be provided along with an audible chime.
3.6 Any other feature The time of an automatically closing door should
be minimum 5 second and closing speed should not exceed 0.25 m/sec.
4.0 Landing signals
4.1 Hall buttons Self illuminating micro-push type in hair line
stainless steel facia plates
4.2 Car Position Digital position indicators along with direction of
travel (with audible signal in each elevator lobby)
4.3 Hall gong Up/down indicator with single stroke gong/chime at all
landing
5.0 Safety features
5.1 Door safety Multiple infra red device to cover the total height and
width of the door and with protective leading edge device to operate in
case of failure of infra red protection.
5.2 Buffer Spring Buffer to be provided
5.3 Overload protection
Overload protective device
Overload non starter.
5.4 Over travel protection Terminal and final limit switches to be
provided
5.5 Motor protection Trip devices for :
. Over current
. Under voltage
. Over voltage
. Single phasing
. Earth leakage
. Phase reversal
5.6 Interlocking of car and hoist way doors to be provided as per
specifications.
5.7 Automatic Rescue Device (ARD) to be provided
6.0 Associated Civil and structural items All civil and structural
items of work associated with erection and operation of lifts shall be
provided by the Contractor at his cost including (but not restricted to
) the following-
Temporary Scaffolding and safety barricades for erection in and around
lift hoist ways
Bearing plates
Buffer supports
Facia plates
Ladder in pits
Safety railing on top of car Channels, separators, stretchers etc.
7.0 Fireman’s switch to be provided at GF/ Lobby level
8.0 Free Comprehensive Maintenance Period One YEARS after completion of
work and handing over of the Lifts in satisfactory operating condition.
TESTING OF LIFT INSTALLATION
TESTS AT SITE:
a) Levelling Test:
Accuracy of the floor levelling shall be tested with the lift empty,
fully loaded. he lift shall be run to each floor while travelling both
in upward and downward directions and the actual distance of car floor
above/ below landing floor shall be measured. In each case there shall
not be any appreciable difference in these measurements for levelling
at the floors when the car is empty and when it is fully loaded. The
tolerances for levelling shall be as + 5mm accuracy.
b) Safety Gear Test:
Page 89 of 103
Instantaneous safety gear controlled by a governor, should be tested
with contract load and a contract speed, governor being operated by
hand. Two tests should be made, however, with wedge clamps or flexible
clamp safeties, one with contract load in the car and the other with 68
kg (equivalent to one person) in the car. The stopping distance
obtained should be compared with specified figures and the guides, car
platform, and safety gear should be carefully examined afterwards for
signs of permanent distortion. Counterweight safety gear should be
tripped by the counterweight governor and the stopping distance noted.
In this case, however the governor tripping speed should exceed that of
the car safety governor
but by not more than 10 percent. During the safety gear test, car speed
(from the governor or the main sheave) should be determined at the
instant or tripping speed with that stated in I.S. The governor jaws
and rope should be examined for any undue wear.
c) Contract Speed:
This should be measured with contract load in the car, with half load
with no load, and should not vary from the contract speed by more than
10 percent. The convenient method is by counting the number of
revolutions, made by the sheave or drum in a known time. Chalk mark on
the sheave or drum and a stop switch will facilitate timing but care
must be exercised to ensure that no acceleration or retardation periods
are included. If the roping is 2 to 1 the sheave speed is twice the car
speed. Alternatively, the speed can be measured by a tachometer applied
directly to shaft immediately below the sheave.
d) Lift Balance:
After the above test, some of the weight shall be removed until the
remaining weights represent the figures specified by the tenderer. With
this condition car at half way travel the effort required to move the
lift car in either direction with the help of winding wheel shall be as
nearly as can be judge by the same.
e) Car and landing doors inter locks:
The lift shall not move with any door open. The car doors relay contact
and the retiring release cam must be tested. The working of the door
operation and the safety edges and light equipment if any provided
shall also be examined.
f) Controllers:
The operation of the contactors and interlocks shall be examined and it
shall be ascertained whether all requirements laid down in the
specifications have been met.
g) Normal Terminal Stopping Switches:
This shall be tested by letting the car run to each terminal landing in
turn, first with no load and then with contract load and by taking
measurements, top and bottom over travels can be ascertained.
h) Final Terminal Stopping Switches:
The normal terminal stopping switches shall be disconnected for this
test. It shall be ensured that these switches operate before the
buffers are engaged.
i) Insulation Resistance:
This shall be measured (after removing the electronic PCB’s and their
connection) between power and control lines and earth and shall not be
less than 5 mega-ohms when measured with D.C. voltage of 500 volts. The
test shall be carried out with contactors so connected together as to
ensure that all parts of every circuit are simultaneously tested.
j) Earthing:
All conduits, switches, casing and similar metal work shall have
earthing continuity.
k) Ropes:
The size, number construction and fastenings of the ropes should be
Page 90 of 103
carefully examined and
recorded.
l) Buffers:
The car should be run on to its buffers at contract speed and with
contract load in the car to test whether there is any permanent
distortion of the car or buffers. The counterweight buffers should be
tested similarly.
1.2 Tests at Manufacturer’s Works:
a) High Voltage Test:
The dielectric or electric apparatus (excluding motors, generators and
instruments which are tested in accordance with the appropriate Indian
Standards wherever they exist) shall be capable of withstanding a test
voltage of ten times the working voltage with a maximum of 2000 Volts
when applied.
i) between the live parts and case of frame with all circuits
completed.
ii) between main terminals or equivalent parts with all circuits open,
and
iii) between the lift parts of independent circuits.
Note : Owing to the impracticability of applying tests (ii), (iii)
mentioned above on controllers and similar apparatus after controller
wiring has been completed, these tests may be made at convenient stages
of manufacturer.
b) i) Method of Applying High Voltage:
The test shall be made with alternating voltage of any convenient
frequency, preferably between 49 to 60 cycles per second. The test
voltage shall be approximately sine-wave form and during the
application of voltage with peak value, as would be determined by spark
gap by occillograph or by any other approved method shall not be more
than 1.45 times the rms value. The rms values of applied voltage shall
be measured by means of a volt meter used with a suitably calibrated
potential transformer or by means of voltmeter used in connection with
a special calibrated voltmeter winding or testing transformer by any
other suitable voltmeter connected to the output side of the testing
transformer.
ii) Duration of High Voltage Test:
The test shall be commenced at a voltage of about one third of the test
voltage which shall be increased to the full test voltage as rapidly as
is consistent with the value being indicated by the measuring
instrument. The full test voltage shall be maintained for one minute.
At the end of this period, the test voltage shall be rapidly diminished
to one third of its full value before switching off. The oil buffers
are examined after the above tests have been made to determine if there
has been any oil leakage or distortion and to ensure that the buffers
return to their normal positions.
c) Buffer Test:
A copy of the test report shall be intimated after testing at works.
Performance Test:
This test if meant for passengers lifts and is conducted to watch the
performance of lift installation in terms of passenger handling
capacity and waiting interval as obtained at site vis-a-vis design,
data and conducted as below :
i) Waiting interval : (T)-This can be worked out by taking the average
of several round trip times as observed physically and then dividing it
by the number of lifts in that bank.
ii) Handling capacity H = 300 x Q x 100 TxP Where
H = Handling capacity as the percentage of the peak population handled
Page 91 of 103
during 5 minutes.
P = Total population to be handled during peak morning/ evening period.
(It is related to the area for which particular bank of lifts serves).
Q = Average number of passenger carried in a car.
T = Waiting interval.
iii) Service Temperature Test:
A continuous run of one hour should be made with number of starts and
stops to reproduce as nearly as practical the anticipate duty in
service. (The standard duty cycle is for 90 to 180 start per hour). It
is very difficult in practice to carry out this test with alternate
starts at full load and no load and it is necessary therefore to
simulate these cycles. A suitable test for all motors except squirrel
cage motors is to run the car up from the bottom landing with contract
load and stop at each floor. From the top floor a nonstop run is made
to the lowest floor and the upward journey with stop is then repeated.
The time intervals between stops and starts at the floors should be
uniform and such as to give about 180 starts in one hour. At the end of
this run the temperatures of the armatures and fields of the motor and
generator are recorded. The temperature rise should, be within
prescribed limit.
Note:-
Tenderers to give item wise confirmation/comment against each
parameter. Deviations if any shall be clearly brought out in this
Performa. Tendrers shall fill in the Performa and enclose it along with
the tender.
Page 92 of 103
Annexure – I
Technical Parameters or Bill of Quantities:-
Sl
No.
items Requirement as per tender Item wise
confirmation
/comment to be
filled in
by tenderer
A PASSENGER LIFTS Gearless
General
1.1 Number of Lifts 2 (Two)
1.2 Capacity 20 passenger cum bed lift /
1360 kg / Lift.
1.3 Speed 1.00 MPS
1.4 Number of Landings Ground floor + Two floor
1.5 Number of openings 3 on the same side
1.6 Travel (10800 mm Approx)
Machine, Hoist way and Pit
1.7 Machine room
location
Machine room at the top of
lift shaft
1.8 Machine Details PM Gearless (Located above
shaft)
1.9 Control AC D3 MR
1.10 Drive Variable Voltage Variable
Frequency.
Operation Full Collective operation
1.11 Hoist dimensions As per Set
'1.12 Head room available
above last landing
2000mm (Approx)
1.13 Pit depth 1600 mm approx (to be
provided)
Car
1.14 Car Enclosure SS Finish
1.15 Car ceiling SS Finish
1.16 Car floor PVC Anti skid Flooring/tile
flooring
1.17 Car and landing
doors
Automatic power operated
Center Opening approx
2000mm x 1000mm Stainless
Steel. (Inside car 2100 mm
H)
1.1
8
Car size To be furnished by tenderer
(shall not be less as
specified in ISI)
1.1
9
Car Operating Panel Stainless Steel hairline /
mirror finish Car Operating
Panel inside at car. (1
COP)
1.2
0
Car interior load Counter weight should be
able to accommodate approx
500 kg weight for interior
finish.
Page 93 of 103
1.21 Machine GEARLESS
1.22 Power Supply 415/V240V, 50Hz
1.23 Acceptable voltage
fluctuation
+10to-20%
1.24 Rate of acceleration
deceleration(m/sec)
0.75-1.5 (adjustable at site)
1.25 Jerk (m/sec) 0.7-1.5 (adjustable at site)
1.26 Vibration in car
horizontal/vertical
20/18 MG maximum
1.27 Noise level in car 45dBA maximum
1.28 Noise level in
machine room at 1 mtr
from machine
52dBA maximum
1.29 Door noise level
while closing and
opening at a distance
of 1 mtr from car
door and 1.5 mtr from
floor level
52dBA maximum
Fixtures / signals inside car
2.30 Normal lighting LED recessed type
2.31 Emergency light and
alarm bell (security
room)
With SMF battery operated with
charger rated for 30 minute
2.32 Ventilation Blower Fan (Two speed and
concealed vents)
2.33 Operating buttons and
indications
Stainless steel operating panel
with following buttons and
indications.LCD illuminated
touch push buttons of micro
pressure type corresponding to
the floors served at Ground
floor. For Other floors LED
Illuminated touch push buttons
of micro pressure type to be
provided.
“Door open” and “Door close”
button
with arrow indicators
Emergency stop button
Emergency alarm button
Two position key operated
switch for 'with attendant' and
' without attendant' operation.
Ventilation fan ON/OFF switch
with
auto OFF when there is no call
after
120 seconds.
Built in 3 way intercom system
with telephone instrument in
the car, machine room and
reception /security (as
directed by Engineer incharge)
including wiring telephone
instrument and EPABX.
Page 94 of 103
Dynamic car direction display
Digital position indicators.
Audio/Visual overload warning
Indicator
2.34 Display inside car LCD display in side car
2.35 Voice synthesizer To be provided
2.36 Is neutral wire
available for control
circuits
Yes
2.37 Music (Music Speaker) Trailing cable
3 Provisions for use of lift by Handicapped persons in passenger Elevators
3.1 Hand rail A hand rail not less than 600
mm long at 900mm above floor
level shall be fixed adjacent
to the control panel
3.2 Car operating panel Inscription in Braille also to
be provided as to be accessible
by a person sitting on wheel
chair
3.3 Hall buttons Inscription in Braille also to
be provided.
normal so as to be accessible
by a person sitting on wheel
chair
3.4 Car position indicator The interior of the cage shall
be provided with a device that
audibly indicate the floor, the
cage has reached and indicate
that the door of the cage for
entrance / exit is either
open or close.
3.5 Hall lantern To be provided along with an
audible
chime.
3.6 Any other feature The time of an automatically
closing door should be minimum
5 second and closing speed
should not exceed 0.25m/sec.
4.0 Landing signals
4.1 Hall buttons Self illuminating micro-push
type in hair line stainless
steel fascia plates.
4.2 Car position Digital position indicators
along with direction of travel
( with audible signal in each
elevator with signal in each
elevator lobby)
4.3 Hall gong Up/ down indicator with single
stroke
Gong / chime at all landing.
5.0 Safety features
Page 95 of 103
Annexure - II
Special Data should be filled by Tenderer:-
Sl
No.
Data to be filled in by tenderer Passenger cum bed lifts
5.1 Door safety Multiple infra red device to
cover the total height and
width of the door and with
protective leading edge device
to operate in case of failure
of infra red protection.
5.2 Buffer Spring Buffer to be provided
5.3 Overload protection Overload protective device
Overload non starter
5.4 Over travel protection Terminal and final limit
switches to
be provided
5.5 Motor protection Trip devices for : Over
current, Under voltage, Over
voltage , Single phasing,
Earth leakage, phase reversal
5.6 Interlocking of car and
hoist way doors
To be provided as per
specifications.
5.7 Automatic Rescue
Device(ARD)
To be provided
6.0 Other Features Micro processors Based
Selective Collective
Controller, with / without
attended switch Full length
Infra red Safety Light Curtain
Battery Operated Emergency
Alarm & Light.
Page 96 of 103
A Equipment details
1 Machine type (Gear less)
3 Drive motor data
i) KW
ii) Starting current (Amp)
iii) F.L. Rated current (AMP)
iv) Max. no. of starts per hour.
v Insulation class
4 Hoist/Governor ropes (no. and size)
5 Max. temperature tolerance during
peak summer months
6 Heat release data for machine room equipment
B Special features Tenders to confirm Included
/ Not included in respect of the following
Included/Not Included
1 Auto fan off switch
2 Fan inside the Car
3 Over load warning indicator
4 Ni-Cd batteries with charging circuit.
5 Doors safety
6 Additional weight permitted inside the
car for interiors
C Performance parameters
1 Leveling accuracy
2 Governor tripping speed
Note :
1. Bidders to quote strictly as per the BOQ enclosed herewith in tender
document
2. Complete tender document with all technical details only filled in the
format provided in the tender
shall be returned with just as annexure as terms / conditions if any required.
3. Failure to comply with above shall lead to disqualification of bidders.
Page 97 of 103
Special Terms and Condition
Subject:- SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE NO. 20 PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR, WEST BENGAL.
1. Agency should take all necessary measures to arrange temporary
electricity supply to the Corporation so that the normal activities
of the Corporation are not hampered during execution of work.
2. All the rates should be inclusive of all taxes, GST, carrying
charges or other charges. No separate charges shall be quoted.
3. “Installation, testing and commissioning” component should include the cost of necessary civil work such as foundation base
arrangement, cutting the concrete for making trench having 900 mm
width and 600 mm depth and approx 20 mtr long and making the good
the damages.
4. If it is necessary, to obtain electrical or Lift related clearance / permission from statutory body then same should be arranged by
the Agency and copy of the approval should be submitted to this
office with original copy.
5. Agency should carry out the work as per specification; make list, as well as direction of concerned Engineers of ESIC or ESIC.
6. All the works should be carried out according to the latest
guideline spelt out in CPWD specification or Indian Standard
Specification or Local statutory Bodies as deemed fit.
7. Agency should provide their Email ID and at least one Mobile Phone Number to make any urgent communication or lodge complain from ESIC
or ESIC end.
8. It is requested that before quoting the bidder must visit the site. 9. If required, the bidder may contact the concerned person of ESIC or
ESIC.
10. Bidder should quote according to the Make List provided at tender
and they should clearly indicate the make quoted for.
11. The Agency have to be submit the Measurement Book as prescribed
in the tender which need to be duly signed by Site Engineer or
Corporation Authority and Agency at that time of submission the
final bill.
Page 98 of 103
List of Approved Make of Lifts
Items Name of Manufacturer
Lifts As per CPWD eligibility criteria (A-42021/42/2017-W-
2(PT.I) dated 16.10.2019
Note: - Bid should fulfill the above “eligibility criteria.
Page 99 of 103
Measurement Book for SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE NO. 20
PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR, WEST BENGAL.
BOM
No
Description of
Items
Unit Qty Price Length
Amount
Remarks
From To
Sub assistant engineer (Electrical) Junior Engineer (Electrical)
From Hospital From R.O ESIC
Verified by Assistant Engineer (Electrical)
From R.O ESIC
Certified by Executive Engineer (Electrical)
From R.O ESIC
Page 100 of 103
TENDER DOCUMENT
PART – II Price Bid Bill of Quantities (BOQ)
NAME OF WORK: SUPPLY INSTALLATION TESTING
COMMISSIONING OF ONE NO. 20 PASSENGER-CUM-BED LIFT AT
ESI HOSPITAL DURGAPUR, WEST BENGAL
……………………………………………………………………………………………………………………………
101
ESIC RO, West
Bengal & Sikkim
SCHEDULE OF QUANTITY Name of work: SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE NO. 20
PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR, WEST BENGAL
Annexure – A
(A) BOQ items based on Market Rate (Non-Schedule Items)
amount – Rs.24,00,000.00 (Twenty Four Lakh Rupees only) with
GST SL
Description U/M Qty Unit Rate Amount
1 SUPPLY INSTALLATION TESTING COMMISSIONING
OF ONE NO. 20 PASSENGER-CUM-BED LIFT AT
ESI HOSPITAL DURGAPUR, WEST BENGAL
Each 1
Total for Material
GST as applicable Grand Total Amount
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.
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
102
ANNEXURE-IV
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 West
Bengal
NAME OF OWNER/ ALL PARTNERS/ ALL DIRECTORS
TYPE OF FORMATION
(Proprietorship/ Partnership / Pvt. Ltd/Ltd.)
CBS ACCOUNT RTGS/NEFT DETAILS
2. STATUTORY AND OTHER REQUIREMNTS:
Particulars Registration Number Copy Enclosed (Yes/No)
Certificate of Incorporation/
Registration of Firm
Registration details as contractor
with C.P.W.D./ State
P.W.D.s./M.E.S./
Railways/PSU/Automonous Bodies/ BSNL or
any other government body (along with year
of registration)
ESI Registration
Valid copy of Electrical License to carry out Electrical work
EPF Registration
GST Registration with Latest Challan
PAN No. under Income Tax
Professional Tax Registration
Labour (Central) Registration
Certificate, if applicable
3. DETAILS OF COMPLETED WORK AS PER SL. NO. 3 OF ANNEXURE-C
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)
103
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 , 2015-16 , 2016-17 and 2017-2018
Financial Year Income Tax Return Enclosed (Yes)
2016-17
2017-18
2018-19
Sign of Contractor: ...........................................
Date : .................................
Place: .................................