55
(03/2<((6¶ 67$7( ,1685$1&( &2 RE GI ONALO FFICE DE LHI *** NIT No. : 1 1 - W/1 1/ 1 4/ 20 19 /Boil er ʹ Jh il mil/ Con st./ R e - TENDER F O R REP LACEMENT O F 0 2 NO S. O I L C UM GA S FI RE D B OI LER OF 5 0 0 KG /HR CAPA C I TY A T I ND I RA GA ND HI ESI H OSP I TA L J HI L MIL, NE W DELHI Office Address: ESIC Regional Office Delhi, Rajendra Bhawan, Rajendra Place, New Delhi- 110008 C o n ta c t Deta i l s : W e b s i te : w ww .esi c.n ic.i n e - mail : r d - d elh i@ e sic.n ic.i n Te l: 0 1 1 - 2 5 7 3 4 3 8 1 , 2 5 7 4 5 0 4 4 Fa x : 0 1 1 - 2 5 7 3 1 7 6 2

e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

EMPLOYEES’ STATE INSURANCE CORPORATION

REGIONAL OFFICE DELHI

***

NIT No. : 11-W/11/14/2019/Boiler – Jhilmil/ Const./R

e-TENDER

FOR

“REPLACEMENT OF 02 NOS. OIL CUM GAS FIRED BOILER OF 500

KG/HR CAPACITY AT INDIRA GANDHI ESI HOSPITAL JHILMIL, NEW

DELHI”

Office Address:

ESIC Regional Office Delhi, Rajendra Bhawan, Rajendra Place, New Delhi-

110008

Contact Details:

Website : www.esic.nic.in e-mail : [email protected]

Tel: 011-25734381, 25745044 Fax : 011-25731762

Page 2: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

2 | P a g e

SCHEDULE OF TENDER (SoT)

NIT No.: 11-W/11/14/2019/Boiler-Jhilmil/Const/R

(Through E-Procurement only)

e-Tender is invited by the Regional Director, ESI Corporation, Regional Office, Delhi on behalf of the Director General, ESI Corporation through electronic tendering system under two bid system through CPP Portal i.e. https://www.eprocure.gov.in/eprocure/app, from manufacturer and authorized dealers of FORBES MARSHALL / THERMAX / CRUPP BOILERS / THERMODYNE make boiler according to terms and conditions given in tender form.

Name of the Work REPLACEMENT OF 02 NOS. OIL CUM GAS

FIRED BOILER OF 500 KG/HR CAPACITY AT

ESIC HOSPITAL JHILMIL, NEW DLEHI

Estimated cost Rs. 70,32,588/- (Rs. Seventy Lakhs Thirty Two Thousand Five Hundred Eighty Eight only) Inclusive of GST

Earnest Money Deposit Rs. 01,40,652/- (Rupees One Lakh Forty Thousand Six Hundred Fifty Two only)

Date of tender document available to download

03/12 /2019

Pre Bid Meeting Date & Time 11/12/2019 (11:00 AM)

Bid Submission Start Date 03/12/2019

Bid Submission End Date 23/12/2019

E-Bid Opening Date 24/12/2019

Work Completion Period 04 Months

Validity of Tender 75 days from the closing date of online submission of e-tender.

Amendments to the tender (if any) will be issued only through website

https://www.eprocure.gov.in/eprocure/app and on https://www.esic.nic.in/tenders.

Page 3: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

3 | P a g e

GENERAL INFORMATION AND INSTRUCTION AND INSTRUCTION

FOR THE BIDDERS

A. General Information

1. Manner of submission of the Bids: Tenders are to be submitted online through

the website stated above. The tender document may be downloaded from website & submission of technical bid / financial bid as per Tender time schedule. No manual bid will be accepted.

2. TWO-Bid system: under two bids system through e-tendering only the Techno

commercial Bid would be opened on the time and date mentioned above, date of opening of the commercial bid will be initiated after acceptance of the technical bids. Commercial bids of only those firms will be opened whose technical bids are found compliant /suitable after technical evaluation is done by the ESIC.

3. Forwarding of Bids: Bids should be submitted by Bidders furnishing details like

valid GST registration number, PAN Number & Manufacture / authorized dealer certificate etc.

4. Modification and Withdrawal of Bids: A bidder may modify or withdraw his bid

after submission provided that the written notice of modification or withdrawal is received by the ESIC prior to deadline prescribed for submission of bids. A withdrawal notice may be sent by fax/e-mail but it should be followed by a signed confirmation copy to be sent by post and such signed confirmation should reach the ESIC not later than the deadline for submission of bids. No bid shall be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of bid validity specified. Withdrawal of a bid during this period will result in Bidder’s forfeiture of bid security.

5. Clarification regarding contents of the Bids: During evaluation and comparison of bids, the ESIC may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing through e-mail/post and no change in prices or substance of the bid will be sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be entertained.

6. Rejection of Bids: Canvassing by the Bidder in any form, unsolicited letter and post-tender correction may invoke summary rejection. Conditional tenders will be rejected.

7. Unwillingness to quote: Bidders unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of the Bid, failing which the defaulting Bidder may be delisted for the given range of items as mentioned in this RFP.

Page 4: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

4 | P a g e

8. Validity of Bids: The Bids should remain valid till 75 Days from the last date of submission of bid.

9. Earnest Money Deposit: – Bidders should deposit EMD amount of Rs. 01,40,652/- (Rupees One Lakh Forty Thousand Six Hundred Fifty Two only) in the form of Demand Draft / Pay Order / Banker Cheque / FDR of Scheduled Bank / Treasury Challan in favour of “ESI FUND A/C no. 1” payable at NEW DELHI and scanned copy of EMD should be uploaded in Technical Bid. The EMD in original shall be submitted at ESIC Regional Office, Rajendra Bhawan, Rajendra Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The EMD of the successful bidder would be returned after the receipt of performance guarantee in the prescribed format annexed from them as called in the contract. The EMD will be forfeited if the bidder withdraws or amends, impairs or derogates from the tender in any respect within the validity period of tender.

B. Instructions for Bidders:

1. Technical bid and Price bid will be submitted concurrently, duly digitally signed in the website Portal https://www.eprocure.gov.in/eprocure/app. The tender document may be downloaded from website &submission of technical bid / financial bid as per Tender time schedule.

2. Tenders are to be submitted online through the website stated above. All the documents uploaded by the Tender Inviting Authority form an integral part of contract Agency/Contractors, they are required to upload all the tender documents along with other documents, as asked for in the tender, through the above website within stipulated date and time as given in the Tender Notice.

3. The Agency/Contractor shall carefully go through the documents and prepare the required documents, and upload the scanned documents in Portable Document Format (PDF) to the Portal in the designated location of Technical Bid. The bidder needs to fill up the rates, downloaded for the financial Bid in the designated cell and upload the same in designated location of financial bid.

4. The documents uploaded must be virus scanned and digitally signed using the Digital Signature Certificate (DSC) by the authorized signatory.

5. For submission of e-tender, bidders are requested to get themselves registered

with website https://www.eprocure.gov.in/eprocure/app along with class-II/III Digital Signature Certificate (DSC)issued by authorized issuing authority under IT Act 2003.

6. For complete details, refer website https://www.eprocure.gov.in/eprocure/app .

7. The ESIC may issue amendment / errata to the tender documents before due date of submission of tender. The Bidders are required to read the tender documents in conjunction with amendments, if any, issued by ESIC. The bidder is not supposed to incorporate any amendment / errata in the body of tender documents either in ink or pencil. In case the bidder on the body of tender incorporates amendments/errata issued, they shall not be considered and the

Page 5: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

5 | P a g e

amendment / errata issued by the ESIC shall only hold good. The amendments/errata issued to these documents if any would be uploaded on ESIC website as well as on CPP Portal. The Tender document can be downloaded from ESIC website https://www.esic.nic.in/tenders, & https://www.eprocure.gov.in/eprocure/app.. The bidders shall visit these websites from time to time to see these amendments/errata.

8. The bidders are required to upload the completed documents only after satisfying each and every condition laid down in the tender documents.

9. ESIC reserves the right to postpone and / or extend the date of receipt of opening of tenders or to withdraw the tender notice, without assigning any reason thereof. In such cases, the bidders shall not be entitled to any form of compensation from ESIC.

10. Transfer of Tender document purchased by one Bidder to another is not permissible. Similarly, transfer of BID submitted by one Bidder to another is also not permissible. No Alteration in the essence of BID, once submitted shall be permissible. In case the Bidder transfers the BID or modifies/withdraws during the period of validity, his EMD shall be forfeited.

C. SPECIAL INSTRUCTIONS TO THE BIDDERS FOR THE E-SUBMISSION OF THE BIDS ONLINE THROUGH THIS E-PROCUREMENT ESICAL

1. Bidder should do Online Enrolment in the Portal using the option Click Here to Enroll available in the Home Page. Then the Digital Signature enrollment has to be done with the e-token, after logging into the Portal.

2. Bidder then logs into the Portal giving user id / password chosen during enrollment.

3. The e-token that is registered should be used by the bidder and should not be misused by others.

4. DSC once mapped to an account cannot be remapped to any other account. It can only be inactivated.

5. The Bidders can update well in advance, the documents such as certificates, purchase order details etc., under My Documents option and these can be selected as per tender requirements and then attached along with bid documents during bid submission. This will ensure lesser upload of bid documents.

6. After downloading / getting the tender schedules, the Bidder should go through them carefully and then submit the documents as per the tender document; otherwise, the bid will be rejected.

7. The BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder is liable to be rejected for that tender. Bidders are allowed to enter the Bidder Name and Values only.

8. If there are any clarifications, this may be obtained online through the CPP Portal, or through the contact details given in the tender document. Bidder should take into account of the corrigendum published before submitting the bids online on the https://www.eprocure.gov.in/eprocure/app and https://www.esic.nic.in/tenders. Bidder, in advance, should prepare the bid documents to be submitted as indicated in the tender schedule and they should be in PDF formats.

Page 6: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

6 | P a g e

9. Bidder should arrange for the EMD as specified in the tender. The original should be posted/couriered/given in person to the Tender Inviting Authority, within the bid submission date and time for the tender.

10. The bidder should read the terms and conditions and accepts the same to proceed further to submit the bids

11. The bidder has to submit the tender document(s) online well in advance before the prescribed time to avoid any delay or problem during the bid submission process.

12. There is no limit on the size of the file uploaded at the server end. However, the upload is decided on the Memory available at the Client System as well as the Network bandwidth available at the client side at that point of time. In order to reduce the file size, bidders are suggested to scan the documents in 75-100 DPI so that the clarity is maintained and the size of file gets reduced. This will help in quick uploading even at very low bandwidth speeds.

13. It is important to note that, the bidder has to click on the Freeze Bid Button, to ensure that, he/she completes the Bid Submission Process. Bids, which are not frozen, are considered as Incomplete/Invalid bids and are not considered for evaluation purposes.

14. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders due to local issues.

15. The bidder may submit the bid documents online mode only, through this Portal. Offline documents will not be handled through this system.

16. At the time of freezing the bid, the e-Procurement system will give a successful bid updating message after uploading all the bid documents submitted and then a bid summary will be shown with the bid no., date & time of submission of the bid with all other relevant details. The documents submitted by the bidders will be digitally signed using the e-token of the bidder and then submitted.

17. After the bid submission, the bid summary has to be printed and kept as an acknowledgement as a token of the submission of the bid. The bid summary will act as a proof of bid submission for a tender floated and will also act as an entry point to participate in the bid opening event.

18. Successful bid submission from the system means, the bids as uploaded by the bidder is received and stored in the system. System does not certify for its correctness.

19. The bidder should see that the bid documents submitted should be free from virus and if the documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected.

20. The time that is displayed from the server clock at the top of the tender Portal, will be valid for all actions of requesting bid submission, bid opening etc., in the e-Procurement Portal. The Time followed in this Portal is as per Indian Standard Time (IST) which is GMT+5:30. The bidders should adhere to this time during bid submission.

21. The bidders are requested to submit the bids through online e-Procurement system to the Tender Inviting Authority (TIA) well before the bid submission end date and time (as per Server System Clock).

22. The EMD shall be submitted with the Part I- Technical BID. BID submitted without EMD as mentioned above will not be considered for evaluation and shall be rejected summarily.

Page 7: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

7 | P a g e

23. The EMD of un-successful Bidders shall be refunded only after the contract has been awarded to the successful Bidder. No interest shall be paid on the EMD.

24. The EMD of successful Bidder will be discharged upon the Bidder’s accepting the award & signing the Agreement, and furnishing the Contract Performance Security/Bank Guarantee. No interest shall be paid on the EMD. If the successful bidder fails to furnish the prescribed performance guarantee / sign the agreement within the stipulated time, the EMD shall be forfeited to ESIC.

Page 8: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

8 | P a g e

INDEX

S. NO. Description Page No.

1. NIT 9-10

2. INSTRUCTIONS TO TENDERERS 11-15

3. INTEGRITY PACT 16-22

4. GENERAL CONDITIONS OF CONTRACT 23-35

5. SPECIAL CONDITIONS OF CONTRACT 36-38

6. SCOPE OF WORK & TECHNICAL SPECIFICATIONS 39-46

7. FORM OF TENDER (ANNEXURE-I) 47-48

8. FORMAT OF AGREEMENT (ANNEXURE -II) 49-50

9. FORM OF BANK GUARANTEE (ANNEXURE- III) 51-53

10. FORMAT FOR DECLARATION (ANNEXURE – IV) 54

11. Technical data & Details to be furnished by the Bidder (ANNEXURE-V)

55-59

12. EXPERIENCE IN SIMILAR WORKS (SCHEDULE -I) 60

13. MAKE OF MATERIALS (SCHEDULE-II) 61-62

14. BANK DETAILS FOR E-PAYMENT (SCHEDULE –III) 63

15. BOQ 64-66

16. CHECK LIST 67

Page 9: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

9 | P a g e

NOTICE INVITING TENDER

N.I.T. No.-: 11-W/11/14/2019/Boiler-Jhilmil/Const/R. Name of the work: - “REPLACEMENT OF 02 NOS. OIL CUM GAS FIRED BOILER OF

500 KG/HR CAPACITY AT ESIC HOSPITAL JHILMIL, NEW

DLEHI”

1.1. The Regional Director, ESIC Corporation, Regional Office, Delhi invites e-tender

in Two Bid system (EMD, Technical Bid and Price Bid) on behalf of the Director

General, ESI Corporation, from manufacturer and authorized dealers of FORBES

MARSHALL / THERMAX / CRUPP BOILERS / THERMODYNE make boiler for the

work “REPLACEMENT OF 02 NOS. OIL CUM GAS FIRED BOILER OF 500 KG/HR

CAPACITY AT ESIC HOSPITAL JHILMIL, NEW DLEHI”.

1.2. Details of Pre-qualification criteria for the Tenderers, Time schedule and EMD to be submitted by the Tenderers for participation in this tender are given below:

1.2.1 Estimate cost: Rs. 70,32,588 /- (inclusive of applicable GST)

1.2.2 Cost of Tender Document: NIL

1.2.3 Earnest Money Deposit: Rs. 01,40,652 (Rupees One Lakh Forty Thousand Six Hundred Fifty Two only)

1.2.4 Tender Submission: Refer SCHEDULE OF TENDER (SOT) & SCHEDULE 1.2.5 Work Completion period: 04 months from date of issue of LOC (Letter of

commencement)

1.3 MINIMUM QUALIFICATION CRITERIA OF THE TENDERERS:

i) Average Annual financial turnover during the last three years, ending 31st March of the previous financial years (2015-16, 2016-17, 2017-2018) should be at least INR Rs. 35,16,294/-

ii) Experience of having successfully completed similar works during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following: Three similar completed works costing not less than the amount equal to Rs. 28,13,035/- OR

Two similar completed works costing not less than the amount equal to Rs. 42,19,553/- OR

One similar completed works costing not less than the amount equal to Rs.56,26,070/-

Similar work means “SITC of Minimum 500kg/hr oil cum gas fired IBR type boiler” at any ESIC Hospital/Govt/PSU or any reputed organization.

* Copies of satisfactory completion certificate (Performance certificate) issued by the client duly self-attested and stamped shall be uploaded as Supporting documentary evidence.

Page 10: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

10 | P a g e

* The bidder should be Original Equipment Manufacturer or authorized dealers of OEM with a back-support letter from OEM (documentary evidences are required be uploaded along with the bid).

Note: The Tender Document is also available in ESIC’s Web Site https://www.esic.nic.in/tenders. The intending bidders may download the same for reference and Bid submission through online as per SoT & Important Instructions of CPP portal.

i) In case the tender document is not downloaded from the Website, the Tenderers

are required to intimate the ESIC Regional Director, Delhi about the same to enable correspondence with them if required.

E-mail : [email protected]

Tel: 011-25734381, 25745044

ii) Amendments / further information etc. pertains to the tender if any shall be uploaded only on the above ESIC website & CPP Portal/NIC, to be referred by the prospective Tenderer from time to time.

Page 11: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

11 | P a g e

INSTRUCTIONS TO TENDERERS

2.1 e - Tender in Two Bids System are invited from the manufacturer and authorized

dealers of FORBES MARSHALL / THERMAX / CRUPP BOILERS / THERMODYNE

make boiler for the work of “REPLACEMENT OF 02 NOS. OIL CUM GAS FIRED

BOILER OF 500 KG/HR CAPACITY AT ESIC HOSPITAL JHILMIL, NEW

DLEHI.

2.2 TENDER SUBMISSION:

The Tender shall be uploaded as detailed below:

a) TECHNICAL BID: Shall contain the following:

i) EARNEST MONEY DEPOSIT of Rs. 01,40,652/- (Rupees One Lakh Forty Thousand Six Hundred Fifty Two only)

The Original EMD must be submitted by bidders before 24/12/2019 (02.00 PM) at the following address:

ESIC Regional Office Delhi, Room no. 313, Construction Branch, 3rd Floor, Rajendra Bhawan, Rajendra Place, New Delhi – 110008

Note: - If EMD not received or not Found as per the prescribed manner, then technical Bid shall not be opened/considered of the bidder(s).

ii) Technical Bid Shall be uploaded with all the documents as per the enclosed “CHECK LIST”. Technical Bid should not contain Price Bid. “Disclosure / Indication of Price in the Technical Bid shall render the tender disqualified and rejected.

b) PRICE BID: Price Bid submission only through ONLINE.

Any condition imposed in the Price Bid shall make the Tender liable for out-right

ejection.

2.3 AUTHORITY IN SIGNING TENDER DOCUMENTS i) The tender, if submitted on behalf of a Partnership Firm should be signed

either by all the partners or some of the partners or other person/s holding a valid “Power of Attorney” from other partners or all the partners constituting the firm. Such Power of Attorney shall be submitted while uploading the technical bids in online mode.

ii) In case of a Company, the tender should be signed by a person holding a valid Power of Attorney executed in his favour in accordance with the constitution of the Company.

2.4 TENDERER TO INFORM HIMSELF FULLY.

i) The Tenderer is expected to examine carefully the contents of all the documents provided like instructions to the Tenderers, General Conditions, Scope of work etc. Failure to comply with the requirements of the tender will

Page 12: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

12 | P a g e

be at the Tenderers own risk. The Tenderer to ensure to make a complete and careful examination of requirements and other information set out in the tender document. The Tenderer shall be deemed to have, visited the site and surroundings and have obtained all necessary information in all the matters whatsoever that might influence while carrying out the Works as per the conditions of the tender and to satisfy himself to sufficiency of his tender etc.

ii) The Tenderer is advised to acquaint himself with the job involved at the site, like communication facilities, laws and bye laws in force from Government of Delhi and Govt. of India and any other Statutory bodies and collect all information that may be necessary for preparing and submitting the tender and entering into Contract with ESIC.

iii) Tenderer shall bear all costs associated with the preparation and submission of his tender and ESIC will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the tendering process.

iv) The Tenderer and/or his representatives will be granted permits to visit the site for the purpose of inspection, on receipt of a formal written request. The Tenderer will be fully responsible for any injury (whether fatal or otherwise) to himself or his representatives for any loss or damage to property or for any other loss, damage, costs and expenses whatsoever caused which but for the granting of such permission would not have arisen.

2.5 The tender shall be accompanied by Earnest Money Deposit of Rs. 01,40,652/- (Rupees One Lakh Forty Thousand Six Hundred Fifty Two only) as stipulated in the tender in the form of Demand Draft / Pay Order / Banker Cheque /FDR of scheduled bank / treasury Challan in favour of “ESIC FUND A/C no. 1”.

The tender not accompanied with EMD, shall be treated invalid.

i) In the event of tenderer withdrawing his tender before the expiry of tender validity period of 75 days from the date of opening, the tender shall be cancelled and EMD shall be forfeited.

ii) The Earnest Money Deposit of unsuccessful Tenderers shall be returned as early as possible on award of Contract to the successful Tenderer. The Earnest Money Deposit of the successful Tenderer shall be refunded only on receipt of Performance Guarantee as stipulated in the tender clause 3.16.

iii) ESIC reserves the right to forfeit the Earnest Money Deposit in respect of successful

Tenderer, if he fails to enter into a Contract and furnish the necessary Bank Guarantee

towards performance within 21 days from the date of receipt of Letter of Acceptance LOA.

2.6 ACCEPTANCE OF TENDER:

ESIC reserves the right to accept or reject all or any tender without assigning any reasons and does not bind themselves to accept the lowest offer.

2.7 TENDER VALIDITY:

The tender shall remain valid for acceptance for a period of 75 days from the date of opening of Technical Bid. ESIC reserves their right to extend the period of validity for a specific time. The request and the response, there to, shall be made in writing by post or by Fax. However, in the event of the Tenderer agreeing to the request, he shall not be permitted to modify his tender.

Page 13: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

13 | P a g e

2.8 Amendment of Bidding Documents

2.9.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by using addendum and the same will be uploaded on the CPP/NIC/ESIC/Govt. websites.

2.9.2 To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer may extend as necessary the deadline for submission of bids.

2.9 ERRORS IN THE TENDER DOCUMENT:

i) Tender shall be prepared, signed and uploaded only by that Firm/Corporation in whose name the tender documents have been issued. All pages of the tender shall be signed. The Tenderer shall upload complete tender and the same shall be without alterations, interlineations or erasure except those to accord that instructions issued by the ESIC or as may be necessary to correct errors made by the Tenderers. Person or persons signing the tender shall initial all such cancellations, alterations or amendments. If any discrepancies found in figures and words while reading the rates in the Price Schedule the rate quoted in words shall supersede the figures. In the event of any difference between the unit rate and the total amount stated therein, the unit rate should be reckoned as the correct one.

2.10 LANGUAGE OF TENDER:

The Tender submitted by the Tenderer and all correspondence and documents

relating to the Tender exchanged by the Tenderer and the ESIC shall be written

in the English language. Any printed literature, other than English language,

shall be accompanied by an English translation, in which case, for purpose of

interpretation of the tender, the English translation shall govern.

2.11 MODIFICATION, SUBSTITUTION AND WITHDRAWAL OF PROPOSAL:

No offer shall be modified, substituted or withdrawn by the Tenderer after the closing time on due date. Withdrawal of a proposal during the interval between closing time on proposed due date and expiry of the proposal validity period would result in forfeiture of EMD.

2.12 TENDERED CURRENCIES:

Prices shall be quoted in Indian Rupees only and all payments will be made in Indian Rupees.

2.13 CONTRACT WORK AND CONTRACT PRICE:

The work to be carried out (hereinafter referred to as "the Contract Works") and the Price for the same (hereinafter called "the Contract Price") shall include the work described in the Scope of work, specifications, schedules, etc. annexed hereto.

2.14 Contract Price:

The Tenderer shall complete the appropriate price Schedules against Bill of

Quantities included herein, stating the Deliverables to be supplied under the

Page 14: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

14 | P a g e

contract. Prices quoted by the Tenderer shall be firm, fixed and valid till

completion of the contract and will not be subject to variation on any account.

2.15 TECHNICAL BID:

The Technical Bid shall be uploaded with the following documents duly signed and stamped by authorized signatory of firm in all pages.

i) A Covering letter along with scanned copy of Earnest Money Deposit (EMD) (refer clause No.2.6).

ii) Supporting documentary evidence of satisfactory completion certificate with Contract Value of the work done issued by the client as per clause 1.3, ii) of NIT.

iii) Copy of Average Annual financial turnover should be at least INR Rs 35,16,294.00 for (2015-16,2016-17 & 2017-18), endorsed by Chartered Accountant with attestation as per clause 1.3, i) of NIT.

iv) Copies of Certificates to be uploaded: a) GST Registration Certificate. b) Copy of PAN card. c) Manufacturer or authorized dealer certificate.

v) Annexure - IV -- Declaration. vi) Annexure – V -- Technical data & details to be furnished by the bidder. Note: Technical offer with counter condition shall be liable for rejection and

disqualification.

2.16 TENDER OPENING AND EVALUATION

i) OPENING OF TECHNICAL BID: Technical Bids of the tender, received up to closing time on stipulated date, shall be opened as per SoT & Important instructions of CPP/NIC.

ii) SCRUTINY AND EVALUATION OF THE TENDERS: a) In the first instance the documents submitted with the Technical Bid will be

scrutinized to ascertain whether the Tenderer fulfils the requirements as

stipulated in the tender document. ESIC reserves rights to ask the

clarifications / deviations if required.

b) To assess the scrutiny, evaluation and comparison of tenders, the ESIC may

ask Tenderer individually for clarifications. Request for clarification and

response thereto shall be through E-mail only. Hence it is requested to

provide the valid email id for communication. No change in Price or

substance of the tender shall be sought, offered or permitted nor is the

Tenderer permitted to withdraw the tender before the expiry of the validity

period of the tenders in the process of clarifications.

c) The Technical Bids shall be thereafter scrutinized for responsiveness. For this

purpose, a tender shall be treated as substantially responsive which meets

with all the requirements of the tender documents and is without any

deviations. The tenderer who does not fulfill the tender requirements shall

not be considered for further evaluation.

Page 15: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

15 | P a g e

d) After the tender opening, the whole process involving scrutiny, clarifications,

evaluation and comparison of tenders and recommendations regarding

award of Contract shall be confidential. Any efforts on part of any Tenderer

to influence the ESIC in any way in the process of scrutiny, evaluation,

comparison of tenders and decision concerning award of Contract may result

in rejection of the Tenderer’s bid.

e) Any modification of the Tender Document, which may become necessary,

before opening of the Technical Bid, shall be made through the issue of an

Addendum. This Addendum, so issued, shall be communicated to all the

participating Tenderers. This Addendum shall form part of the Tender

Document and shall remain binding on all the Tenderers and the same shall be

submitted duly signed and stamped on each page as token of acceptance) by

them, within the stipulated date of submission or extended due date of

submission, if any.

2.17 OPENING OF PRICE BID:

a) Tenders, which are found to be in conformity with Tender requirement, shall be

considered for opening of Price Bid.

b) The Tenderers found to be qualified and responsive shall be informed about the

date and time of opening of their Price Bids. On the stipulated date and time, the

Price Bids of such Tenderers shall be opened in the ONLINE MODE ONLY.

c) Evaluation of Price Bids will be done inclusive of all applicable cost .

2.18 AWARD OF CONTRACT: Letter of Acceptance (LOA) will be issued to the successful Tenderer. The successful

Tenderer shall be required to execute an “Agreement” on stamp paper of value

Rs.100/- at their cost in the format approved by the ESIC as in the ANNEX-II of

Tender Document, and the Contract agreement shall be signed between the ESIC

and the successful Tenderer within 7 Days from the date of issue of LOA. The

completion period of the contract shall come in to force from the day of issue of

Letter of Acceptance.

Page 16: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

16 | P a g e

INTEGRITY PACT

To, ………………………..,

………………………..,

………………………..

Sub: NIT No.: 11-W/11/14/2019/Boiler-Jhilmil/Const/R.

Name of work - REPLACEMENT OF 02 NOS. OIL CUM GAS FIRED BOILER OF

500 KG/HR CAPACITY AT ESIC HOSPITAL JHILMIL, NEW DLEHI

Dear Sir,

It is here by 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

Regional Office

New Delhi

Page 17: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

17 | P a g e

INTEGRITY PACT

To

THE AC & RD

ESIC REGIONAL OFFICE

DELHI-110008.

Sub: REPLACEMENT OF 02 NOS. OIL CUM GAS FIRED BOILER OF 500 KG/HR CAPACITY AT ESIC HOSPITAL JHILMIL, NEW DLEHI

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 18: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

18 | P a g e

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

contract on behalf of AC&RD, ESIC, DELHI.

INTEGRITY AGREEMENT

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

of ....................2019.

BETWEEN

Regional Director, ESIC, REGIONAL OFFICE RAJENDRA BHAWAN RAJENDRA PLACE,

NEW DELHI. (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._______________________) (hereinafter referred to as “Tender/Bid”) and intends to

award, under laid down organizational procedure, contract for work

REPLACEMENT OF 02 NOS. OIL CUM GAS FIRED BOILER OF 500 KG/HR CAPACITY AT ESIC HOSPITAL JHILMIL, NEW DLEHI

Herein after 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:

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,

Page 19: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

19 | P a g e

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 Endeavour to exclude from the Tender process any

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

2) If the Principal/Owner obtains information on the conduct of any of its employees which

is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act,

1988 (PC Act) or is in violation of the principles herein mentioned or if there be a

substantive suspicion in this regard, the Principal/Owner will inform the Chief

Vigilance Officer and in addition can also initiate disciplinary actions as per its internal

laid down policies and procedures.

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

1) It is required that each Bidder/Contractor (including their respective officers, employees

and agents) adhere to the highest ethical standards, and report to the Government /

Department all suspected acts of fraud or corruption or Coercion or Collusion of which it

has knowledge or becomes aware, during the tendering process and throughout the

negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent

corruption. He commits himself to observe the following principles during his

participation in the Tender process and during the Contract execution:

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

firm, offer, promise or give to any of the Principal/Owner’s employees

involved in the Tender process or execution of the Contract or to any third person

any material or other benefit which he/she is not legally entitled to, in order to

obtain in exchange any advantage of any kind whatsoever during the Tender

process or during the execution of the Contract.

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

undisclosed agreement or understanding, whether formal or informal. This

applies in particular to prices, specifications, certifications, subsidiary

contracts, submission or non-submission of bids or any other actions to

restrict competitive or to cartelize in the bidding process. Competitiveness

or to cartelize in the bidding process.

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

Page 20: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

20 | P a g e

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.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined

above or be an accessory to such offences.

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

indulge in fraudulent practice means a willful misrepresentation or omission of

facts or submission of fake/forged documents in order to induce public official to act

in reliance thereof, with the purpose of obtaining unjust advantage by or causing damage

to justified interest of others and/or to influence the procurement process to the

detriment of the Government interests.

5) The Bidder(s)/Contractor(s) cpwdwill 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.

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

Page 21: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

21 | P a g e

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.

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, whichever is more and for all other bidders, till the Contract has been

awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be

valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by the

Competent Authority, ESIC.

Article 7- Other Provisions

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

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.

Page 22: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

22 | P a g e

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.

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

AC&RD

ESIC REGIONAL OFFICE, DELHI

(For and on behalf of Bidder/Contractor)

WITNESSES:

1. …………………………………….

(Signature, name and address)

2. …………………………………….

(Signature, name and address)

Place:

Dated:

Page 23: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

23 | P a g e

GENERAL CONDITIONS OF CONTRACT

3. 1. Definitions

In the Contract (as hereinafter defined) the definition of the following words and expressions shall have the meanings hereby assigned to them except where the context otherwise requires:

a. "Employer" means Employee State Insurance Corporation, acting through its Director

General, Chief Engineer or any other officers so nominated by the ESIC.

b. "Contractor" means the person or persons, firm, corporation or company whose tender has been accepted by the Employer and includes the Contractor's servants, agents and

workers, personal representatives, successors and permitted assigns. c. "Contract" means and includes Tender Documents, Instructions to Bidders, General

Conditions of Contract, Drawings, Specifications, and Schedules etc., any amendments thereto, Bid, Letter.

d. "Contract Price" means the total sum of money to of Acceptance and the Contract

Agreement be paid by the employer to the contractor on timely completion of the

contract work as per Contract including payment for extra work, i.e. as per defined and

applicable items of the terms of payment, including any taxes and excise duties to be

paid to state or central Government.

e. "Specifications" means the specification referred to in the tender documents and any modifications thereof or additions thereto or amendments thereto as may be from time to time be furnished or approved in writing by the Employer.

f. "Work" or "Works" shall mean the whole of the plant and materials to be provided and work to be done executed or carried out by the contractor under the contract.

g. The "Site" shall mean the whole of the premises, buildings and grounds in or upon which the system or works is or are to be provided, executed, erected, done or carried out.

h. The "Schedule" shall mean the schedule or Schedules attached to the specifications. i. The "Drawings" shall mean the drawings, issued with the specification which will

ordinarily be identified by being signed by the Chief Engineer and any further drawing submitted by the contractor with his tender and duly signed by him and accepted or approved by the Chief Engineer and all other drawings supplied or furnished by the contractors or by the Chief Engineer in accordance with these contract conditions.

k. “Trials" and "Tests" shall mean such trials and tests as are provided for in these conditions of contract and described in the specification and shall include all other tests to be carried out as per the requirement of the ‘employer’. “Approved" or "Approval" shall mean approval in writing.

l. "Month" shall mean English Calendar Month. m. “Engineer-in-charge/representative” shall mean any officer/ Engineer authorized by

AC & RD.

3.2 DUTIES & POWERS OF ENGINEER’S REPRESENTATIVE:

1. The Contractor shall execute, complete and maintain the works in terms of the contract

to the entire satisfaction of the Engineer-in-charge and shall comply with the Engineer-

in-charge direction on any matter whatsoever. However, the Engineer-in-charge shall

exercise his discretion impartially, within the terms of the contract and have regard to

all the circumstances.

The Contractor shall take instructions from the Engineer-in-charge.

Page 24: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

24 | P a g e

AC & RD Powers:

The AC&RD shall have full power and authority:

a) to supply to the contractor, from time to time, during the progress of the works such further drawings and instructions as shall be necessary for the purpose of proper and adequate execution and maintenance of the works and the contractor shall carry out and be bound by the same.

b) to alter or modify the specification of any material and workmanship and to inspect the work at any time.

c) to order for any variation, alteration and modification of the work and for extra works.

d) to issue certificates as per contract. e) to settle the claims & disputes of the Contractor, as the first referee. f) to grant extension of completion time.

Power of Engineer-in-charge: The Engineer-in-Charge shall:

i) Watch and supervise the works. ii) Test and examine any material to be used or workmanship employed in connection

with the work. iii) Have power to disapprove any material and workmanship not in accordance with

the contract and the contractor shall comply with his direction in this regard. iv) Take measurements of work done by the contractor for the purpose of payment

or otherwise. v) Order to rectify any defective work found during the execution of work by the

contractor, same shall be rectified at his own expense. vi) Have powers to initiate the proposals for any modification/alterations of design

and extension of completion time of the work.

3.3 OBLIGATIONS OF THE CONTRACTOR:

i) The Contractor shall exercise all reasonable care and diligence in the discharge of all technical, professional and contractual duties to be performed by them under this Contract within the Time for Completion. The Contractor shall be fully responsible to the ESIC for proper, efficient and effective discharge of their duties.

ii) The Contractor shall when called upon so to do enter into and execute a Contract agreement.

iii) The successful Tenderer shall furnish bond in the form of Bank Guarantee towards the performance of the work as per clause 3.16 of this tender document.

iv) If the ESIC shall consider itself entitled to any claim under the performance Guarantee it shall forth with so inform the Contractor specifying the default of the Contractor upon which he relies. If the Contractor fails to remedy such default within 20 days after the receipt of such notice the ESIC shall be entitled to forfeit to the extent of the loss or damage incurred by reason of the default.

v) The Contractor shall proceed with the Works in accordance with the decisions, instructions and orders given by the Engineer in accordance with the condition of the Contract.

3.4 VARIATION AND ITS VALUATION:

3.4.1. The Quantities set out in the Bill of Quantities of the tender shall be treated as estimated quantities of the work and shall never be deemed as actual or correct quantities of the works to be executed by the contractor in fulfillment of his obligation under the contract.

Page 25: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

25 | P a g e

3.4.2. The ESIC shall have the power to order the Contractor in writing to make any variation of the Quantity, quantity or form of the works or any part thereof that may, in his opinion, be necessary and the Contractor upon receipt of such an order shall act as follows: a) Increase or decrease the quantity of any work included in the contract. b) Omit any work included in the contract. c) Change the routes, position and dimensions of any part of the work, and d) Execute extra and additional work of any kind necessary for completion of the works.

3.4.3. No such variation shall in any way vitiate or invalidate the contract or be treated as revocation of the contract, but the value (if any) of all such variations evaluated in accordance with the Engineer’s sole decision shall be taken into account and the contract price shall be varied accordingly.

3.4.4. Provided variation in the quantity of any work will be permitted upto 25% of individual item

which is necessary to complete the works subject to within 10% of overall Contract Value

where such increase is not the result of any variation order given under this clause but is the

result of the quantities exceeding those stated in the bill of quantities. Provided the variation

shall be complied with by the Contractor and the Engineer’s subsequent written confirmation

of such variation shall be deemed to be an order in writing within the meaning of this clause.

If any variation in the quantity of any item of work increase more than 25% but within 10% of

overall Contract value, then the same will be executed after getting the approval of the

Competent Authority.

3.4.5. a) The Contractor shall not be entitled to any claim of extra or additional work unless they have been carried out under the written orders of the ESIC.

b) The ESIC shall solely determine the amount (if any) to be added to or deducted from the sum named in the tender in respect of any extra work done or work omitted by his order.

c) All extra, additional or substituted work done or work omitted by order of the ESIC shall be

valued on the basis of the rates and prices set out in the contract, if in the opinion of the

ESIC, the same shall be applicable. If the contract does not contain any rates or prices

directly applicable to the extra additional or substituted work, then the ESIC may decide

the suitable rates on the basis of Schedule of Rates, if any thereon. In all other cases the

ESIC shall solely determine suitable rates in the manner deemed by him as fair and

reasonable, and his decision shall be final, binding and conclusive.

3.5 EXECUTION:

The Contractor shall execute and do the works set forth as described in the scope of the work

and specifications, including any amendments.

3.6 EEXTRAS:

Any extra expenses incurred in connection to the Works by the ESIC in the performance of the Works owing to the neglect or omission on the part of the Contractor in any of the case mentioned in this Contract shall be deducted from any sum due or which may thereafter become due to the Contractor or from any amount lying with them or under their control or he may be called upon to pay the amount of such extra expense to such person or persons as the ESIC may appoint to receive the same and in the event of the Contractor failing to make such payment, the said amount shall be recoverable from him in such manner as the ESIC may determine.

Page 26: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

26 | P a g e

3.7 ACCESS TO SITE:

Free entry passes/permissions to the Contractor and his workmen and vehicle during the period of work will be issued to carry out the work as per ESIC rules.

3.8 EXISTING SERVICES:

The contractor shall not store any materials or otherwise occupy any part of the site in a

manner likely to hinder the ESIC operation. Any damage/loss caused by the contractor to the

ESIC property, same shall be rectified at his own cost without any delay with the satisfaction

of the Engineer.

3.9 Bar chart: Bar Chart showing stage wise activities of the work should be submitted by the

successful Bidder shall review the Bar Chart & take prior approval from the Engineer-in-charge

before commencement of work. 3.10 COMPLETION PERIOD:

All the jobs, as per contract, are to be completed within 4 Months from the date of issue of

letter of acceptance

3.11 INSPECTION & TESTS:

i) The Employer or his representative shall have right to inspect the work being carried out

under this Contract and to test the system to confirm conformity with the specifications.

The employer shall notify the Contractor in writing of the identity of a representative

retained for these purposes.

ii) The tests may be conducted on the premises of the Contractor or its subcontractor (s) at

point of delivery and at the final destination. Where conducted on the premises of the

Contractor or its subcontractor (s), all reasonable facilities and assistance shall be furnished

to the inspector at no discharge to the Employer.

iii) Should any tested systems fail to conform to the specification, the Employer may reject

them, and the Contractor shall make suitable alterations with prior approval of Employer to

meet the requirements of the specifications, without any effect on cost of delivery times /

project schedules.

iv) The Employer’s right to inspect, test and where necessary, reject the system shall be in no

way limited or waived by reason of the systems having previously been tested and passed

by the Employer or its representatives prior to dispatch of the system.

v) The Contractor shall submit the Quality Assurance plan (QAP) for prior approval before

commencement of Inspection / Test at manufacturer’s work / Site to the Inspection

Agencies / Engineers representatives.

3.12 FINAL ACCEPTANCE:

Upon completion of the work under the Contract a meeting shall be held for the purpose of

accepting the system and services. Such meeting shall constitute the Final Acceptance Test

under the Contract. In case defects or shortcomings or both which are considered essential, a

new meeting shall be convened when the contractor has given notice of completion of the

corrective work carried out. Otherwise ESIC may accept the system if the defects or

Page 27: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

27 | P a g e

shortcomings or both are not considered essential and the Contractor has agreed to carry out

the modifications in conformity with this Contract.

3.13. REJECTION OF DEFECTIVE WORK:

i) If the complete system at site or any portion thereof before being taken over, is defective, or

fail to fulfill the requirements of the Contract, the ESIC shall give notice to the Contractor

setting forth particulars of such defects and the Contractor shall forthwith make the defective

supply/Installation good or alter the same to make it comply with the requirements of the

Contract.

ii) If Contractor fails to do so within a reasonable time, ESIC may reject and replace the same at

the cost of Contractor, the whole, or any Portion of the work, as the case may be, which is

defective or fails to fulfill the requirements of the Contract. The Contractor's fails and extreme

liability under this clause shall be satisfied by the payment to ESIC, the extra cost, if any, of

such replacement delivered and erected. Such extra cost being ascertained shall be deducted

from the Contractor's bill.

iii) If any supply of defective items shall have caused delay in the completion of the Contract so

as to give rise to a claim for damage on the part of the ESIC under Clause 3.15 of Tender

Document nothing contained in this clause shall interfere with or prejudice any rights of the

ESIC with respect to such claim.

3.14 TAKING OVER CERTIFICATE:

When the whole of the works has been substantially completed and have satisfactorily passed

any tests on completion prescribed by the contract, the contractor may give a notice to that

effect to the engineer, with a copy to the employer, accompanied by a written undertaking to

finish with due expedition any outstanding work during the defect liability period. Such notice

and undertaking shall be deemed to be a request by the contractor for the engineer to issue a

taking over certificate in respect of the works. The ESIC shall, within 21 days of the date of

delivery of such notice, either issue to the contractor, with a copy to the employer, a taking over

certificate, stating the date on which, in his opinion, the works were substantially completed in

accordance with the contract, or give instruction in writing to the contractor specifying all the

work which in the ESIC opinion, is required to be done by the contractor before the issue of such

certificate. The ESIC shall also notify the contractor of the any defects in the works affecting

substantial completion that may appear after such instructions and before completion of the

works specified there in. The contractor shall be entitled to receive such taking over certificate

within 21 days of completion, to the satisfaction of the ESIC, of the works so specified and

remedying any defects so noticed.

3.15 DEFECT LIABILITY PERIOD AFTER TAKING OVER

i) In this condition the expression 'Defect liability period’ shall mean a period of 12 months

calculated from the date of Taking Over in accordance with clause 3.14 of Tender Document.

ii) The Contractor shall be responsible for making good with all possible speed at his expense any

defect in or damage to any portion of the Works which may appear or occur during the defect

liability period without extra cost to ESIC and which arises either:

a) From any defective materials, workmanship or Design or b) From any act or omission of the Contractor done or omitted during the said period.

Page 28: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

28 | P a g e

iii) If any such defects shall appear or damage occur the Engineer-in-charge shall forthwith inform

the Contractor thereof stating in writing the nature of defect or damage. The provision of this

clause shall apply to all replacements or renewals carried out by the Contractor to remedy

defects and damage as if the said replacements and renewals had been taken over on the date

they were completed to the satisfaction of Engineer-in-charge but not so as to extend the

Defects Liability Period in respect thereof beyond three years from the date of taking over

decided by the ESIC as the respective case of remedying may warrant.

iv) If any such defect or damages were not remedied within a reasonable time, ESIC may proceed

to do the work at the Contractor's risk and expense provided that he does so in a reasonable

manner.

3.16 Performance Guarantee and Security Deposit. i) Performance Guarantee: -

The contractor shall submit an irrevocable Performance Guarantee of 5% (Five percent) 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 the tender from the date of issue of letter of acceptance. This period can be further extended by the ESIC up to a maximum period as specified in tender on written request of the contractor stating the reason for delays in procuring the Performance Guarantee, to the satisfaction of the ESIC. This guarantee shall be in the form of Demand draft / Pay Order / Banker Cheque / FDR of scheduled bank / Treasury Challan in favour of “ESI 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 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 ESIC to make good the deficit. The Performance Guarantee shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case the time for completion of work gets enlarged, the contractor shall get the validity of Performance Guarantee extended to cover such enlarged time for completion of work. After recording of the completion certificate for the work by the competent authority, the performance guarantee shall be returned to the contractor, without any interest. However, in case of contracts involving maintenance of building and services/any other work after construction of same building and services/other work, then 50% of Performance Guarantee shall be retained as Security Deposit. The same shall be returned year wise proportionately. The ESIC shall not make a claim under the performance guarantee except for amounts to which ESIC is entitled under the contract (not withstanding 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 ESIC may claim the full amount of the Performance Guarantee. (b) Failure by the contractor to pay ESIC 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 ESIC. In the event of the contract being determined or rescinded under provision of any of the Clause/Condition of the agreement, the performance guarantee shall stand forfeited in full and shall be absolutely at the disposal of the ESIC.

Page 29: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

29 | P a g e

ii) Security Deposit: -

The person/persons whose tender(s) may be accepted (hereinafter called the contractor) shall permit ESIC at the time of making any payment to him for work done under the contract to deduct a sum at the rate of 5% of the gross amount of each running and final bill till the sum deducted will amount to security deposit of 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 in the form of Demand draft / Pay Order / Banker Cheque / FDR of scheduled bank / Treasury Challan in favour of “ESI 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 endorsed in favour of the ESIC. 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 therefrom, or from any sums which may be due to or may become due to the contractor by ESIC 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 the form of Demand draft / Pay Order / Banker Cheque / FDR of scheduled bank / Treasury Challan in favour of “ESI 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 endorsed in favour of the ESIC, 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 and the final bill of the contractor at the rates mentioned above. The Security Deposit will be returned to the contractor after expiry of defect liability period or after the rectification of defects or till the final bill has been prepared and passed whichever is later. In case of unsatisfactory performance, the Security Deposit will be withheld / forfeited.

3.17 PAYMENT:

The following percentage of contract rates for the various items included in the contracts shall

be payable against the stage of work shown herein:

For item no – 1,3,4,5,6,7,9,10,11,12,13,14,15,19

A. 80 % (Eighty percent) of supplied Item rate against receipt of material at site in good condition and after inspection of the same.

B. 10 % (Ten Percent) of supplied item rate after completion of Installation, Testing and commissioning etc.

C. Balance 10% (Ten percent) will be paid on successful completion of the work and issue of Taking Over Certificate and license from Boiler Inspector, Government of NCT of Delhi.

For item no – 2,8,16,17,18,20,21

A. 90 % (Ninty percent) of supplied Item rate against receipt of material at site in good condition and after completion of installation, testing & commissioning of the same.

B. Balance 10% (Ten percent) will be paid on successful completion of the work and issue of Taking Over Certificate and license from Boiler Inspector, Government of NCT of Delhi.

For Item No -22 (Less Credit): - Amount will be recovered in 1st Running Bill.

Page 30: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

30 | P a g e

Milestone: -

S.No. Description of milestone (physical)

Time allowed in days (from date

of start)

Amount to be withheld in case of non-achievement

of milestone

1. Submission of Drawing for approval

15 days 1% of tendered amount

2. Supply of complete set of material for boiler

45 days 1% of tendered amount

3. Installation 90 days 1% of tendered amount

4. Testing and commissioning 120 days 1% of tendered amount

Time allowed for execution of work - 4 month

3.18 INCOME TAX DEDUCTION.

Income Tax., as at such rates applicable from time to time will be deducted at

source from all running bills and Final Bill and a certificate to this effect will be

issued. The deduction of Income Tax can, however, is waived if exemption

certificate is produced from Income Tax Authorities. Deduction of income tax at

reduced rate can be considered subject to production of valid certificate for the

period from Income tax authorities.

3.19 The payment will be made through E-Payment. The Tenderers are required to furnish

Bank details for making E-Payment as per the schedule- III of this Tender document.

3.20 NO INTEREST ON ACCOUNT OF DELAYED PAYMENTS:

Any claim for interest will not be entertained by the ESIC with respect to any payment or balance which may be in their hands owing to any disputes between themselves and the Contractor or with respect to any delay on the part of the ESIC in making payment.

3.21 GUARANTEE PERIOD:

i) The items to be supplied under this Contract shall be guaranteed for a period of twelve (12) months for all works towards satisfactory performance. The Contractor shall be responsible for any defects that may develop under proper use arising from faulty materials, Designs, workmanship in the work but not otherwise and shall at his own cost remedy such defects when called upon to do so by the Engineer who shall state in writing in what respect any portion is faulty.

ii) If it becomes necessary for the Contractor to replace or renew any defective portions of

the supply of the items under this clause, the provisions of this clause shall apply to the

portions of the supply so replaced or renewed until the expiry of 12 months from the

date of such replacement or renewal of the above mentioned period of 12 months,

whichever may be later. If any defects are not remedied within a reasonable time, the

ESIC may proceed to do the work at the Contractors' risk and expenses but without

Page 31: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

31 | P a g e

prejudice to any other rights, which the ESIC may have against the Contractor in

respect of such defects.

3.22 LIQUIDATED DAMAGES:

i) On account of supply & commissioning: The Contractor has to carry out the work REPLACEMENT OF 02 NOS. OIL CUM GAS FIRED BOILER OF 500 KG/HR CAPACITY AT ESIC HOSPITAL JHILMIL, NEW DLEHI and hand over the same within the completion period stipulated in clause 3.10 of Tender Document.

ii) In the event of failure on the part of the Contractor to commission and hand over the

system, for any reason whatsoever, within the stipulated period as mentioned above,

0.5% per week or part there of total contract Value plus Taxes & Duties for delayed

period as Liquidated Damages subject to a maximum amount of 10% of Price Bid, shall

be recovered by the ESIC from any stage payment due to the Contractor. Applicable

GST shall be recovered in the event of recovery of Liquidated Damages. In the event

of forfeiting of EMD/LD/SD and while imposing penalty GST shall be collected.

3.23 EXTENSION OF COMPLETION PERIOD:

If the quantum of total work increases due to additional work against the BOQ for the subject work REPLACEMENT OF 02 NOS. OIL CUM GAS FIRED BOILER OF 500 KG/HR CAPACITY AT ESIC HOSPITAL JHILMIL, NEW DLEHI suitable extension of completion period shall be taken during the approval of additional work from the Competent Authority.

3.24 DEFAULT OF THE CONTRACTOR & TERMINATION:

If the Contractor makes any default or on the happenings of anyone or more of the following events that is to say:

a) If the Contractor without reasonable cause abandons the Contract or b) Suspends the carrying out of the Works for a reasonable time after receiving written

notice from the ESIC without any lawful excuse or fails to make proper progress with Works after receiving written notice from the Engineer or

c) Fails to proceed diligently with the work or d) Fails to give the ESIC proper facilities for inspection of the Works of any part

thereof for three days after receiving notice in writing by the ESIC demanding the same or

e) The Contractor has become insolvent or

f) The Contractor has gone into liquidation or passed the resolution for winding up or

g) Upon the Contractor making an arrangement with or assignment in favour of his creditor or

h) Upon his assigning this Contract or

i) Upon an execution being levied upon the Contractor's good or

j) Upon winding up order being passed by the court or a Receiver or manager is appointed in respect of any of the property of the Contractor or

k) Possession is taken by or on behalf of any holder of any debentures secured by floating charges of any of the property of the Contractor or

Page 32: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

32 | P a g e

l) Fails to complete all or any part of the Works during the time specified for completion of the Contract or such extended time as may be granted by the ESIC. The ESIC shall have every right to terminate the Contract after issuing 1 (One) month notice to the Contractor, on his omission or negligence or neglect or default or failure to comply with any of the condition of the Contract.

3.25 ESIC’S LIEN:

The ESIC shall have a lien on and over all or any money that may become due and payable to

the Contractor under this Contract or any other Contract or from any amount lying with them

or under their control and in respect of any debt or sum that may become due and payable

by the ESIC to the Contractor either alone or jointly with another or other and either under

this Contract or under any other Contracts or transaction of any nature whatsoever the ESIC

and the Contractor.

3.26 FORCE MAJEURE:

If the supply, Commissioning and Testing of equipment/materials is hindered due to force majeure such as, war, riots, civil commotion, fire, epidemics, natural calamities, such period shall be exempted from Liquidated Damages as mentioned in clause 3.22 of this tender document.

3.27 LABOUR LAWS:

The Contractor shall comply with all the provisions of the Labour Laws and the rules and

regulations made there under as amended from time to time and as applicable from time to

time with regard to the employees to be deployed by the Contractor for Supply, Testing &

Commissioning, Maintenance of the system.

3.28 The contractor shall comply with all the Central State and Municipal laws and rules and shall

be solely responsible for complying with the provisions of the contract labour (regulations and

abolition) Act 1970 and rules there under and the other enactments that may be applicable

including ESI Act, the payment of wages Act, Provident Fund Act, the minimum wages Act, the

factories Act, the workmen compensation act or any other applicable legislation and the

Municipal by laws or other statutory rules and regulations whatsoever in force in so far as

these are applicable. Any obligations finding or otherwise missed under any statutory

enactments, rules and regulations there under shall be the responsibility of the contractor and

the ESIC will take no responsibility for the same.

The contractor has to remit the PF & ESI contribution as applicable regularly to the concerned

authorities for labours engaged by him. The tenderer shall submit the copy of valid ESI & PF

registration certificate along with the tender submission. In case the Notice for non-

compliance statutory requirements is received from appropriate agencies, the amount due

will be deducted from the bills and other monies available with the ESIC.

3.29 Safety Gears Etc.

The Contractor shall at his own expenses provide all safety gears for all labours engaged during

the work and failing to do so, the ESIC shall provide the same and recover the cost there of

from any amount due or which may become due to the Contractor or from any amount lying

with them or under their control.

Page 33: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

33 | P a g e

3.30 INDEMNITY:

i) Notwithstanding that all reasonable and proper precautions may have been taken by the

Contractor at all times during the progress of the work, the Contractor shall nevertheless be

wholly responsible for all damage, whether to the Works themselves or to any other property

of ESIC, or to the lives, persons, property of others during the progress of the work.

ii) In case any damage occurs to the existing structure due to the Contractor's operation, the

same shall be made good by the Contractor at his own risk and cost. The areas, which are

likely to be unsafe for use, shall be barricaded and all the necessary precautionary measures

like displaying notices shall be taken by the Contractor, during installation at site.

3.31 SETTLEMENT OF DISPUTES:

i) The Employer and the Contractor shall make every effort to resolve amicably by direct

informal negotiation any disagreement or dispute arising between them under or in

connection with the Contract.

ii) If the parties have failed to resolve their dispute or difference by such mutual consultation, in

such case the decision of AC & RD, ESIC, RO Delhi shall be final with an appealing authority as

DG of the ESIC. The decision of the DG, ESIC shall be binding on either party.

3.32 CONDITIONS AS PER NGT GUIDELINES:

The guidelines regarding preventive measures for Air Pollution from demolition &

construction activities issued by Delhi Pollution Control Committee vide no. DPCC/EIA/Res-

001 to 172 /NGT-21/2015/225-408 dated 17/04/2015 in compliance of Hon’ble National

Green Tribunal directions enclosed herewith are applicable to the contractor. All appropriate

protection measures as per NGT & DPCC guidelines shall be taken by the contactor at his own

cost. Nothing extra shall be payable to the contractor on this account.

Hon’ble National Green Tribunal in its order dated 04/12/2014 in respect of air pollution

from dust resulting from demolition and construction activity inter-alia has directed as

follows:

I. No government, authority, contractor, builders or any person would be permitted to store/dump construction material or debris on metalled road.

II. Beyond the metalled road the area where such the construction material or debris can be stored shall be physically demarcated by officers of all the concerned Authorities/Corporation ensuring that it would not cause any obstruction to the free flow of traffic/inconvenience to the pedestrians. It should be ensured that no accidents occur on account of such permissible storage.

III. Every builder, contractor or person shall ensure that the construction material is covered by tarpaulin and all other precaution should be taken to ensure that no dust particles are permitted to pollute air quality as a result of such storage. It shall also be ensured that appropriate protection measures are taken by raising wind breakers of appropriate height on all sides of the plot/area using plastic and/or other similar material to ensure that no construction material dust fly outside the plot are and it will be the builder/contractor responsibility to ensure that their activity does not cause any air pollution during course of construction and/ or storage of material or construction activity.

Page 34: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

34 | P a g e

This condition shall be strictly adhered to by every builder, contractor, person or authority. In the event of default they shall be liable to be prosecuted under the law in force, as well as for causing environmental pollution and will be liable to pay compensation which would be determined by Tribunal in accordance with law.

IV. All the trucks or vehicles of any kind which are used for construction purposes/ are carrying construction material like cement, sand and other allied material should be fully covered. The vehicles should be properly cleaned should be dust free and every necessary precaution is to be taken to ensure that enroute their destination, the dust, sand or any other particles are not permitted to be released in air/contaminate air. Any truck not complying with the above directions would not be permitted to enter NCR, Delhi.

Hon’ble National Green Tribunal in order Dated 10.04.2015 has directed as follows:

1. Every builder or owner shall put tarpaulin on scaffolding around the area of construction and the building. No person including builder, owner can be permitted to store any construction material particularly sand on any part of the street, roads in any colony.

2. The construction material of any kind that is stored in the site will be fully covered in all

respects so that it does not disperse in the Air in any form.

3. All the construction material and debris shall be carried in the trucks or other vehicles which are fully covered and protected so as to ensure that the construction debris or the construction material does not get dispersed into the air or atmosphere, in any form whatsoever.

4. The dust emissions from the constructions site should be completely controlled and all precautions taken in that behalf.

5. The vehicles carrying construction material and construction debris of any kind should be

cleaned before it is permitted to ply on the road after unloading of such material.

6. Every worker working on the construction site and involved in loading, unloading and carriage of construction material and construction debris shall be provided with mask to prevent inhalation of dust particles.

7. Every owner and or builder shall be under obligation to provide all medical help, investigation and treatment to the workers involved in the construction of building and carry of construction material and debris relatable to dust emissions.

8. It shall be the responsibility of every builder to transport constructions material and debris waste to construction site, dumping site or any other place in accordance with rules and terms of this order.

9. All to take appropriate measures and to ensure that the terms and conditions of the earlier order and these orders should strictly comply with by fixing sprinklers, creations of green air barriers.

10. Compulsory use of wet jet in grinding and stone cutting.

11. Wind breaking wall around construction site.

Environmental Impact Assessment Guidance Manual for Building, Construction, Township and area development Projects of February, 2010 is available on the website of MoEF &

Page 35: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

35 | P a g e

DPCC envisaging the following guidelines for mitigation measures in respect of dust control from Building, Construction Projects:

“Adopting techniques like, air extraction equipment, and covering scaffolding, hosing down road surfaces and cleaning of vehicles can reduce dust and vapour emissions. Measures

include appropriate containment around bulk storage tanks and materials stores to prevent

spillages entering water courses.

The other measures to reduce the air pollution on site are:-

• Sprinkling of water and fine spray from nozzles to suppress the dust.

• On-Road-Inspection should be done for black smoke generating machinery. • Promotion of use of cleaner fuel should be done.

• All DG sets should comply emission norms notified by MoEF. • Vehicles having pollution under control certificate may be allowed to ply. • Use of covering sheet to prevent dust dispersion at buildings and infrastructure sites,

which are being constructed. • Use of covering sheets should be done for trucks to prevent dust dispersion from the

trucks, implemented by district offices.

• Paving is a more permanent solution to dust control, suitable for longer duration projects. High cost is the major drawback to paving.

• Reducing the speed of a vehicle to 20 kmph can reduce emissions by a large extent.

Speed bumps are commonly used to ensure speed reduction. In cases where speed reduction cannot effectively reduce fugitive dust, it may be necessary to divert traffic to nearby paved areas.

Material storages/ warehouses- Care should be taken to keep all material storages adequately covered and contained so that they are not exposed to situations where winds on site could lead to dust/particulate emissions. Fabrics and plastics for covering piles of soils and debris is an effective means to reduce fugitive dust.”

By way of these orders/notice you are hereby notified for mandatory strictly adherence to and compliance of the directions contained in the order of Hon’ble Tribunal as well as MoEF guidelines, 2010 in relation to precautions required to be taken while carrying on construction activities.

Copy of NGT orders dated 04/12/2014, 10/04/2015 copy of MoEF guidelines 2010 and copy of notice issued are available at the DPCC website also i.e. “http//dpcc.delhigovt.nic.in.”

Please note that the non-compliance of Hon’ble NGT order will make you liable for action as

per law including the directions for stoppage of work.

Page 36: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

36 | P a g e

SPECIAL CONDITIONS OF CONTRACT

4.1 The rates quoted shall be Firm and inclusive of all taxes including GST as applicable. The

Employer shall not provide any concessional “C” or “D” Form.

4.2 The Contractor shall carryout the work as a complete job i.e. Supply materials, their storage,

keeping under safe custody, transporting to work site, fixing, testing and commissioning of

the whole work. The tenderers should satisfy themselves about the quantities indicated in the

Schedule and it is the responsibility of the supplier to supply and make the system operational

to the satisfaction of Engineer.

4.3 The supply items should have Test Certificates/warranty certificates and the same shall be

submitted along with supply of materials.

4.4 Delay in making the execution site available to the Contractor will not form a cause for any

claims. The ESIC will inform the Contractor of such possible delay in advance and a suitable

extension of time for completion shall be considered.

4.5 The Successful Contractor shall take approval from the Engineer-in-charge for List of make of

materials, drawing etc. before procurement of material / fabrication of materials etc. and

should supply all materials/ equipments as per relevant standard &Tender specifications and

carryout the complete work including Testing and commissioning as per applicable act.

4.6 Any part or whole of the system, which requires the approval of the statutory body, if any,

should be arranged by the contractor at his cost. It is the responsibility of the Contractor to

submit the system drawings with all details to the statutory body and obtain their approval, if

any.

4.7 All related Civil works shall be responsibility of the Contractor. The Contractor should take

timely action to complete all civil works in all respects.

4.8 Power supply, if available, will be given to the Contractor on free of cost. Wherever such

source is not available, the contractor has to make his own arrangements. Tapping of power

from the source point of ESIC to the required location will have to be arranged by the

Contractor at his cost conforming to IE Rules / Standards.

4.9 The Contractor has to make his own arrangement for engaging all Tools &tackles, testing

equipments etc.

4.10 The Equipment shall be insured in the name of Employer for 110% of Ex-works cost from the

place of dispatch to the place of destination & till handing over / taking over of the Equipment

to the satisfaction of the Employer.

4.11 The Contractor has to make his own arrangements for construction of temporary stores, office

work sheds etc., for their requirements at his own cost. Land for such temporary work sheds,

stores, site office etc., till the work is completed will be given free of rent at spot approved by

ESIC. The sheds shall be constructed with non-inflammable materials like G.I. sheets etc., and

Page 37: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

37 | P a g e

shall be removed in reasonable time after the work is completed. In case the Contractor fails

to remove the same, the Department will remove the same and the cost of such removal will

be recovered from any amount due from the Contractor.

4.12 Site register: is to be maintained by Engineer-in-Charge at site on daily basis with details of

works carried out on that particular day, defects noticed by the Engineer-in-Charge,

instructions given to the Contractor etc.,. Any orders or instructions issued by the Engineer-

in-Charge or Higher Authorities shall be entered in the book and shall be deemed to have been

legally issued.

4.13 Hindrance register: is to be maintained by the Engineer-in-Charge at site & should contain all

the Hindrances to the work due to the reasons attributed either to the Contractor or ESIC date

wise and date of resumption of work. The Contractor and Engineer-in-charge should sign each

entry in token of having seen the same.

4.14 The Contractor is responsible for taking precautionary measures for the safety of the lives of

the workmen working under him and the responsibility arising due to any mishap during the

execution of work, the payment of any compensation etc., lies entirely on the part of the

Contractor. Safety nets, life jackets, Helmets required while working in site and danger

barricades are to be provided by the Contractor without any extra cost to the ESIC.

4.15 The Contractor should ensure, that all necessary arrangements for the safety of others and

also his men and materials while performing the work, are well maintained at his cost, risk

and responsibility. He should ensure proper watch of the signals by providing barricades,

lights, vigils, precautionary measures etc., to ensure safety at his work.

4.16 The ESIC working hour is from 9:00 A.M to 4:00 P.M. If any work is carried out by the

Contractor requiring supervision beyond ESIC working hours, the Contractor shall apply in

writing well in advance of such work to the Engineer, to arrange for such supervision.

4.17 All rules and regulations governing the ESIC shall be applicable.

4.18 The site for the work will be handed over to the Contractor in phases for the execution as soon

as the work order is given. In case the entire site is not handed over to the Contractor, he

should programme his work in such a way so as not to hamper the progress in any way and a

suitable extension of time shall be considered.

4.19 Any damages caused to the ESIC property either directly or indirectly shall be made good by

the Contractor at his own cost.

4.20 The Tenderer (s) shall be required to quote his / their rates in figures as well as in words

without any correction (s). If there is any correction (s) in the tender, such corrections should

be attested by the Tenderer (s) before submission of the tender. However, the rates shall be

quoted in words and figures, in case of dispute, rates in words shall be taken as final.

4.21 Free entry to the Contractor and his workmen and vehicle during the period of work will be

issued to carry out the work as per rules.

Page 38: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

38 | P a g e

4.22 Completion Drawing and Documentation:

On the basis of drawings issued and additional drawings generated during the course of

execution of works & documentation required for various components and sub-components,

the Contractor should prepare completion documents generally as below but not limited to:

a) Supply items-The contractor shall furnish one set of original manuals, leaflets etc. All

drawings and documents are to be neatly filed in a heavy duty binder and indexed.

b) Copy of all the Test reports and guarantee/Warrantee certificates are to be

presented separately in a folder for records and reference.

Page 39: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

39 | P a g e

Scope of Work & Technical Specifications

Scope of Work :

The proposed job is to be carried out at ESIC Hospital Jhilmil, Delhi. The brief scope of

the work involves but not limited to the following, it is proposed to provide 02 Nos. Oil cum

Gas fired Boilers having capacity of 500 kg/Hr as per Indian Boiler regulations, 1950 with

latest amendments if any. The work also includes SITC of the day oil storage tank, feed

water tank, chimney, water softener, steam/water/gas pipelines, dampers, PRS, LP/HP

header, NRV etc. of suitable capacity as per BOQ complete. The work also includes

registration of the Boilers including all accessories at Delhi from Chief Inspector of Boilers,

Delhi complete.

The scope of work shall include items included under BOQ. However, any item not

specifically mentioned in the list but required for completion of work and make

satisfactory operation of Boilers shall be done by Contractor without any

commercial implications.

Technical Specifications:

Boiler Type : Horizontal, Oil cum PNG fired

Smoke tube, 3 pass Wet back

Boiler Quantity : Two no., as per IBR 1950 with latest

amendment

Boiler Capacity : 500 Kg/hr

Operating Pressure : 10.54 Kg/cm²

Thermal Efficiency : Min. 88% at 50% steam load

DETAILED SPECIFICATIONS:

BOILER:-

• Boiler should be horizontal, shell type, packaged, Three -pass smoke tube

and fully wet back.

• Boiler shall be complete with all mountings, controls, accessories etc.

Page 40: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

40 | P a g e

• MOC for Shell, furnace, tube plates, wrapper drum, pad plates etc. SA

515/516 Gr 70 or Equivalent.

• Boiler construction shall be in accordance with the latest revision of Indian

Boiler Regulations 1950, Act 1923. All material used shall be approved

and tested as per relevant existing codes. All the welded joints shall be as

per code requirement.

• MOC of fire tube: BS 3059 ERW 320. These tubes should be easily

accessible both from inside as well as outside for inspection and

maintenance. These tubes are to be tightly expanded in the tube plate and

seal welded.

• All working parts of the Boiler should be accessible for ease of inspection

and maintenance. On the shell, one elliptical manhole and two mud holes

must be provided. Access to the combustion chamber should be through

bolted refractory lined access door whereas tube nest should be exposed

through hinged mounted front door.

• Boiler front door is lined with ceramic fibre blanket with SS sheeting on

the tube side of the door.

• The Boiler shall be designed and constructed to generate steam at

efficiency of 88% (min.) on Net Calorific Valve (NCV).

• Fusible plugs shall be installed in the 2nd & 3rd pass of the flue gases for

protection.

• The insulated cylindrical shell of the Boiler shall then be cladded with 22

SWG aluminum sheets. A fixed ladder shall be provided which can be

moved as per convenience.

• Radiography examination for circumferential & longitudinal seams of shell

shall be executed as per IBR norms.

Page 41: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

41 | P a g e

MOUNTINGS & FITTINGS FOR BOILERS:-

• MAIN STEAM STOP VALVE : CI ANGLE GLOBE : 1 NOS

• WATER LEVEL GAUGE GLASS : BRONZE SLEEVE PACKED : 2 SETS

RH & LH BOTH

• FEED GLOBE VALVE : CS PISTON GLOBE : 2 NOS

• FEED NRV : CS DISC CHECK VALVE : 2 NOS

• BLOW DOWN VALVE : BRONZE PARALLEL SLIDE : 1 NOS

• WATER LEVEL CONTROLLER : MOBREY : 2 NOS

• ISOLATING VALVES WLC : CI GLOBE : 2 EACH

• SAFETY VALVES : FULL LIFT : 2 NOS

• PRESSURE GAUGE : 10” DIAL (0-300 psig) : 1 NOS

WITH SYPHON AND ISOLATING

VALVE

• PRESSURE SWITCH : PRESTROL : 1 NOS

• BURNER : DUAL FUEL (PNG CUM HSD) : 1 SET

MONOBLOCK TYPE

500000 KCAL/HR.

• AIR RELEASE VALVE : FS/CS/CI GLOBE SCREWED : 1 NOS

• WLC DRAIN VALVE : FS/CS/CI GLOBE SCREWED : 1 NOS

• FEED WATER PUMPS : VERTICAL SS IMPELLER : 2 SETS

COMPLETE WITH MOTOR ETC

• BOILER CONTROL PANEL : PREWIRED DULY FABRICATED : 1 NOS

BURNER:-

• This system consists of a forced draft combustion air blower with motor,

mechanical atomizer burner assembly, photocell operated safety device,

ignition electrodes, transformers etc. Burner assembly shall be bolted on

combustion chamber and that the burner is lit only when the entire burner

Page 42: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

42 | P a g e

assembly is fitted and is in a closed position, ready for operation. Pressure

jet atomisation shall be provided. Spring loaded explosion door & fusible

plug provided for ultimate safety. The entire assembly should be

engineered in such a way that burner moves along with the door when the

door is opened for tube cleaning.

• The following are the alarms to be activated on the following cases

mentioned below

➢ Alarm and Burner trip on flame failure.

➢ Alarm and Burner trip on extreme low water level.

➢ Burner trip on high steam pressure.

FEED WATER PUMPS:-

• Two electrically driven multistage vertical type centrifugal pumps to match

the capacity of the boiler (One working and one standby) shall be supplied

with suitably rated energy efficient motor. The pump should be capable of

handling water at 90° C temperatures and above maximum discharge

pressure generated by the boiler. The class of motor insulation and number

of stages of the pump should be accordingly selected. The pump should

have SS 304 body & impellers with cartridge type mechanical seal,

mounted on CI base. The body & impellers shall be fabricated from SS 304

sheet & not cast steel.

FLUE GAS DUCTING& MS DAMPHER:-

• From Boiler to chimney complete with damper.

• MS Ducting between the chimney & MS Damper shall be of 300 mm dia.

& Boiler shall be fabricated from MS sheet of minimum 4 mm thickness.

• Fabricated ducting segments shall be welded to each other and suitably

supported within the Boiler house.

Page 43: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

43 | P a g e

FEED WATER TANK:-

• Feed water tank of capacity 3 KL shall be covered, horizontal, rectangular

cross section with welded construction.

• The tank shall be fabricated out of MS sheet of min. 6 mm thick having

MS 150x75 mm. channel as longitudinal bottom support.

• The tank shall have 450 mm. dia. circular MS flanged air tight manway at

top with 6 mm. thick counter flange with min. no. quick opening bolts- 1

nos.

• The tank shall have 40 NB inlet, 40 NB outlet, 50 NB overflow, 65 NB air

vent & 65 NB drain connections.

• The tank shall be painted with two coats of epoxy primer & two coats of

epoxy paint from inside and one coat of primer & 2 coats of paint from

outside.

• The overflow & drain lines shall be connected & extended to the nearest

drain.

• Stand off for all connections on the tank shall be at least 150 mm.

PIPE LINE:-

OIL LINE:-

• The line up to the Boiler burner & the return line to the suction header shall

be in the scope of the work.

• All the oil pipe line shall be heavy duty Mild steel pipe (seamless type).

The supply & return line connections to the burner shall be through heavy

duty hose, to avoid disconnection during burner swing over.

WATER LINE:-

• Water piping would be of suitable sized MS seamless pipe welded with

long bends.

• Piping near the pumps shall be complete with isolating valves/ disc check

valves, strainer etc. and all required fittings.

• Feed water line after the Feed water pump to Boiler, shall be as per IBR

requirements.

Page 44: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

44 | P a g e

• The Feed water lines for Boiler shall be suitably sized for maximum rating

of Boiler.

• The disc check valves shall be with and SS working parts to be used. The

scope of supply includes all necessary supporting structure required for raw

& soft water piping.

STEAM LINE:-

• Steam generated from Boiler through the steam stop valves through NRV

to HP steam Header

• Steam line shall be insulated with 50 mm glass wool & cladded with min.

26 SWG aluminum sheet.

• Suitable sized NRV/ DCV shall be provided for Steam line.

• The pressure in the system shall be maintained as per PO requirement.

• Steam pipes shall be inspected and hydraulically tested after the erection

at a pressure not less than 1.5 times the design pressure but shall not exceed

the maximum allowable test pressure of any non-isolated components such

as valves and pumps.

• A certificate from the Inspecting authority in Form-III-A, stating that this

has been done by him may be accepted. The contractor shall get the Boiler

and its complete plant registered by The Chief inspector in Delhi and for

this purpose all fees shall be deposited by the contractor and he shall ensure

successful registration in Delhi and obtain the Provisional Firing Order.

Nothing extra shall be paid on this account by ESIC.

CHIMNEY:-

• Designed with a minimum height of 31 meters and shall meet the

applicable pollution control board norms.

• The construction of chimney shall consist of one conical portion at bottom

and at least two straight portions over it made of suitable sized MS sheet

complete with welded joints and flanged joints between various portions.

• The corrosion allowance to be considered shall be 3 mm and shall be

complete with aviation lamps, lightening arrestor, earthling, and inlet from

flue gas ducting coming from Boilers to chimney with dampers will be in

the scope of Vendor.

• One platform at suitable height shall be provided with ladder and cage for

complete height of chimney.

Page 45: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

45 | P a g e

• Rain cap with cone arrangements and ash removal arrangements shall be

provided as suitable.

• The chimney for the boilers shall be of self-supporting type, made out of

mild steel sheets of suitable thickness. The steel plates and sections used in

construction of the chimney along with other materials such as bolts, nuts,

washer, gaskets including all consumables like welding rods etc. should

confirm to the relevant IS.

• Foundation bolt of adequate length and diameter with square threads shall

be provided along with anchoring channel of section ISMC 150 on the bolt

base.

• Chimney must be supported so as to bear wind pressure, static and dynamic

pressure in case of natural climatic condition. It should be got designed and

tested from the authorized structural engineering design agency. Firm is to

submit a certificate in this regard and nothing extra shall be paid by the

ESIC on this account.

STRUCTURAL WORKS:-

• All structural works like structural support for piping, trench covers, access

ladder, railing etc. for operation & maintenance to mezzanine floor, and

ducting shall be supplied as per site conditions.

• Pipe & cable trenches proposed shall be covered with MS 5 mm thick

chequered plate trench covers with collapsible handles made of 10 mm MS

plain rod. Purchaser shall provide MS angle nosing for the trenches within

the Boiler house. MS angle cleats for supporting the trench covers shall be

welded to the grouted MS nosing angles.

• The structure shall be welded type consisting of suitable steel structure

having columns, I-beams, channels, angles, plates, foundation bolts etc.

• Necessary MS 'B' class pipe 32 NB railing to be provided wherever

required. Complete steel structure to be painted with two coats of Red-

oxide Zinc chromate primer and then 2 coats of synthetic enamel paint.

INTERCONNECTING CABLING:-

• Cabling for connections to various motors from control panel shall be 3

core armoured/ unarmoured 1.5/ 2.5 / 6 mm2 as required.

ALLIED WORKS :

a) All allied works as per the Bill of Quantities to be carried out by the Contractor in

all respects invariably mentioned or not in the specification to complete the work

in all respects.

Page 46: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

46 | P a g e

b) The materials required / intended for the work should be handled carefully and

neatly installed / laid / commissioned and any damages during installation will be

Contractors account and same shall be rectified immediately to its original

condition.

c) The Miscellaneous works to be carried out invariably whether clearly mentioned or not in the specifications and BOQ and to be completed in all respects the said project work

GENERAL NOTES :

a) All the drawings of Design, Construction, Foundation Details, catalogues/Brochures of type Test certificates, routine Test certificates etc. should be submitted by the contractor in THREE sets invariably mentioned or not in the Tender Schedule. After the completion of work, As Built drawings in THREE sets to be submitted.

b) All the drawings to be got approved by the Engineer-in-charge before Fabrication, Assembly, installation etc.

c) All the works of installation, testing commissioning to be carried out in the presence of Engineer-in-charge.

d) Since the project / works is on turnkey basis, the items / components not

specifically mentioned but required, shall be considered and included in the

quoted price at the time of submission of bid. No claim will be entertained after

opening of Price bid.

e) All the Hardware materials/Miscellaneous materials should be got approved by

the Engineer-in-charge before installation and commissioning.

f) The contractor should provide all facilities to test the materials at site.

g) The total turn-key project should be guaranteed for a period of 12 months from the last date of commissioning for all the materials and work carried out by the contractor. In the event of failure during the Guarantee Period, the restoration work shall be done free of cost by the Contractor within 24 Hours of giving notice or else, the expenditure incurred by ESIC to carry-out the defective work will be recovered from the performance guarantee amount with the ESIC.

Page 47: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

47 | P a g e

ANNEXURE-I

TENDER FORM & APPENDIX TO

FORM OF TENDER

(Note: -Tenderers are required to fill up all the blank spaces in this Tender Form). To,

__AC & RD____________________________, 1. Having examined the Instructions to Tenderers, Conditions of Contract,

Specifications and Schedules attached to the Tender with Annexure and having satisfied ourselves of the site conditions for the Tender for “REPLACEMENT OF 02 NOS. OIL CUM GAS FIRED BOILER OF 500 KG/HR CAPACITY AT ESIC HOSPITAL JHILMIL, NEW DLEHI” we the undersigned, offer to execute the work in the area belonging and related to ESIC in conformity with said conditions of contract, specifications, drawings, etc. at rates for items of work in the schedule of items of work and rates attached herewith. We are aware of the site conditions of the subject work at the ESIC Hospital, Jhilmil and of the requirements of this tender and for which we guarantee satisfactory performance.

2. We shall undertake to complete the work within 4 months from the date of issue of Letter of Acceptance.

3. We further undertake, if our tender is accepted, to deposit within 21 days from the

date of receipt of the Letter of Acceptance, Performance Guarantee to the extent

of 5 % (five percent) of the contract price in the manner set forth in the GCC of

tender.

4. We further undertake, if our tender is accepted, to enter into and execute within

7 days of our being called upon to do so, an Agreement in the form annexed and

the conditions of contract with such modifications as are agreed upon.

5. Unless and until a formal agreement is prepared and executed, this tender together with your written acceptance thereof, shall constitute a binding contract between us.

6. We agree to abide by this tender for the period of 4 calendar months from the date fixed for receiving the same.

7. We have deposited the Earnest Money as per the instructions. 8. We further agree that in the event of our withdrawing the tender before the

receipt of the final decision or in the event of our failing to deposit the Security

Deposit in such form as contained in the GCC of tender or in the event of our tender

being accepted, fail to execute an agreement in the form aforesaid within one

month or extended time thereafter from the date of receipt of letter of acceptance,

the deposit of Earnest Money shall stand forfeited to the Port Trust.

9. We agree that the payment shall be made direct to us by the ESIC in Rupees.

Page 48: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

48 | P a g e

10. We understand that you are not bound to accept the lowest or any tender you may receive.

Dated this _________ Day of __________ in the capacity of ________ duly authorized to sign the Tender for and on behalf of

(IN BLOCK CAPITALS)

Signature:

Address:

Page 49: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

49 | P a g e

ANNEXURE – II

FORM OF AGREEMENT

THIS AGREEMENT made at Delhi this ______ day of

__________BETWEEN M/s._______________________ (hereinafter called "the Contractor")

which expression shall unless excluded by or repugnant to the context or meaning thereof be deemed

to include his heirs, executors, administrators successors and permitted assigns) of the one part and

ESIC, represented by Regional Director, Regional Office, Employees' State Insurance Corporation,

Rajendar Bhawan, New Delhi (herein after called "The ESIC") which expression shall unless excluded

by or repugnant to the context or meaning hereof, be deemed to include their successors and assigns)

of other part, WHEREAS the ESIC have accepted a tender by the Contractor for “REPLACEMENT OF 02

NOS. OIL CUM GAS FIRED BOILER OF 500 KG/HR CAPACITY AT ESIC HOSPITAL JHILMIL, NEW DLEHI”

and Guaranteeing the performance for a period of 12 months vide work order

No…………………………………………………..dated…………….

NOW THIS AGREEMENT WITNESSESTH AS FOLLOWS:

1. In this agreement words and expressions shall have the same meaning as are respectively

assigned to them in the conditions of Contract hereinafter referred to.

2. The following documents annexed herein shall be deemed to form and be read and construed

as part of this Agreement, viz –

a) Detailed work order

b) Tender document consisting of instruction to Tender, General conditions of contract, schedule

of work etc.

c) Priced Bill of Quantities

d) All other correspondence Letters, documents exchanged between the ESIC and the

contractor.

In consideration of the payments to be made to the Contractor as hereinafter mentioned the

Contractor HEREBY COVENANT with the ESIC to “REPLACEMENT OF 02 NOS. OIL CUM GAS FIRED

BOILER OF 500 KG/HR CAPACITY AT ESIC HOSPITAL JHILMIL, NEW DLEHI” and Guaranteeing the

performance for a period of 12 months in conformity in all respects with the provision of the Contract.

2. The ESIC HEREBY COVENANT to pay to the Contractor in consideration of the work “REPLACEMENT

OF 02 NOS. OIL CUM GAS FIRED BOILER OF 500 KG/HR CAPACITY AT ESIC HOSPITAL JHILMIL, NEW

Page 50: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

50 | P a g e

DLEHI” and Guaranteeing the performance for a period of 12 months, the Contract Price or and such

other sum as may be payable at the time and in the manner prescribed by the Contract.

3. IN WITNESS WHEREOF the parties hereunto have set their hands and seals, the day and year first

above written. This Agreement is assigned as ___ …………../2019-20 and contains with……….pages in

all.

Signed and sealed on behalf of For and on behalf of the ESIC

Contractor (ESIC)

Sign : Sign

Name : Name

Designation: Designation: AC&RD

In presence of In presence of

Witness: Witness:

Page 51: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

51 | P a g e

ANNEXURE -III

SECURITY /PERFORMANCE BANK GUARANTEE

THIS DEED OF GUARANTEE executed on this ………… day of …….. Two thousand …….. at ……….

by (Bank)-------------------- having its corporate and Registered office at -------------- (hereinafter

referred to as the Guarantor) which expression shall unless contrary or repugnant to the context or

meaning thereof be deemed to include their successors, Administrators and assigns, of the one

part.

IN FAVOUR OF :

The ESIC, a _________________________________________________, and having their

Administrative office at ______________________________________(hereinafter referred to as

“____________”) which expression shall, unless contrary or repugnant to the context or meaning

thereof be deemed to include their successors, administrators and assigns, of the other part.

WHEREAS: -

The ESIC, vide its tender dated .0.2018 invited open Tenderers to bid for “REPLACEMENT OF 02 NOS.

OIL CUM GAS FIRED BOILER OF 500 KG/HR CAPACITY AT ESIC HOSPITAL JHILMIL, NEW DLEHI”

(hereinafter called “the Contract”).

(a) After evaluation of the bids received in response to the Tender dated. 0.2019, the ESIC accepted the Bid of M/s. -------------- (hereinafter referred to as “the Contractor”) and issued Letter of Acceptance (LOA) and also Work Order No. -------- dated--------for commencement of the said Contract work, subject to the terms and conditions stipulated therein.

(c) In terms of the Work Order and the Contract Agreement No…………. dated ………. entered

into between the ESIC and the Contractor, the Contractor is required to furnish the ESIC, a

Security Deposit Cum Performance Guarantee being an unconditional and irrevocable Bank

Guarantee from a Nationalized/Scheduled Bank having its branch at New Delhi for a sum

of Rs. (Rupees ....... only) as the security for due and punctual performance/discharge of

the obligations by the Contractor under the said Contract Agreement.

(d) At the request of the Contractor and for a valid consideration of the contract, the Guarantor

has agreed to provide the guarantee, under this presents guaranteeing the due and

punctual performance/discharge by the Contractor of his obligations under the said

Contract.

NOW THEREFORE THIS DEED WITNESSTH AS FOLLOWS :

1. The Guarantor, (Bank) ---------------- hereby irrevocably and unconditionally guarantees

the due execution and punctual performance by M/s. ---------------- (the Contractor) of

all its obligations under the Contract Agreement.

2. The Guarantor shall, without demur or protest, pay to the ESIC a sum not exceeding to

Rs.-----------(Rupees ------- ---- ---- only)) immediately on receipt of a written demand

therefore from the ESIC stating that the Contractor has failed to meet their

Page 52: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

52 | P a g e

performance/obligations under the Contract Agreement. The Guarantor shall not go

into the veracity of any breach or failure on the part of the Contractor or validity of the

demand so made by the ESIC and shall pay the amount specified in the demand

notwithstanding any direction to the contrary given or any dispute whatsoever raised

by the Contractor or any other person authorized by him before any Court, Tribunal,

expert, Arbitrator or similar proceedings. The Guarantor’s obligations hereunder shall

subsist until all such demands of the ESIC are duly met and discharged in accordance

with the provisions of the Agreement. Any such demands made on the Guarantor by

the ESIC shall be conclusive, absolute and unequivocal as regards the amount due and

payable by the Guarantor under this Agreement, subject to however to a limit of Rs.

Rs.-----------(Rupees ------------- only). The ESIC shall at all time at its sole discretion have

the absolute and unconditional right to call upon the Guarantor to pay the amount

under this Guarantee until ........................ or within a claim period of six months from the

date of expiry of this Guarantee. i.e. on or before .......20 .

3. In order to give effect to this Guarantee, the ESIC shall be entitled to treat the

Guarantor as the Principal Debtor. The obligations of the Guarantor shall not be

affected by any variations in the terms and conditions of the Contract Agreement or

other documents or by the extension of time for performance granted by the ESIC or

postponement/non-exercise/delayed exercise of any of its rights by the ESIC or any

indulgence shown by the ESIC to the Contractor and the Guarantor shall not be relieved

from their obligations under this Guarantee on account of any such variations,

extensions, postponement, non- exercise or delayed exercise by the ESIC of any of the

ESIC’s rights or any indulgence shown by the ESIC, provided nothing contained herein

shall enlarge the Guarantor’s obligations hereunder.

4. This Guarantee shall not be affected by any change in the constitution or winding up,

insolvency, bankruptcy, dissolution or liquidations of the Contractors/Guarantor or any

absorption, merger or amalgamation of the Contractor/Guarantor with any other

person or Party.

5. Any payment made hereunder shall be made free, clear of and without deduction for

or on account of taxes, levies, imposts duties, charges, fee deductions or withholding

of any nature whatsoever.

6. This guarantee shall be unconditional and irrevocable and shall remain in full force and

effect until the scheduled Contract period, thereafter unless discharged/released

earlier

by the ESIC in accordance with the provisions of the Agreement or until expiry of six

months of claim period after expiry of the Guarantee period. The Guarantor’s liability

in aggregate shall be limited to a sum of Rs.------------ only.

Page 53: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

53 | P a g e

7. The obligations, covenants, agreements and duties herein shall not be subject to any

counter claims, cross claims, setoffs, deductions, withholdings, diminutions,

abatements, recoupments, suspensions, deferments, reductions or defense for any

reason whatsoever and the Guarantor shall have no right to terminate this Guarantee

or to be released, relieved or discharged from any of its obligations, covenants,

agreements and duties hereunder for any reason whatsoever during the validity of this

Guarantee.

8. The guarantor warrants that it has the powers to issue this guarantee and discharge

the obligations contemplated herein, and that the undersigned are duly authorized to

execute this Guarantee pursuant to the powers granted under…………

9. This guarantee shall be governed by and construed in accordance with the laws of India.

The Guarantor hereby irrevocably submits to the exclusive jurisdiction of the Court at

New Delhi for the purpose of any suit, action or other proceedings arising out of this

Guarantee or the subject matter hereof, brought by the ESIC or its successors or

assigns.

Notwithstanding anything contained herein above:

(a) The Guarantor’s liability under this Guarantee shall not exceed Rs.---- (Rupees---------- only). This guarantee shall valid up to..........20 and remain in full force until a claim period of six months from the date of expiry of the Guarantee.

(b) The Guarantor shall be released and discharged from all liability under this guarantee unless a Written claim or demand is issued to the Bank on or before ..2020 at (Bank)--- -Branch, -------------- (the Guarantor).

(d) The guarantee shall be encashable at New Delhi.

IN WITNESS WHEREOF THE GUARANTOR HAS SET HIS HANDS HEREUNTO ON THE DAY, MONTH

AND YEAR FIRST HEREINABOVE WRITTEN.

Signed and Delivered by

(Authorized Signatory/s)

(Name & Code No.)

(For and on behalf of (Bank.))

Page 54: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

54 | P a g e

ANNEXURE – IV

FORMAT FOR DECLARATION

(To be executed on bidder’s letter head) To

________________________

(Project Title)

Ref: ________________________

The undersigned, having studies the pre-qualification submission for the abovementioned project, hereby states:

(a) The information furnished in our bid is true and accurate to the best of my knowledge.

(b) That in case of being pre-qualified, we acknowledge that the Employer may invite us to participate in due time for the opening of Price cover of the tender on the basis of provisions made in the tender documents to follow.

(c) When the call for tenders is issued, if the legal, technical or financial conditions, or the contractual capacity of the firm or joint venture changes, we commit ourselves to inform you and acknowledge your sole right to review the pre-qualification made.

(d) We enclose all the required pre-qualification data format and all other documents and supplementary information required for the pre-qualification evaluation.

(e) We state that no changes have been made by us in the downloaded tender documents and also understand that in the event of any discrepancies observed, the printed tender document No._______ is full and final for all legal/contractual obligations (delete if not required).

(f) We also state that we have not made any payment or illegal gratification to any

person/authority connected with the bid process so as to influence the bid process and have not committed any offence under the PC Act in connection with the bid.

Date:

Place:

Name of the Applicant : __________________________________

__________________________________

Represented by (Name & capacity)

Page 55: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

55 | P a g e

Annexure-V

Technical Data & details to be furnished by the Bidder

S.

No. Description Details

The only boiler makes mentioned in bid document

is acceptable

1 Boiler Details

Make of Boiler

Design Code of Boiler IBR

Type of Boiler (design)

Dead weight of Boiler

Total weight with water flooded

Model No.

No. of passes 3 pass

2 Steam Generation (F&A 100° C of water)

Steam quality

Max. total Solids ppm

Silica ppm

Dryness fraction in % at MCR conditions

3 Steam Pressure

Safety valve set pressures Kg/cm² (g)

Safety Valves (MOC/Size/Qty.)

High steam pressure alarm pressure switch setting Kg/cm² (g)

4 Boiler Thermal Efficiency Based on NCV of fuel

100 % load

75 % load

50 % load

Page 56: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

56 | P a g e

25 % load

5 Connected Electrical Load No. HP Total

FO Outflow heater

Feed water pump

FD fan

Oil Pump

Burner

Any other load

6 Boiler Dimensions (Length x Breadth x Height)

Overall dimension of boiler

Recommended size of Boiler house suitable for 1 no. Boiler

7 Mechanical Details of Boiler

Total heating surface area (sq. m)

Tubes set

Furnace

Heating Surface Area

Tubes

OD x Thickness (mm)

Quantity (nos)

Material of construction

No. of passes in the shell

Shell

Thickness

Diameter

Length

Material of construction

Steam-water interface area

Water content at working level

Page 57: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

57 | P a g e

Steam separator (Provided/Not provided)

Furnace

MOC of furnace

Volume

Type of refractory bricks used

8 Feed water arrangement

No. of pumps

Standby water pumps

Type of pump (vertical, multistage)

No. of stages

NPSH required

Capacity of each pump m³/hr. at MWC head

9 Burner

Make; Model

No of nozzles

Nozzle tips MOC

Rating of burner in Kcal/hr

Turn down ratio

Excess air % on full load condition

Burner efficiency

10 Alarms & safeties for burner (Provided/Not provided)

Flame failure

Extra low water level

11 Flue Gas ducting & Chimney

Flue gas opening size on boiler (mm)

Chimney:

Dia. at base of the chimney

Dia. At top of the chimney

Page 58: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

58 | P a g e

Number of chimney section

Dia. At base of each section

Dia. At top of each section

Height of each section

Total height of the chimney

Plate thickness at each section

Foundation bolts of chimney

Dia. Of Foundation Bolt

No. of Bolts

Nut & check nut size

Length of bolt

Flue gas ducting

Size (mm)

Length (mtrs)

Plate thickness (mm)

12 Automatic Water level controls

Mobrey Level Controller : Yes/ No; Qty;

Alarm and signal provided for

Low level : Yes/ No

High level: Yes/No

Extra low level : Yes/ No

13 Boiler Mountings and fittings Qty. Size Make

Steam stop valve

Non-return valve

Safety valve

Feed check valve

Blow down valve for shell

Air vent valve

Page 59: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

59 | P a g e

Auxiliary valve

Water level gauge

Steam pressure gauge

Mobrey water level controller

Explosion vent

Manhole

Mudhole

Fusible plug

14 Critical performance parameters at Full load

Net effective area of heat transfer (sq. m)

Flue gas temperature/stack temp (°C)

Page 60: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

60 | P a g e

SCHEDULE – I

EXPERIENCE IN SIMILAR WORKS.

The information about experience in similar Works should be submitted in below mentioned format and separate sheets must be used for each reference.

You are advised to furnish details about similar Works so as to meet minimum qualifying criteria as stipulated in the Tender. In support of submitted information, it is very essential to submit copies of supporting documentary evidence of work orders and satisfactory completion certificates & copy of TDS certificate of the supporting work shall be submitted with Contract Value issued by Client’s during past 7 years.

1. Client’s Name:

2. Contract / Order number and Date.

3. Name of the

contractor

4. Client’s Address in full:

5. Name of Client’s Contact person:

6. Client’s

Telephone Number/s

7. Client’s fax number

8. Contract / Order value

9. Completion period as per Contract / Order

10. Date of Actual completion Of Contact / Order

11. Brief details of Contract/Order

Page 61: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

61 | P a g e

SCHEDULE-II

Make of Materials

Items Description Makes

Boiler Makes FORBES MARSHALL / THERMAX / CRUPP BOILERS / THERMODYNE

Boiler drum plate SAIL / TISCO

Boiler Tubes TATA/ISMT/JINDAL/ conforming to IBR

HP steam pipes TATA/ISMT/JINDAL/ conforming to IBR

Boiler feed water pump GRUNDFOS/ WILO/ KSB

HP/ LP steam / Condensate

valve

FORBES MARSHALL / AUDCO / LEADER/SPIRAX

Steam Non Return Valve AUDCO / FORBES MARSHALL/ LEADER/SPIRAX

Oil pump BURNER OEM MAKE

Pressure gauges H GURU/ FIEBIG

Blow Down Valve LEVCON/ E’LEMS

Steam relief valve DARLING MUESCO/ SANT/ FAINGER LASER

Automatic Water level

controller

MALHOTRA / CRUPP BOILERS / FORBES MARSHAL / THERMAX /

THERMODYNE

Water level indicator with

drain cock

LEADER/ E’LEMS/ LEVCON

Mono block burner RIELLO/ECOFLAME/FBR/DEUNIGAS

Pressure switches DANFOSS/ INDFOSS

Miscellaneous Items (Electricals)

MCCB, MPCB, MCB L&T / SIEMENS / ABB / SCHENIDER

Contractors L&T / SIEMENS / ABB / SCHENIDER

Started Overload Relays L&T / SIEMENS / ABB / SCHENIDER

Page 62: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

62 | P a g e

Indicating Lamps L&T / SIEMENS / VAISHNO / TEKNIC

LT Power Cables POLYCAB / FINOLEX / UNIVERSAL / HAVELLS

LT Copper Control Cables POLYCAB / FINOLEX / UNIVERSAL / HAVELLS

Page 63: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

63 | P a g e

SCHEDULE-III

Tenderer shall furnish Bank Information for E-Payment

1 Name and full address of the

Tenderer. EMAIL address

2 Credit Account No.

(Should be full 14 digit)

3 Account type

(SB or CA or OD)

4 Name of the Bank

5 Branch (Full address with

Telephone No.)

6 MICR code

(should be 9 digit)

7 Telephone/Mobile /Fax No. of Telephone:

the tenderer.

Mobile:

Fax:

8 PAN :

(Permanent account number)

9 GST. Registration No.

10 TIN No.

11 Xerox copy of a cheque and

PAN card should be enclosed.

Signature and seal of the Tenderer:

Page 64: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

64 | P a g e

BILL OF QUANTITIES

Name of Work: REPLACEMENT OF 02 NOS. OIL CUM GAS FIRED BOILER OF 500

KG/HR CAPACITY AT ESIC HOSPITAL JHILMIL, NEW DLEHI Sl. No. Description Qty/Unit Rate Amount

1. Design, Supply, Installation, Testing & commissioning of Horizontal smoke tube, three pass, wetback, packaged type Gas cum HSD fired, fully automatic 500 Kg/hr Steam boiler (IBR TYPE) suitable for working pressure of 10.54 kg/cm sq. F @ A 100ºC when fired with HSD/Gas i/c Automatic Blow Down System with numeric valve and TDS controller & Registration of Boiler at Delhi from Chief Inspector of Boilers, Delhi. i/c Installation of Gas Train Assembly etc for Burners. The work also includes repair of existing foundation of old boilers to make it suitable for proposed new Boilers. 02 Nos.

2. Supply, Installation, Testing & commissioning of M. S. ducting 300 mm fabricated out of 4.00 mm thick M.S. plate between boiler and main chimney complete with flanges, bends, gaskets, nuts and bolts complete as per specification as required at site. 14 Mtrs

3. Supply, Installation, Testing & commissioning of M S. dampers of 300 mm dia with matching flanges. Fabricated out of 4mm MS plate, with flanges on both ends for both boilers, complete as per specification as required at site 02 Nos.

4. Supplying and fixing of MS Rectangular Feed Water Tank of cap 3 KL Complete with Inlet, Outlet, overflow connections, Man Hole, Drain Connection i/c Scale and Float etc as required at site. 01 No.

5. Supply, Installation, Testing and Commissioning of Water Softening Plant having OBR of 50 m3, flow rate of 2 m3/hr at raw water hardness for 200 ppm max and output hardness of 5 ppm or below have FRP body complete as required at site as per approved make. 01 No.

6. Supply, Installation, Testing and Commissioning of Pressure Reducing Station with Inlet Pressure of 10.54 Kg/cm2 and downstream pressure of 6Kg/cm2 complete. PRS Size 25 mm x 50 mm Cast Iron Pressure Reducing Station consisting of - - moisture separator with compact steam trap drain module - inlet, outlet and bypass piston type, zero leakage isolation valves - inlet Y-type strainer - SG Iron Pressure reducing valve - safety valve at outlet - inlet and out pressure gauges -all interconnecting pipe with End Connection Flanged 150#.IBR Approved 01 No.

Page 65: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

65 | P a g e

7. Supplying, Installation, Testing and Commissioning of Day Oil HSD Storage Cylindrical Vertical Tank capacity 990 Ltrs i/c Tube type level Indicator having and inlet, outlet, overflow and drain one each of 25 mm size, air vent connection of 50 mm size complete as read at site. 01 No.

8. Supply, Installation, Testing & commissioning of IBR Steam/ PNG/ Oil / Hot Water pipe Seamless Sch 40 complete with bends, sockets, flanges, gasket etc for supplying steam from boiler to existing steam line, safety valve exhaust, blow down line & PNG line for Burner, etc.

a. 15 NB b. 20 NB c. 25 NB d. 40 NB e. 50 NB

60 Mtr. 12 Mtr. 60 Mtr. 60 Mtr. 90 Mtr.

9. Supply, Installation, Testing & commissioning of NRV in Steam Line with Disc Check Valve of 40 NB size of approved make. 02 Nos.

10. Supplying, Installation, Testing and Commissioning of CI 'Y' type strainer with fittings, complete with structural supports for water/ oil line of following sizes complete as required at site.

a. 25 NB b. 40 NB

02 Nos. 02 Nos.

11. Supply, Installation, Testing & commissioning of PC34 & UTD III Steam Trap assembly i/c one inlet valve, one bye pass valve & one UTD III Steam trap complete of approved make. 05 Nos.

12. Supply, Installation, Testing & commissioning CI / GM Globe Valve class 150 complete as required at site .

a. 15 NB screwed GM b. 20 NB screwed GM c. 25 NB Flanged CI/GM screwed d. 40 NB Flanged Cast Iron e. 50 NB Flanged Cast iron

06 Nos. 01 No. 06 Nos. 04 Nos. 02 Nos.

13. Supplying and fixing of 50mm dia Cast Iron Flanged Ball valve/ Cast Iron Butterfly Water/ Oil Line etc. as required make as per list attached.

a. 25 NB screwed IC b. 40 NB Butterfly

10 Nos. 06 Nos.

14. Supply, Installation, Testing and Commissioning of High Pressure Steam Distribution Header IBR Approved of size 200 mm having 3 connections of 40 NB, two of 25 NB and one 40 NB blow down connection complete as required at site. 01 No.

15. Supply, Installation, Testing and Commissioning of Low Pressure Steam Distribution Header of size 200 mm having 3 connections of 50 NB, two of 40 NB and one 40 NB blow down connection complete as required at site. 01 No.

16. Providing & laying of Insulation on Steam/ Hot Water Pipe line with 50 mm thick glass wool, MS wire net & 26 SWG Aluminum Sheet etc as reqd. 120 Mtrs.

Page 66: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

66 | P a g e

17. Providing, Fixing & Fabrication of Structural steel work for making pipe supports, hangers, blow down chamber, structure of Day oil tanks, feed water tank, including cutting, welding, bending with I Beams, Channel and painting with a coat of primer & two coats of Aluminum /Black paint. Material includes MS angle, channel, Flat & MS rod etc complete. 2000 Kgs

18. Supply, Installation, Testing & Commissioning of Fabrication & Installation of 31 mt high Chimney with bottom 1200 mm dia & top 400 mm dia as per details given below i.e. including, loading, unloading, transportation of fabricated chimney, erection & commissioning etc. complete as reqd. The work also includes making suitable foundation for the chimney. Please refer complete technical specification for chimney. 01 Job

19. Supply & Installation of MCC / Motor Control Center with incoming feeder, Outgoing feeders for: 2 Boilers, Aviation light control, 2 nos. spare feeders of 5 HP. The MCC shall include MPCD, Contactors, relays, Indicating Lights, Rotary Switches of suitable size. Providing Cabling Between Boiler motors and MCC, control cabling complete as required at site. Incoming cable to MCC excluded. 01 No.

20. Providing & Laying of Earthing with Copper earth plate 600mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 2.7 meter long etc. with charcoal/coke and salt as required at site complete. 4 Set

21. supplying and laying 25mm X 5 mm G. I strip at 0.50 meter below ground as strip earth electrode, including connection/terminating with nut, bolt, spring, washer, etc. as required.( jointing shall be done by overlapping and with 2 sets of brass nut bolt & spring washer spaced at 50 mm) 50 Mtr.

22. Less Credit of 02 Nos. Old Boilers complete with all accessories, Chimney & Ducting etc the work includes complete dismantling of both boilers, chimney etc. & transportation etc. on “as it is where it is” basis 01 Job

Total Rs

Page 67: e-TENDER · Place, New Delhi before last date of submission of bids (i.e. 24/12/2019 at 02:00 PM). EMD is to remain valid for a period of forty-five days beyond the final bid validity

67 | P a g e

PART-IV

CHECK LIST

SCHEDULE FOR CHECKLIST OF DOCUMENTS TO BE UPLOADED ALONG WITH TECHNO-

COMMERCIAL BID.

DETAILS OF DOCUMENTS TO BE SUBMITTED Yes No

Technical Bid 1 Scanned copy of Earnest Money Deposit (EMD) and covering letter

2 Supporting documentary evidence of satisfactory

completion certificate issued by the client duly self-attested (as per Schedule – 1)

3

Average Annual financial turnover should be at least INR Rs

35,16,294.00 for (2015-16,2016-17 & 2017-18), endorsed by

Chartered Accountant with attestation as per clause 1.3, i) of NIT.

4 Copies of Certificates:

a) GST Registration Certificate.

b) Pan card copy

c) Manufacturer or authorised dealer certificate

5 Annexure – IV –Declaration (on letter head).

6 Annexure – IV --

Technical Data & details to be furnished by the Bidder

PRICE BID Price Schedule (Online Mode Only)