कर्मचारी राज्य बीर्ा निगर् ( (Ministry of Labour & Employment, Govt. of India)
कर्मचारी राज्य बीर्ा निगर् ( (Ministry of Labour & Employment, Govt. of India)
1
E. mail : [email protected] Ph- 01795-275105
कर्मचारी राज्य बीर्ा निगर् आदर्म अस्पताल, बद्दी
EMPLOYEES` STATE INSURANCE CORPORATION MODEL HOSPITAL, BADDI
श्रम एवं रोजगार मंत्रालय, भारत सरकार / Ministry of Labour & Employment, Govt. of India
गावां - काठा, बद्दी, निला - सोलि (निर्ाचल प्रदेर्)/ Village - Katha, Baddi, Dist - Solan (H.P) 173205
An ISO 9001:2015 Certified institute
--------------------------------------------------------------------------------------------------------------------------
INDEX
Sl. No. Description Page No.
A. Notice inviting E-TENDER (NIT) 3
B. Important instruction for the bidders regarding 4-6
online payment
C. Details of NIT 7-9
D. Undertaking by tenderer- Annexure II 10
E. General terms and condition- Annexure III 11-24
F. Special Condition of Contract Annexure IV 25-33
G. Scope of Work – Annexure V 34-36
H. Technical Bid- Profile of Bidder – Annexure VI 37
I Price Bid – Annexure VII 38-39
2
E. mail : [email protected] Ph- 01795-275105
कर्मचारी राज्य बीर्ा निगर् आदर्म अस्पताल, बद्दी
EMPLOYEES` STATE INSURANCE CORPORATION MODEL HOSPITAL, BADDI
श्रम एवं रोजगार मत्रं ालय, भारत सरकार / Ministry of Labour & Employment, Govt. of India
गाांव - काठा, बद्दी, निला - सोलि (निर्ाचल प्रदेर्)/ Village - Katha, Baddi, Dist - Solan (H.P) 173205
An ISO 9001:2015 Certified institute
-----------------------------------------------------------------------------------------------------------------------
E-Tenders in two bid system through 'e’ procurement solutions are " Repair & Comprehensive
Maintenance of Medical Gas Pipe Line and Operation Theatre Equipment’s/ Accessories & other
Allied Misc Installations in 100 Bedded ESIC Hospital at Baddi (HP) for 2 Years which can be
further extended for one year on same terms and condition. Tender documents are available on
line at https://eprocure.gov.in/eprocure/app.
Bidders have to deposit the Earnest Money Deposit (EMD) of Rs. 100, 000 (Rs One Lakh
Only) in the form of demand Draft/Pay Order from a scheduled bank drawn in favour of “ESI
Fund A/c. no. 1”, payable at Baddi.
Tender completed in all respect should be dropped in Tender box placed in MS office , 3rd Floor
along with online application of E-tender .The interested bidders should upload their bids along
with duly signed scanned copies of all the relevant certificates, documents, etc. in support of
their technical & price bids on the https://eprocure.gov.in/eprocure/app. latest by
scheduled Date. The technical bids will be opened online on scheduled date and Time.
Tender documents are also available for viewing on the website of Employees' State
Insurance Corporation i.e. www.esic.nic.in
3
Instruction for online Bid Submission
The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital
Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal,
prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app
REGISTERATION:-
1. Bidders are required to enrol on the e-Procurement module of the Central Public Procurement Portal
(URL:https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrolment” on the CPP Portal
which is free of charge.
2. As part of the enrolment process, the bidders will be required to choose a unique username and assign a
password for their accounts.
3. Bidders are advised to register their valid email address and mobile numbers as part of the registration
process. These would be used for any communication from the CPP Portal.
4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class III
Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS /
nCode / eMudra etc.), with their profile.
5. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure
that they do not lend their DSC’s to others which may lead to misuse.
6. Bidder then logs in to the site through the secured log-in by entering their user ID / password and the
password of the DSC / e-Token.
1. There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by
several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc.
There is also an option of advanced search for tenders, wherein the bidders may combine a number of search
parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a
tender published on the CPP Portal.
2. Once the bidders have selected the tenders they are interested in, they may download the required
documents/ tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would
enable the CPP Portal to intimate the bidders through SMS / email in case there is any corrigendum issued to
the tender document.
3. The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain
any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1. Bidder should take into account any corrigendum published on the tender document before submitting their
bids.
4
2. Please go through the tender advertisement and the tender document carefully to understand the documents
required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be
submitted, the number of documents – including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document
/ schedule and generally, they can be in PDF / XLS
/ RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps
in reducing size of the scanned document.
4. To avoid the time and effort required in uploading the same set of standard documents which are required to
be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual
reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other Important
Documents’’ area available to them to upload such documents. These documents may be directly submitted from
the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a
reduction in the time required for bid submission process
SUBMISSION OF BIDS
1. Bidder should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other
issues.
2. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender
document.
3. Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter
details of the instrument / scan copy.
4. Bidder should prepare the EMD as per the instructions specified in the tender document. The details of the
DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and
the data entered during bid submission time. Otherwise the uploaded bid will be rejected.
5. Bidders are requested to note that they should necessarily submit their financial bids in the format provided
and no other format is acceptable. If the price bid has been given as a standard BOQ format with the tender
document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download
the BoQ file, open it and complete the white coloured (unprotected) cells with their respective financial quotes and
other details (such as name of the bidder). No other cells should be changed. Once the details have been completed,
the bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified
by the bidder, the bid will be rejected.
6. The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for
referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow
this time during bid submission.
7. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to
ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid
opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology.
Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to
symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric
encryption using buyers/bid opener’s public keys. Overall, the uploaded tender documents become readable only
5
after the tender opening by the authorized bid openers.
8. The uploaded tender documents become readable only after the tender opening by the authorized bid
openers.
9. Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the
portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no.
and the date & time of submission of the bid with all other relevant details.
10. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This
acknowledgement may be used as an entry pass for any bid opening meetings.
ASSISTANCE TO BIDDERS :-
1. Any queries relating to the tender document and the terms and conditions contained therein should be
addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.
Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be
directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 1800 233 7315. Foreign bidder
can get help at +91-79-40007451 to 460.
6
E. mail : [email protected] Ph- 01795-275105
कर्मचारी राज्य बीर्ा निगर् आदर्म अस्पताल, बद्दी
EMPLOYEES` STATE INSURANCE CORPORATION MODEL HOSPITAL, BADDI
श्रम एवं रोजगार मंत्रालय, भारत सरकार / Ministry of Labour & Employment, Govt. of India
गाांव - काठा, बद्दी, निला - सोलि (निर्ाचल प्रदेर्)/ Village - Katha, Baddi, Dist - Solan (H.P) 173205
An ISO 9001:2015 Certified institute
-----------------------------------------------------------------------------------------------------------------------
Details of NIT
Repair & Comprehensive Maintenance of Medical Gas Pipe Line and Operation
Theater Equipments/ Accessories & other Allied Misc Installations in 100 Bedded
ESIC Hospital at Baddi (HP)
1 The work is estimated to cost Rs. 50.00 Lacs with the detail as mentioned below.
Estimated cost
S.
Name of work (Rs. In Lacs)-
No.
per year
Repair & Comprehensive Maintenance of Medical Gas
1 Pipe Line and Operation Theatre Equipments/ 50.00
Accessories & other Allied Misc Installations in 100
Bedded ESIC Hospital at Baddi (HP)
The estimate, however, are given merely as a rough guide.
1. Tenders will be issued to all firms and contractors of repute. Issue of tender documents shall not be construed as
qualifying in technical bid. First the technical bids submitted by the firms/contractors along with the earnest money
as prescribed shall be evaluated as per standard procedure. Online E- Tender is must Tender without Earnest money as
prescribed shall not be opened at all and shall be summarily rejected. The financial bids of those tenderers shall only be
opened who qualify in the technical bid. The date and time of opening of financial bids shall be intimated in due course of
time.
2. Agreement shall be drawn with the successful tenderer on Special Conditions of Contract along with
prescribed Form No. CPWD-7/8 (Latest edition with up to date corrections and amendments) which is available as
a Govt. of India Publication. and which shall be part of agreement. Tenderers shall quote their rates as per various terms
and conditions of CPWD form 7 & 8 and special conditions of contract which will form part of the agreement.
3. The time allowed for carrying out the work will be 24 Months reckoned from the 15th day after the date of
written orders to commence the work or from the first day of handing over of the site, whichever is later, in accordance
with the phasing, if any, indicated in the tender documents.
4. Tenderers shall deposit Earnest Money of Rs.100000/-(one Lakh) in the form of Demand Draft issued in favour
of ESIC FUND ACCOUNT NO.1 payable at Baddi in form of Demand Draft only
5. Along with E-tender Duly filled up tender documents comprising of Technical bid & Financial bid supported by
prescribed Annexures should be submitted in sealed envelopes duly super-scribed with the name of work and due date of
opening as per instructions given below.
EMD in the manner prescribed in a separate cover marked “EARNEST MONEY Envelope 1.
a) Technical Bid as prescribed above and placed in an Envelope 2 shall be sealed and super-scribed with the
words “Technical Bid for (Name of the Project) and name of the firm/contractor”.
b) The duly filled up Bill of quantities and other schedules or conditions, if any as prescribed above shall be
7
put in a separate sealed envelope marked “Financial bid for ( Name of the Project) and name of the
firm/contractor”.---- Envelope 3.
c) All three envelopes shall be properly sealed and put together in a single envelope and sealed properly
and super- scribed as “Technical and Financial bids for (Name of the Project) with due date of opening
and name of the firm/contractor”.
6. The contractor shall be required to deposit an amount equal to 5% of the contract value of the work as
performance guarantee in the form of an irrevocable bank guarantee bond of any Nationalised Bank or ICICI, IDBI,
HDFC, Axis bank in accordance with the form prescribed within 15 days of the issue of letter of acceptance. This
period can be further extended by the Medical Superintendent up to a maximum period of 7 days on written request of
the contractor. The performance Bank Guarantee should be kept valid for contract period and inclusive of Defect
Liability Period. In case the contract value gets revised, the performance Bank Guarantee for balance amount /
exceeded amount shall be provided by the tenderer..
7. (i) The description of the work is as follows :- Repair & Comprehensive Maintenance of Medical Gas Pipe Line and
Operation Theater Equipments/ Accessories & other Allied Misc Installations in 100 Bedded ESIC Hospital at Baddi (HP)
(ii) Copies of other drawings and documents pertaining to the works will be open for inspection by the
tenderers at the office of the tender issuing authority.
(iii) Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before
submitting their tenders as to the nature of the ground , the form and nature of the site, the means of access to the
site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks,
contingencies as other circumstances which may influence or affect their tender. A tenderer shall be deemed to have
full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or
otherwise shall he allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials,
tools & plants, water, electricity, access, facilities for execution, worker and all other services required for
executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a
tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope
and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to
him by the MS and local conditions and other factors having a bearing on the execution of the work.
8. (i) The MS does not bind itself to accept the lowest or any other tender and reserves to itself the authority to reject
any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed
conditions is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer shall be
summarily rejected.
9 Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by
the contractors who resort to canvassing will be liable to rejection.
10. i) Medical Superintendent reserves to himself the right of acceptance the whole or any part of the tender and the
tenderer shall be bound to perform the same at the rate quoted.
ii) The tender for the works shall remain open for acceptance for a period of 180 days (One Hundred Eighty days)
from the date of opening of financial Bid. Date of Opening of financial bid shall be intimated in due course to those
tenderers who qualify in Technical Bid. If any tenderer withdraws his tender before the said period or issue of letter of
acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not
acceptable to the department, then MS shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of
the said earnest money as aforesaid.
11. This notice inviting Tender shall form a part of the contract document. The successful tenderer/ contractor, on
acceptance of his tender by the Accepting Authority, shall with in 15 days from the written orders to commence the work,
sign the contract consisting of :-
a) The notice inviting tender all the documents including Additional or special conditions, specifications and drawings,
if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any
correspondence leading thereto.
b) Standard CPWD Form 7/8 (Latest edition with up to date corrections and amendments).
8
12. Joint Ventures are not allowed..
13 It will be obligatory on the part of the tenderer to sign the tender document for all the components (The schedule of
quantities, conditions and special conditions etc.)
9
E. mail : [email protected] Ph- 01795-275105
कर्मचारी राज्य बीर्ा निगर् आदर्म अस्पताल, बद्दी
EMPLOYEES` STATE INSURANCE CORPORATION MODEL HOSPITAL, BADDI
श्रम एवं रोजगार मंत्रालय, भारत सरकार / Ministry of Labour & Employment, Govt. of India
गाांव - काठा, बद्दी, निला - सोलि (निर्ाचल प्रदेर्)/ Village - Katha, Baddi, Dist - Solan (H.P) 173205
An ISO 9001:2015 Certified institute
-----------------------------------------------------------------------------------------------------------------------
UNDERTAKING
ANNEXTURE-II
Affidavit
DEPONENT
VERIFICATION
I/we do hereby solemnly declare and affirm that the above declaration is true and correct to the
best of my/our knowledge and beliefs. No part of it is false and nothing has been concealed
therein.
Date
DEPONENT
(Note:-To be furnished on non-judicial stamp paper duly attested by a 1st. Class Magistrate or a
Notary Public)
10
E. mail : [email protected] Ph- 01795-650805,806
कर्मचारी राज्य बीर्ा निगर् आदर्म अस्पताल, बद्दी
EMPLOYEES' STATE INSURANCE CORPORATION MODEL HOSPITAL, BADDI
श्रर् एवं रोजगार र्ंत्रालय, भारत सरकार / Ministry of Labour & Employment, Govt. of India
गांव - काठा, बद्दी, जजला - सोलि (हिर्ाचल प्रदे र्)/ Village - Katha, Baddi, Dist - Solan (H.P) 173205
--------------------------------------------------------------------------------------------------------------------------------------
Annexure - III
SECTION I
INTRODUCTION
SCOPE OF WORK
1. Salient details of the work for which tenders are invited are as under :-
APPROX PERIOD OF
S.No. NAME OF WORK
COST COMPLETION
1. Repair & Comprehensive Maintenance of
Medical Gas Pipe Line and Operation Theater 50.00 Lacs 12 Months
Equipments/ Accessories & other Allied Misc
Installations in 100 Bedded ESIC Hospital at
Baddi (HP)
The scope of work involves Repair & Comprehensive Maintenance of Medical Gas Pipe Line
and Operation Theater Equipments/ Accessories & other Allied Misc Installations in 100 Bedded
ESIC Hospital at Baddi (HP)
Site Location:-
2. Work shall be executed according to General Conditions of Contract for Central PWD Works (Latest edition
with up to date corrections and amendments) available separately at printer‟s outlets. However, there shall be
some special conditions of contract which will override/supplement General Conditions of contract for Central
PWD works ( as the case may be). The Special Conditions of Contract shall be supplied along with tender and
B.O.Q.
11
SECTION II
INFORMATION & INSTRUCTIONS FOR APPLICANTS
1.0 General:
1.1. Letter of transmittal and forms for technical bid are given in Section III.
1.2. All information called for in the enclosed forms should be furnished against the relevant columns in the forms. If
for any reason, information is furnished on a separate sheet, this fact should be mentioned against the relevant
column. Even if no information is to be provided in a column, a “nil” or no such case” entry should be
mentioned made in that column. If any particulars/query is not applicable in case of the applicant, it should be
stated as “not applicable”. The applicants are cautioned that not giving complete information called for in the
technical document or not giving it in clear terms or making any change in the prescribed forms or deliberately
suppressing the information may result in the applicant being summarily disqualified. Applications made by
telegram or Fax and those received late will not be entertained.
1.3. The application should be type written. The applicant should sign each page of the tender document. The
unsigned document & without seal shall not be considered for evaluation of technical bid.
1.4. Over writing should be avoided. Correction, if any, should be made by neatly crossing out, initialing, dating
and rewriting. Pages of the technical bid documents are numbered. Additional sheets, if any Added by the
contractor should also be numbered by him they should be submitted as a package with signed letter of
transmittal.
1.5. References, information and certificates from the respective clients certifying suitability, technical know-how or
capability of the applicant should be signed by an officer not below the rank of Executive Engineer or equivalent.
1.6. The applicant may furnish any Additional information which he thinks is necessary to establish his
capabilities to successfully complete the envisaged work. He is however, advised not to furnish superfluous
information. No information shall be entertained after submission of tender documents unless it is called for
by the MS of ESIC
1.7. Any information furnished by the applicant found to be incorrect either immediately or at a later date, would
render him liable to be debarred from tendering/ taking up of work in ESICMH. If such applicant happens to
be enlisted contractor of any class in ESIC, his name shall also be removed from the approved list of contractors.
1.8. The technical bid document and financial bid document in prescribed form duly completed and signed should be
submitted in a sealed cover and as prescribed in NIT.
1.9. Prospective applicants may request clarification of the project requirements, technical bid document and
financial bid document. Any clarification given by M S will be pasted on ESIC www.esic.nic.in
which shall also form part of tender document.
2.0 DEFINITIONS
2.1 In this document the following words and expressions have the meaning hereby assigned to them.
2.2 Employer: - Means the MS of ESICMH Baddi and in the name of Director General of ESIC
12
2.3 Applicant:- Means the individual, proprietary firm, firm in partnership, limited company, private or public or
corporation.
2.5 “Similar Work” means similar work of Repair & Comprehensive Maintenance of Medical Gas Pipe
Line and Operation Theater Equipments/ Accessories & other Allied Misc Installations in 100 Bedded
ESIC Hospital at Baddi (HP)
2.6 “Main Tenderer” means the person/ firm specializing in executing the work of component bearing the highest
estimated cost in respect to other components in the group and who shall sign the single agreement considering all
components in the group.
2.7 “Associates” means the person/firm (associated with the main tenderer) who has specialization in executing
the component of work other than the main component and who is associated with the main tenderer to execute
the work of the said component.
.
3.0 METHOD OF APPLICATION:
3.1 If the applicant is an individual, the application shall be signed by him above his full typewritten name and current
Address.
3.2 If the applicant is a proprietary firm, the application shall be signed by the proprietor above his full typewritten
name and the full name of his firm with its current Address.
3.3 If the applicant is a firm in partnership, the application shall be signed by all the partners of the firm above their
full type written name and current Addresses or alternatively by a partner holding power of attorney for the firm. In
the latter case a certified copy of the Power of Attorney should accompany the application. In both cases a certified
copy of the partnership deed and current Address of all the partners of the firm should accompany the application.
3.4 If the applicant is a limited company or a corporation, the application shall be signed by a duly authorized person
holding power of attorney for signing the application accompanied by a copy of the power of attorney. The
applicant should also furnish a copy of the Memorandum and Articles of Association duly attested by a Public
Notary/Gazetted Officer.
The employer reserves the right to accept or reject any application and to annul the tender process and reject all
applications at any time, without assigning any reason or incurring any liability to the applicants.
5.0 Particular provisions :- The particular‟s of work given in section I are provisional. They are liable to change and must be
considered only as advance information to assist the bidder.
The applicant is advised to visit the site of work, at his own cost, and examine it and its surroundings to himself
collect all information that he consider necessary for proper assessment of the prospective assignment.
7.2 The applicant should have experience of having successfully completion of works during the last seven years
ending last day of the month previous to the one in which applications are invited:
(A) (i) Three similar completed works costing each not less than the amount equal to 40% of estimated
cost put to tender,
OR
13
Two similar completed works, each of value not less than 60% of the estimated cost put to tender
OR
One similar completed work of value not than 80% of the estimated cost put to tender
AND
(i) One completed work of any nature (either part of (i) or a separate one) costing not less than the amount equal
to 40% of the estimated cost put to tender with some Central/State Government Organization /Central
Autonomous Body/Central Public Sector undertaking.
(iii) Similar work shall mean works of Repair & Comprehensive Maintenance of Medical Gas Pipe
Line and Operation Theater Equipments/ Accessories & other Allied Misc Installations in 100
Bedded ESIC Hospital at Baddi (HP)
(iv) The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum; calculated from the date of completion to last date of
receipt of applications for tenders.
7.2 The applicant should have had average annual financial turnover (gross) of 100% of total estimated cost put to tender
st
during the last three years ending 31 March 2018. This should be duly audited by a Chartered Accountant.
Year in which no turnover is shown would also be considered for working out the average.
.
7.3 The applicant should not have incurred any loss in more than two years during the last five years ending
31st March 2018 and it shall be duly certified by the Chartered Accountant.
7.4 The applicant should have sufficient number of Technical and Administrative EMPLOYEES for the proper execution
of the contract. The applicant should submit a list of these EMPLOYEES' stating clearly how these would be
involved in this work.
Annual financial statement for the last five year (in Form “A”)
a) List of all works of similar class successfully completed during the last seven years (in form “C”)
a) Name & Postal Address, i/c Telephone, Fax & Telex Number etc.
b) Copies of original documents defining the legal status, place of Registration and principal places of business.
14
c) Names & Title of Directors and Officers to be concerned with the work, with designation of individuals
authorized to act for
the organization.
d) Information on any litigation in which the applicant was involved during the last five years, including any current
litigation.
f) Number of Technical & Administrative EMPLOYEES's in parent company, subsidiary company and how these
would be involved in this work (in Form “G”)
11.0 EQUIPMENT
The applicant should submit the letter of transmittal attached with technical bid document.
13.1 The employer reserves the right, without being liable for any damages or obligation to inform the applicant to:
13.2 Any effort on the part of the applicant or his agent to exercise influence or to pressurize the employer would result
in Rejection of his application. Canvassing of any kind is prohibited.
15
SECTION III LETTER
OF TRANSMITTAL
From :
To
Medical Superintendent
ESIC Model Hospital,
Village - Katha, Baddi (H.P)
SUBJECT :Repair & Comprehensive Maintenance of Medical Gas Pipe Line and Operation
Theater Equipments/ Accessories & other Allied Misc Installations in 100 Bedded ESIC Hospital
at Baddi (HP)
Sir,
Having examined the details given in NIT, press-Notice and technical bid document for the above work, I/We hereby
submit the technical bid document and other relevant information.
i) I /We hereby certify that all the statements made and information supplied in the enclosed forms A to F and
accompanying statement are true and correct.
ii) I / We have furnished all information and details necessary for technical bid evaluation and have no further pertinent
information to supply.
iii) I /We submit the requisite certified solvency certificate and authorize the MS of ESIC MH Baddi or his authorized
representatives to approach the Bank issuing the solvency certificate to confirm the correctness thereof. I/We also
authorize MS of ESIC MH Baddi or his authorized representative to approach individuals, employers, firm and
corporation to verify our competence and general reputation.
iv) I /We submit the following certificates in support of our suitability, technical know- how and capability for having
successfully completed the following works.
v) I /We hereby certify that our firm is not black listed by any Central/State Government Organization /Central
Autonomous Body/Central Public Sector undertaking/any govt. Department.
Enclosures :
Date of Submission
16
FORM „A‟
FINANCIAL INFORMATION
Financial Analysis - Details to be furnished duly supported by figures in balance sheet/ profit & loss account for the last five
years duly certified the Chartered Accountant, as submitted by the applicant to the ESIC Department (Copies to be attached)
II. Financial arrangement for carrying out the proposed work III
17
FORM „B‟
FROM OF BANKER‟S CERTIFICATE FROM A SCHEDULED BANK (BANK SOLVENCY)
This is to certify that to the best of our knowledge and information that M/s./Sh…………………………………
…….. … having marginally noted Address, a customer of our bank are/is respectable and can be treated as
good for any engagement upto a limit of Rs.
……………………………….(Rupees…………………………………………………………………...) This
certificate is issued without any guarantee or responsibility on the bank or any the officers.
(Signature)
For the Bank
NOTE (1) Bankers certificates should be on letter head of the Bank, sealed in cover Addressed to tendering authority.
(2) In case of partnership firm , certificate should include names of all partners as recorded with the
Bank
18
FORM -C
DETAILS OF ALL WORKS OF SIMILAR CLASS COMPLETED DURING THE LAST SEVEN
YEARS ENDING LAST DAY OF THE MONTH (Dec 2018).
(Separate proforma to be filled for each component by the composite tenderer and the main tenderer)
1 2 3 4 5 6 7 8 9 11
S. Name of Owner or Cost of Date of Stipulate d Actual Date of Litigation/ Name and Remarks
work/ project sponsori- work in commence date of completion Arbitration Address
No. and location ig organi- crores ment as per completion pending/ in /telephone
zation contract progress with N umber] Of
details* officer
To whom
reference may
be made
Signature of Applicant(s)
19
FORM „D‟
(Separate proforma to be filled for each component by the composite tenderer and main tenderer)
Certified that the above list of works is complete and no work has been left out and that the information given is correct to my
knowledge and belief
20
FORM „E‟
(Separate to be filled for each component by the composite tenderer and the main tenderer)
1. Name of work/
Project & Location
2. Agreement No
3. Estimated Cost
4. Tendered Cost
5. Date of Start
6. Date of Completion
21
FORM “F”
STRUCTURE & ORGANISATION
a) An individual
b) A proprietary firm
c) A firm in partnership
d) A limited company or Corporation
1.
2.
3.
5. Name and Titles of Directors & Officers with designation to be concerned with this work
7. Was the applicant ever required to suspend construction for a period of more than six months continuously after
you commenced the construction? If so, give the name of the project and reasons of suspension of work.
8. Has the applicant or any constituent partner in case of partnership firm, ever abandoned the awarded work
before its completion? If so give name of the project and reasons for abandonment.
9. Has the applicant or any constituent partner in case of partnership firm, ever been debarred / black listed for
tendering in any organization at any time? If so, give details.
10. Has the applicant, or any constituent partner in case of partnership firm, ever been convicted by a court of law? If
so, give details.
11. In which field of Engineering construction the applicant has specialization and interest?
12. Any other information considered necessary but not included above.
Signature of Applicant(s)
22
FORM „G‟
Signature of Applicant(s)
Bidder (S)
23
Clause 36 (i)- Manpower to be appointed on site for maintenance.
SI. Minimum Experience Rate at which
No. qualification Discipline Designation recovery shall be
of technical (principal made from the
Number
Representative Technical/tech contractor in the
nical event of not
fulfilling provision
of clause 36(i)
Figures Words
1 Graduate Electrical/ Principal In general 20,000/- Twenty
Engineer Mechnical Technician shift & Per thousands
Or 05 Round the month Per
Diploma year clock on month
Electrical call For For each
Engineer each -Do-
1 No -Do-
Assistant Engineer‟s retired from Government service that are holding Diploma will be treated at par
with Graduate Engineers.
Details of EMPLOYEES appointed as per Serial no 1& 2, to be provided to MS
Attendance of EMPLOYEES will be taken at Admin office by Manual Register or Biometric
Attendance systems per desire of MS
E. mail : [email protected] Ph- 01795-275105
कर्मचारी राज्य बीर्ा निगर् आदर्म अस्पताल, बद्दी
EMPLOYEES` STATE INSURANCE CORPORATION MODEL HOSPITAL, BADDI
श्रम एवं रोजगार मंत्रालय, भारत सरकार / Ministry of Labour & Employment, Govt. of India
गाांव - काठा, बद्दी, निला - सोलि (निर्ाचल प्रदेर्)/ Village - Katha, Baddi, Dist - Solan (H.P) 173205
An ISO 9001:2015 Certified institute
-----------------------------------------------------------------------------------------------------------------------
ANNEXURE -IV
SPECIAL CONDITIONS
These special conditions shall super cede/ supplement the relevant conditions given in CPWD Form 7/8(Edition
with up to date corrections and amendments) in the tender document.
1. EMD of tenderers, who do not qualify in technical bid after evaluation of technical bid, shall be returned with
in 7 days of receipt of request of refund from them. The tenderers can collect the un-opened financial
bid, if they desire, from the office of the concerned Engineer-in-charge.
EMD given by all the tenderers except lowest tenderer shall be refunded within 07 days after receipt of
request from them after opening of financial bid.
2. RAW MATERIAL : All materials and labor required for the execution of work shall be arranged by
the contractor including cement & reinforcement steel.
3. (a) All material used in the work shall be confirming to IS Specification and as per approved make/brands list
and shall be ISI marked unless otherwise specified. In the event for items for which either brands not
specified and ISI marked items not available, the sample of the item before use shall be got
approved from Engineer –in-charge. However in either cases the samples of materials / fixtures shall
be got approved from by Engineer –in-charge before use in the work.
(b) Contractor shall be required to produce samples of all materials and fittings sufficiently in advance for
approval. The Contractor when called upon shall provide "make" of samples as per approved list for
approval before execution free of cost and also will make arrangements for transportation of samples to
the designated test house as per the direction of Engineer-in-charge of the work at his own cost. Cost of
testing will also be borne by the contractor.
4. Any notice to be given under this contract shall be sent by E-mail, registered post, Speed post at the
last known registered or head office Address of the contractor and shall be deemed to have been effected
at the time at which the letter would be delivered in the ordinary course of post.
5. The contractor shall be supplied drawings required for execution of work. If any particular drawing is
required for execution of work, contractor shall inform the Engineer-in-Charge in writing at least 15
days in advance.
6. The contractor shall be responsible for deployment of technical staff to assist the ESIC officials.
7. Contractor will raise computerized monthly bill in triplicate & payment will be made within 10 days of
receipt of payment from ESIC. The payment to the contractor shall be made from the ESIC MH, Baddi .The
contractor shall not claim anything extra on this account.
8. The Contractor should be registered under GST for works in the State of Himachal Pradesh and submit a
copy of registration along with tender. The said GST shall be deducted as per laws at source as
applicable. The contractor shall submit the bills as required under GST Act.
9. The contractor should have valid PF Code No and ESIC Code & should provide a copy of
Registrations. The contractor shall provide the copies of challans as a proof of remittance of
amount. The contractor may also be asked to provide the PF & ESIC records, copies of wage
sheets, attendance sheets, monthly returns, annual returns and any other record in this regard for
inspection, as and when required by the Engineer-in- charge. The contractor has to obtain the labour
license from the concerned labour department within one month of award of work & has to
keep/maintain all the records as required as per the labour wages.
10. Defect Liability Period : After completion period of maintenance including extended period if any,
the contractor shall be fully responsible for the quality & workmanship . The contractor shall be fully
responsible for liability of defects in the R & M work executed by him for a period of one month
from the date of successful completion of R&M period of the work & shall hand over the work to
ESIC on rectifying the list of defects/ deficiencies observed by ESIC . The defect liability period shall
start from the date of successful completion of R&M period of the project. All defects observed
during the defect liability period shall be rectified by the contractor at his own cost and expenses. In the
event of failure on the part of the contractor to rectify the defects, the same may, without prejudice to any
other right available to it in law, be rectified by ESIC for and on behalf of contractor. ESIC shall
have the right to deduct or set off the expenses incurred by it in rectifying the defects as aforesaid
from/against any amount due and payable or becoming due and payable by ESIC to the contractor
under this agreement or any other contract what-so-ever. During the Defect- liability period contractor
has to employ an engineer to look after the defects for which nothing extra would be payable to the
contractor.
11. The agency shall obtain the labour license from the concerned department, if required, within one
month of award of work.
12. The decision of theMS of ESIC, regarding the quantum of reduction as well as justification thereof
in respect of rates for substandard work will be final and would not be open to arbitration and
adjudication.
13. The contractor has to control noise and air pollution at site as per norms of Pollution Control Board.
14. ESIC shall not supply or procure any material for use on works and the contractor has to make his own
arrangements for supplying, procuring transportation and storage of all such materials required for the
work, at his own cost.
15. No advance shall be paid to the contractor against any Tools & Plants, equipment & machinery etc.
brought at site by the contractor.
16. No extra payment shall be made to the contractor for any work not certified by engineer in charge.
17. The contractor will be responsible to get registered himself under labour cess in Himachal Pradesh.
18. The work may be inspected by Central Vigilance Commission and any deductions/compensation
proposed by CVC or ESIC in regard to defective work or work not confirming to specification, loss
of time, amount shall be deducted from his dues.
Except where otherwise provided in the contract, all questions and disputes relating to the meaning of
the specifications, design, drawings, and instructions here-in before mentioned and as to the quality
of workmanship or materials used on the work or as to any other question, claim, right, matter or thing
whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications,
estimates, instructions, orders or these conditions or otherwise concerning the works or the
execution or failure to execute the same whether arising during the progress of the work or after the
cancellation, termination, completion or abandonment thereof shall be dealt with as mentioned
hereinafter.
i) If the contractor considers any work demanded of him to be outside the requirements of the contract, or
disputes any drawings, record or decision given in writing by the Engineer-in-Charge on any matter
in connection with or arising out of the contract or carrying out of the work, to be unacceptable, he
shall promptly within 15 days request the MS of ESIC in writing for written instructions or decisions.
Thereupon, the MS of ESIC shall give his written instructions or decisions within a period of one month
from the receipt of the contractor‟s letter.
If the MS of ESIC fails to give his instructions or decision in writing within the aforesaid period or if
the contractors is dissatisfied with the instructions or decision or the MS of ESIC, the contractor may,
within 15 days of the receipt of MS of ESIC decision, appeal again to the MS of ESIC who shall
afford an opportunity to the contractor to be heard, if the latter so desires, and to offer evidence in
support of his appeal. The MS of ESIC shall give his decision within 30 days of receipt of contractor‟s
appeal. If the contractor is dissatisfied with this decision, the contractor shall within a period of 30
days from receipt of the decision, give notice to the MS of ESIC for appointment of arbitrator failing
which the said decision shall be final binding and conclusive and not referable to adjudication by the
arbitrator.
ii) Except where the decision has become final, binding and conclusive in terms of Sub Para(i) above
disputes or difference shall be referred for adjudication through arbitration by a sole arbitrator appointed
by the MS of ESIC If the arbitrator so appointed is unable or unwilling to act or resigns his
appointment or vacates his office due to any reason whatsoever, another sole arbitrator shall be
appointed in the manner aforesaid. Such person shall be entitled to proceed with the reference from
the stage at which it was left by his predecessor.
It is a term of this contract that the party invoking arbitration shall give a list of disputes with amounts
claimed in respect of each such dispute along with the notice for appointment of arbitrator and giving
reference to the rejection by the MS of ESIC of the appeal.
It is also a term of this contract that no person other than a person appointed by such MS of ESIC, as
aforesaid should act as arbitrator and if for any reason that is not possible, the matter shall not be
referred to arbitration at all.
It is also a term of this contract that if the contractor does not make any demand for appointment of
arbitrator in respect of any claims in writing a aforesaid within 120 days of receiving the intimation
from the Engineer-in-charge that the final bill is ready for payment, the claim of the contractor shall be
deemed to have been waived and absolutely barred and the Government shall be discharged and release
of all liabilities under the contract in respect of these claims.
The arbitration shall be conducted in accordance with the provisions of the Arbitration and Conciliation
Act. 1996 (26 of 1966) or any statutory modifications or re-enactment thereof and the rules made there
under and for the time being in force shall apply to the arbitration proceeding under this clause.
It is also a term of this contract that the arbitrator shall adjudicate on only such disputes as are referred
to him by the appointing authority and give separate award against each dispute and claim referred to
him and in all cases where the total amount of the claim by any party exceeds Rs. 1,00,000/- the arbitrator
shall give reasons for the award.
It is also a term of the contract that if any fees are payable to the arbitrator, these shall be paid equally
by both the parties. i.e. contractor & ESIC Officer.
It is also a term of the contract the arbitrator shall be deemed to have entered on the reference on
the date he issues notice to both the parties calling them to submit their statement of claims and
counter statement of claims. The venue of the arbitration shall be such place as may be fixed by the
arbitrator in his sole discretion. The fees, if any , of the arbitrator shall, if required to be paid before the
award is made and published, be paid half and half by each of the parties. The cost of the reference
and of the award (including the fees, if any, of the arbitrator) shall be in the discretion of the
arbitrator who may direct to any by whom and in what manner, such costs or any part thereof shall be
paid and fix or settle the amount of costs to be so paid.
20. The payment of running bills/ and or secured advance for work done etc. shall be released on receipt of
work complition report.
21. The refund of security deposit shall be considered for release on receipt of “No Defect / No Dues”
certificate from the client.
22. The payment of final dues shall be release on settlement of final bill by client and on compliance of
contractual obligations.
23. The contractor shall arrange to get material tested (IF REQUIRED) from the laboratories as directed by
Engineer –in –Charge as per the mandatory test required/ prescribed as per specifications and norms.
The testing charges shall be borne by contractor including the transportation/ conveyance.
24. The agency has to attend the complaint immediately on call/ encountered & shall rectify/ repair the
same within 02 hours & restore functioning of all the equipments / installations / systems/ services in
such a way that functioning of the hospital round the clock 24x7 is not affected at all failing which the
same shall be got attended/repaired/maintained by engaging some other agency on the risk & cost of
contractor.
25. Initially, the contract period shall be of 24 months. However, the same can be extended, if required, for
a mutually agreed period on the same terms & conditions and rates. The accepted rates shall be
firm and fixed for the entire contract period and extended period (if any).
26. The contractor shall also make sufficient arrangement for photography / videography so that
photographs /video can be taken of any specific activity at any point of time.
27. The contractor has to make the payment to the workers engaged (if any) for the work as per the minimum
wages specified by the State Govt. / Central Govt. for the Category of the worker. The wages payment
shall be made by the contractor to the workers through account payee cheques / RTGS.
28. Before quoting the rates, the bidders must visit the ESIC Hospital at Baddi (H.P) and must inspect all the
installations & services. The contractor has to take up the work / installations/ fittings, fixtures/ services
on “As is where as basis” and has to provide the services / maintain all the services & the
installations fully functional all the times.
Additional Conditions
1.0 General
This specification covers manufacture, testing as may be necessary before dispatch, delivery at site,
all preparatory work etc. as required for smooth functioning of the system.
Location:
The tenderer should in his own interest visit the site and get familiarize with the site conditions before
tendering.
No T&P shall be issued by the Department and nothing extra shall be paid on account of this.
The work to be awarded under this tender shall be treated as indivisible works contract.
2.2.4 The tenderers are advised not to deviate from the technical specifications/items,
commercial terms and conditions of NIT like terms of payment, guarantee,
arbitration Clause, escalation etc.
4.0 Rates
The rates quoted by the tenderer, shall be firm and inclusive of all taxes including all charges
of repairing, maintenance & material cost as per scope of work ,overhead charges, general
liabilities/obligations and clearance from Local Bodies. Nothing shall be paid extra on account of any
type of taxes.
The contractor has to carry out maintenance as per manufacturer’s standards of various
equipments/accessories for a period of 24 months . Nothing extra shall be paid on this
account.
All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation
bolts, termination lugs for electrical connections and all other items which are useful and
necessary for efficient assembly and installation of equipment and components of the
work shall be deemed to have been included in the tender irrespective of the face
whether such items are specifically mentioned in the tender documents or not.
No storage accommodation shall be provided by the department. Watch and ward of the stores
and their safe custody shall be the responsibility of the contractor till the final taking over
of the project by the department.
Care shall be taken by the contractor while handling and installing the various equipment’s
and components of the work to avoid damage to the building. He shall be responsible for
repairing all damages and restoring the same to their original finish at his cost. He shall also
remove at his cost all unwanted and waste materials arising out of the installation from the site
of work.
8.0 Guarantee
All Parts replaced shall be guaranteed for a period of 24 months, from the date of replacement.
The tender shall guarantee among other things, the following: -
a) Quality, strength and performance of the materials used as per manufacturers standards.
b) Safe mechanical and electrical stress on all parts under all specified conditions of
operation.
Electric supply (Three Phase/Single Phase) as required Will be Provided by the department to carry
out the work free of cost.
Water supply in Case required will be provided by the department free of cost.
12.0 The successful tenderer should furnish well in advance three copies of detailed instructions
and manuals of manufacturers for all items of equipments regarding installation, adjustments
operation and maintenance including preventive maintenance & trouble shooting together with
all the relevant data sheets, spare parts catalogue etc all in triplicate.
The work shall comprise of entire labour including all materials necessary to make a
complete installation and such tests and adjustments and commissioning, as may be required
by the department. The term complete installation shall not only mean major items of various
systems covered by specifications but all incidental sundry components necessary for
complete execution and satisfactory performance of installation with all layout charts
whether or not those have been mentioned in details in the tender documents in connection with
this contract as this is a turnkey job.
b) All supports for cables and MS channels for erection of panels &etc as are necessary.
e) Arrangement of electric supply (Single / Three phase) and water supply for execution
and successful commissioning of the system.
f) Small wiring, inter-connection etc inclusive of all materials and accessories, necessary
to comply with the regulations as well as proper and trouble free operation of the
equipment.
g) Closing of the cable entry points in sub-station against seepage of water, rodents etc.
j) Watch and Ward of materials and/or installation and equipments till their handling over
to the department.
k) All minor building works, such as equipments foundation if required cutting and
making good holes, grouting of channels belts as required. Cutting and making good
damages etc.
Unless otherwise mentioned in the tender specifications the following works shall be
carried out by the department.
i) To make the site available for the work. The contractor should select such
equipment for installation as can be properly installed in the spaces shown in
specification drawings. While no guarantee can be given minor modification
required by the contractor if mentioned in the tender or intimated immediately after
the receipt of tender shall be carried out if structurally possible.
ii) Provision of storage space at site during the contract period free of cost.
All major equipment’s/Accessories required for replacement of any work shall be offered for
initial inspection at manufacturer’s works. The contractor will intimate the date of testing of
equipment’s at the manufacturer’s works before dispatch. The successful tenderer shall give advance
notice of minimum two weeks regarding the dates proposed for such tests to the department’s
representative to facilitate his presence during testing. The Engineer-in- charge may witness such
testing. The cost of the Engineer’s visit to the factory will be borne by the department. Equipment’s
will be inspected at the manufacturer/authorized dealers premises, before dispatch to the site by the
contractor if so desired by the Engineer-in-charge.
Copies of all documents of routine and type test certificates of the equipment, / cable carried out
at the manufacturers premises shall be furnished to the Engineer-in-charge and consignee.
After completion of the work in all respects the contractor shall offer the installation for testing
and operation.
All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian standards related to the works covered by this specification. In particular, the
equipment and installation will comply with the following:
i) Factories Act
Nothing in this specification shall be construed to relieve the successful tenderer of his
responsibility for the design, manufacture and installation of the equipment with all accessories in
accordance with currently applicable statutory regulations and safety codes.
Successful tenderer shall arrange for compliance with statutory provisions of safety regulations and
departmental requirements of safety codes in respect of labour employed on the work by the tenderer.
The department will be at liberty to make arrangement for the safety requirements at the cost of
tenderer and recover the cost thereof from him.
16.0 Indemnity
The successful tenderer shall at all times indemnify the department, consequent on this works
contract. The successful tenderer shall be liable, in accordance with the Indian Law and
Regulations for any accident occurring due to any cause and the contractor shall be
responsible for any accident or damage incurred or claims arising there from during the
period of erection, construction and putting into operation the equipment’s and ancillary
equipment under the supervision of the successful tenderer in so far as the latter is
responsible. The successful tenderer shall also provide all insurance including their party
insurance as may be necessary to cover the risk. No extra payment would be made to the
successful tenderer on account of the above.
21.0 Painting
This shall include cost of painting of the entire installation. The major equipment’s, LT
panel etc. shall be factory final finish pained. The agency shall be required to do only
touching to the damages caused to the painting during transportation, handling & installation
at site, if there is no major damage to the painting.
22.0 Maintenance
Sufficient trained and experienced staff shall be made available to meet any exigency of work
during the contract period. The maintenance, routine as well as preventive, for 24 months from the date
of taking over, the installation as per manufacturer’s recommendation shall be carried out on monthly
basis.
Interpreting specifications
a) Schedule of quantities
b) Technical specifications
d) General specifications
e) Relevant BIS or other international code in case BIS code is not available.
E. mail : [email protected] Ph- 01795-275105
कर्मचारी राज्य बीर्ा निगर् आदर्म अस्पताल, बद्दी
EMPLOYEES` STATE INSURANCE CORPORATION MODEL HOSPITAL, BADDI
श्रम एवं रोजगार मंत्रालय, भारत सरकार / Ministry of Labour & Employment, Govt. of India
गावां - काठा, बद्दी, निला - सोलि (निर्ाचल प्रदेर्)/ Village - Katha, Baddi, Dist - Solan (H.P) 173205
An ISO 9001:2015 Certified institute
-----------------------------------------------------------------------------------------------------------------------
ANNEXURE -V
Name of Work :- Repair & Comprehensive Maintenance of Medical Gas Pipe Line and Operation
Theatre Equipment’s/Accessories & other Allied Misc Installations in 100 Bedded ESIC
Hospital at Baddi (HP)
Scope of Work :-
The scope of works, for monthly charges, is providing/Repairing/replacement
of following parts as and when required :
1. Repair/replacement of parts of gas pipe line system equipment’s/accessories/machines i.e. Oil free air
compressor , Air Dryer, 3 stage ultra filter & reducing station , Vacuum central system ,Bacterial Filter
station , Oxygen System, Emergency Cyl., Control Panel , Nitrous Oxide system , N2O Emergency Cly.,
Combined Electricals Panel, Master Alarms ,N2O Emergency Control Panel and other Misc items required
to make functional the systems.
TECHNICAL BID
PROFILE OF THE BIDDER
Note: A cancelled cheque has to be attached with tender documents for the purpose of refund
of EMD in case of non successful bid
FINANCIAL BID
ANNEXURE VII
BILL OF QUANTITY
S.No Description of Item Qty Rate(Rs.) Total Amount
Per for 12 (Rs.) in
Month Months Words
Note :- 1) The rates quoted by the bidders are inclusive of all the taxes including service tax as
applicable. Nothing extra shall be paid to the contractor on account of taxes extra.