contents of the tender documents

47

Upload: vankhuong

Post on 02-Jan-2017

248 views

Category:

Documents


6 download

TRANSCRIPT

Page 1: Contents of the Tender Documents
Page 2: Contents of the Tender Documents

F. No. 8 – 1 / F – 1 / Tender / DEK / 2013

National Council of Educational Research and Training (NCERT)

Campus Maintenance Division (CMD)

TENDER DOCUMENT

For

Awarding the Rate Contract of Job items for One Year for the Repair, Maintenance and Service of various types of Air-

Conditioning Equipments, Water Purifiers, Room / Desert Coolers, Extension Boards, Hot Equipments etc. on Job Order Basis

Page 3: Contents of the Tender Documents

This Tender Document contains page numbers from 01 to 44

Contents of the Tender Documents Section No.

Description Page Nos.From To

I Schedule of Important Dates 01 01 II Invitation of Bids & Instructions to

Bidders 02 05

III Terms-Conditions of Contract 06 07 IV Technical Bid (Qualification Criteria) 08 09 V Price Bid (Price Schedule of Job Items in

tables I to V) 10 38

VI Format of Notification for Offer for Acceptance of Lowest Rates of Unit Quantity Job Items as per attached List for the Award of Contract

39 39

VII Format of Contract Agreement 40 41 VIII

APPENDIX – 1 Format for List of Jobs to be done by the contractor that will be attached with the Job Order

42 42

APPENDIX – 2 Format for Satisfactory Job Completion Certificate

43 43

APPENDIX – 3 Format for List of Old / Replaced Spare Parts

44 44

Page 4: Contents of the Tender Documents

Page 01

Section - I

Schedule of Important Dates

S. No.

Name of Event Date Day Time Place of Event

1 Sales of complete set of Tender Documents

Upto one day before the last date of submission of completed Bid Document

Monday to Friday (excluding Saturdays, Sundays and Gazetted Holidays)

10.00 to 16.00 hours (except 13.00 hours to 14.00 hours)

Section Officer (CMD), Room No. 01, Ground Floor, Workshop Building, NCERT, Sri Aurobindo Marg, New Delhi – 110016

2 To obtain further details / information / clarifications in respect of Bidding Document

Upto one day before the last date of submission of completed Bid Document

Monday to Friday (excluding Saturdays, Sundays and Gazetted Holidays)

10.00 to 16.00 hours (except 13.00 hours to 14.00 hours)

Section Officer (CMD), Room No. 01, Ground Floor, Workshop Building, NCERT, Sri Aurobindo Marg, New Delhi – 110016 .

3 Pre-Bid Conference 19.03.2013 Tuesday 15.00 hours Conference Hall (1st floor) Room No. 27, Workshop Building, NCERT, Sri Aurobindo Marg, New Delhi – 110016.

4 Last date of submission of completed bid

05.04.2013 Friday Upto 13.00 hours

Bid Box kept in the room of Section Officer (CMD), Room No. 01, Ground Floor, Workshop Building, NCERT, Sri Aurobindo Marg, New Delhi – 110016 or by Registered / Speed Post / Courier sent on this address on or before the fixed last date and time.

5 Opening of Technical Bid (Qualification Criteria)

05.04.2013 Friday 15.00 hours Conference Hall (Ist Floor) Room No. 27, Workshop Building, NCERT, Sri Aurobindo Marg, New Delhi – 110016.

6 Opening of Price Bid (Price Schedule of Job Items in Tables I to V)

Date, Day and Time Will be communicated to only those bidders whose Technical Bids are qualified and will also be uploaded on NCERT’s Web-site.

Conference Hall Ist Floor, Room No. 27, Workshop Building, NCERT, Sri Aurobindo Marg, New Delhi – 110016.

Page 5: Contents of the Tender Documents

Page 02

SECTION-II

Invitation of Bids & Instructions to Bidders

01. Introduction National Council of Educational Research and Training (NCERT), Sri Aurobindo Marg, New Delhi-110016, an Autonomous Body under Ministry of Human Resource Development (MHRD), Government of India invites sealed bids from the interested bidders for Awarding the Rate Contract of Job items for One Year for the Repair, Maintenance and Service of various types of Air-Conditioning Equipments, Water Purifiers, Room / Desert Coolers, Extension Boards, Hot Equipments etc. on Job Order Basis. The List of Job Items of Equipments / Items are given in Section V, Price Bid (Price Schedule of Job Items in Tables I to V).

02. Scope of Bid The Contract period of One Year is extendable to a further period of one year and upto a total period of three years

on the sole discretion /decision of NCERT. In case of extension of contract for more than one year periods, the rates and terms-conditions applicable will remain the same as for the first one year of contract and New Contract Agreement for extended period will be executed. The cost of execution of Contract Agreement for extended period will be borne by the Contractor. However, the approved Contractor will have no claim for such extension. Neither this will be binding on the contractor to accept such extensions offered by NCERT.

03. Cost of Bidding Document 03.01 The cost of the Tender Document is Rs. 500/- (Rupees Five Hundred only). The interested bidders may purchase

complete set of Bidding Document from “Section Officer (CMD), Room No. 01, Ground Floor, Workshop Building, NCERT, Sri Aurobindo Marg, New Delhi-110016”, from 10.00 hours to 13.00 hours and 14.00 hours to 16.00 hours on all working days (except declared holidays), upto one day before the deadline date of the submission of completed bid. The payment can be made in the form of DD / BC drawn in favour of “Secretary, NCERT, New Delhi – 110016” payable at New Delhi.

03.02 Complete Bid Document can also be downloaded from NCERT Website www.ncert.nic.in. In this case, a DD / BC of Rs. 500/- in favour of “Secretary, NCERT, New Delhi – 110016” payable at New Delhi, towards the cost of the tender document must be enclosed in the Technical Bid (Qualification Criteria) of the completed bid document.

03.03 The Bidders shall bear all the costs associated with the preparation and submission of the completed bid documents.

04. Amendment (s) of Bidding Documents 04.01 The Completed Bidding Documents must be neatly typed / computer typed or hand written, and must be readable.

Any amendment (s) done must be authenticated by a signature of the bidder or his authorized signatory. 04.02 No amendment will be allowed once the completed bidding documents is submitted to NCERT on the last date

and time fixed for submission of completed bids. 05. Pre-bid Conference 05.01 A Pre-bid Conference will be held at 1500 hours on 19.03.2013 (Tuesday) at 01st Floor, Conference Hall

(Room No. 27), Workshop Building, NCERT, Sri Aurobindo Marg, New Delhi-110016 to interact with the prospective bidders to provide clarifications to their querries about the tender document.

05.02 If required, the prospective bidders may obtain further details / information / clarifications in respect of Bidding Documents, upto one day before the deadline date of submission of completed bid, and for this, they may visit Section Officer (CMD), Room No. 01, Ground Floor, Workshop Building, NCERT, Sri Aurobindo Marg, New Delhi-110016, on all working days except declared holidays from 10.00 hours to 13.00 hours and 14.00 hours to 16.00 hours.

06. Technical Bid (Qualification Criteria) 06.01 The Technical Bid (Qualification Criteria) shall be placed in the separate envelop, sealed and marked as

“Technical Bid (Qualification Criteria)”. This cover must have address of the Bidder. The following Documents (stated in Clauses 06.01.01 to 06.01.11 below) and others stated in Technical Bid must be placed in this envelop :

06.01.01 The response letter on the printed letter head of the bidder’s firm, duly signed and rubber stamped. 06.01.02 DD / BC for Rs. 500/- as per Clause 03.02 above must be submitted in a separate envelop marked as “Cost of the

Tender Document” and sealed. This cover must have address of the Bidder. 06.01.03 EMD of Rs. 20,000/- (Rupees Twenty thousand only) in the form of DD/ BC in favour of “Secretary,

NCERT, New Delhi-16” payable at New Delhi, in a separate sealed envelop marked as “Earnest Money Deposit.” This envelop must have address of the Bidder.

06.01.04 Duly filled in Section – IV, Technical Bid (Qualification Criteria) with no columns left blank (Columns not applicable must be written as NA).

06.01.05 An affidavit on stamp paper of the value of Rs. 10/- and duly registered in Public Notary with the following undertakings (from 06.01.05.01 to 06.01.05.05) :

06.01.05.01 That I hereby acknowledge the receipt of complete set of Tender Document and Addendum. It has been examined and studied in respect of full Details, Sections, Terms-Conditions, Addendum etc. and Completed Bid submitted by me covers all the parameters of Tender Document / Addendum, failing which my Completed Bid will be rejected by NCERT.

06.01.05.02 That I undertake to abide by all the conditions given in Tender Document in various Sections and Addendum. In case of violation of any condition by me, NCERT may take action as mentioned in various Sections of Tender Document and Addendum.

06.01.05.03 That information given in Completed Bid Document is correct to the best of my knowledge and belief. 06.01.05.04 That My firm has never been Blacklisted by any Central Government / State Government / Autonomous Body /

PSU / Educational Institute / Private Agencies etc., and if it comes to the notice of NCERT, the bid / approved running contract will be terminated by NCERT with immediate effect. NCERT will also reserve the right to Blacklist a Contractor’s Firm as per the available rules / regulations.

06.01.05.05 That I have quoted the rates of All Job Items given in respective table connected to my profession, field of expertise and for which my firm possesses necessary infrastructure, failing which my bid will be rejected (For example : Prices of all the job items of Table I will be quoted by the bidders who have profession, field of expertise and necessary infrastructure for the Repair, Maintenance and Service of Air-conditioning equipments, and so on).

06.01.06 Three attested signatures of the representative of the firm authorized by the bidder with the certificate that the Authorized representative is committed to his firm and fully responsible for the contractual obligations.

06.01.07 Self Certified copies of valid PAN, TIN, TAN, VAT and Service Tax Registration Certificates issued by the Competent Authority and others stated in Technical Bid at Serial Number 02 to 07.

Page 6: Contents of the Tender Documents

Page 03

06.01.08 A recent copy of Bill / Cash-memo indicating information of 06.01.07 must also be enclosed in the Technical Bid. 06.01.09 Self Certified Copies of Previous any three years successful performance certificate in Central Government / State

Government/ Autonomous Body / PSU / Educational Institute / Private Agencies etc. in the field of Repair, Maintenance and Service of Equipments / Items given in the list of Job Items in Section V, Price Bid (Price Schedule of Job Items in Table I to IV as applicable).

06.01.10 The self attested copies of previous three years Income Tax, Sales Tax, VAT Balance Sheet duly cleared by the Income Tax , Sales Tax Authority.

06.01.11 Self Certified copy of proof if your firm is a PSU. 06.01.12 Undertaking that the Bid shall remain valid for the total period of the contract and accordingly valid period of DD

/ BC submitted towards the cost of the tender document / EMD / Performance Security must be adjusted, failing which Bid will be rejected.

06.02 The EMD will be returned without any interest to all unsuccessful bidders after the finalization of the contract. This money will be forfeited if the bidder withdraws the bid or refuses to correct the errors noted during the period of bid validity.

06.03 The EMD will be returned without any Interest to the successful bidder after the Bidder’s submitting the Performance Security Money, signing the Contract and its Registration in Public Notary. The EMD of successful bidder will be forfeited if the bidder fails to complete these formalities within the time period fixed by NCERT.

07. Price Bid (Price Schedule of Job Items in Tables I to V) 07.01 For this, the prospective bidders must refer Section V, Price Bid (Price Schedule of Job Items in Table I to V)

which consist of a list of Job Items for the Repair, Maintenance and Service of various types of Equipments / Items. The prospective bidders are required strictly to use format of these tables only, or clear photocopies without incorporating any changes, to quote the unit Price of Job Items in figures and words. Table No. V has been provided for quoting the % VAT and % Service Tax and it is mandatory for all the bidders to fill up this table. The Prices quoted by the bidder will remain fixed during the total period of bid validity, and if approved by NCERT to a total period of contract including extended period if granted, and shall not be subjected to any upward variation / change on any account. In case of downward variation of Prices during the running contract period, the benefit must be given to NCERT. Upward / Downward Changes, if any, in VAT and Service Tax will be acceptable to NCERT with effect from the date of notification by the Government of said reduction or increase if proper proofs are provided to NCERT to its satisfaction. If a bid is submitted with adjustable prices, the same will be treated as non-responsive. Failing to comply with above requirements will result in rejection of bid.

07.02 The Price Bid shall be placed in the separate envelop, sealed and marked as “Price Bid (Price Schedule of Job Items in Table *I / II / III / IV / V”. This envelop must have address of the Bidder. *Strike off whichever is not applicable.

08. Fall Clause 08.01 The Price quoted by the Bidder / Contractor must not be higher than the maximum retail price, if any, for the same

Job Items & the same must not be higher than the prices usually charged by the Bidder / Contractor for same Job Items of the same nature, class or description to any other purchaser.

08.02 The price charged for the Job Items under the contract by the Contractor shall in no event exceed the lowest price at which the Contractor charges for the Job Items of identical description to any other person during the currency of the contract is completed. If at any time during the contract period, the Contractor reduces the sale price of such Job Items or sells such Job Items to any other person including his dealers at a price lower than the price chargeable under the contract, he shall forthwith notify such reductions or sale to the Purchaser & the price payable under contract for these Job Items after the date of coming into force of such reduction or sale shall stand correspondingly reduced.

08.03 If it is discovered that the Contractor has contravened the above conditions, then without prejudice to any other action which might be taken against him, it shall be the lawful for NCERT to :

08.03.01 Revise the price at any stage so as to bring it in conformity with above Clause 08.03.02 Terminate the Contract and purchase the Job Items at the risk and cost of Contractor from other sources. 09. Submission of Completed Bid 09.01 Envelop marked as “Technical Bid (Qualification Criteria)” and envelop marked as “Price Bid (Price Schedule

of Job Items in Tables I to V)” must be kept in a single bigger envelop and sealed. This single envelop must be marked on the top as “Quotation for Awarding the Rate Contract of Job items for One Year for the Repair, Maintenance and Service of various types of Air-Conditioning Equipments, Water Purifiers, Room / Desert Coolers, Extension Boards, Hot Equipments etc. on Job Order Basis.” and must be addressed to “Section Officer (CMD), Room No. 01, Ground Floor, Workshop Building, NCERT, Sri Aurobindo Marg, New Delhi-110016”. Complete postal address of the Bidder must also be written on this envelop.

09.02 The documents / certificates attached in the Completed Tender Document must be in order of sequence. 09.03 NCERT will not take responsibility of any paper (s) found missing from the bid in case the envelopes are not

sealed properly as per the above instructions. 10. Deadline for submission of Completed Bids 10.01 The Completed Bids must be dropped in the Sealed Tender Box or sent by Registered Post / Speed Post / Courier

at the address given in Clause 09.01 above by 13.00 hours on 05.04.2013 (Friday). 10.02 In case, holiday is declared on the deadline date, the Completed Bids can be received on the immediate next

working date. In such case the time of receipt will remain as 13.00 hours only. 10.03 At any time prior to the deadline date for submission of Bids, NCERT may amend the Bidding Documents by

issuing an Addendum. These amendments will be binding on the prospective bidders. The addendum will be uploaded on the NCERT Website only.

10.04 NCERT, at its sole discretion may allow prospective bidders a reasonable time to take amendments into account in preparing their bid, by extending the deadline date for the submission of the completed bids. The new date will be uploaded on NCERT Website only. However the time of submission of completed bids will remain the same. The prospective bidders are therefore advised to remain in touch with NCERT Website from the beginning of Schedule of Events to till the Award of the Contract.

11. Opening and Evaluation of Bids 11.01 The bids not received as per clause 10.01 above will be considered as Late Bids and will be rejected / will not be

opened. These bids will be returned to the bidder if request for this is received by NCERT in writing. 11.02 Technical Bid will be opened at 15.00 hours on 05.04.2013 (Friday) in the presence of bidders or their authorized

representative who choose to come. The bidder (s) / their Authorized Representative must bring Original Documents for verification of Self Certified Copies attached by them in their Technical Bid.

Page 7: Contents of the Tender Documents

Page 04 11.03 If this date falls on declared holiday, then Technical Bids will be opened on immediate next working day at the

time given in Clause 11.02 above. 11.04 The results regarding submission of the Cost of the Tender Document / EMD will be announced to the

participants. 11.05 After attending the Meeting of Opening of Technical Bid, the bidders / their Authorized Representative will not be

allowed to visit NCERT for any reason, till on the date and time fixed for opening the Price Bid which will only be attended by the selected bidders / their representative as per the date and time given in Clause 11.07 below.

11.06 Bid received without the cost of bid document and / or EMD will be summarily rejected and the Technical Bid of such bidders will not be processed further. Remaining Technical Bid will be evaluated and a list of qualified technical bids will be prepared. Price Bid of only those bidders will be opened and processed further whose Technical Bids are found qualified.

11.07 The date and time of opening the Price Bid will be decided by NCERT and communicated to selected bidders and also uploaded on NCERT Website. Those bidders or their authorized representative (s) who choose to come may attend the opening of Price Bid. In the meeting, the price quoted by the bidders will be announced.

12. Corrections of Errors 12.01 NCERT may contact the Bidder (s) for the corrections of the arithmetic errors noticed during the process of

evaluation of the bids. If there is a discrepancy in the rates in figures and in words, the lowest rates given in words or figures will be considered as final. The errors corrected will be binding on the bidders. In case the bidder (s) do not / does not agree with the corrections, their bids will be rejected.

13. NCERT’s right to Accept any Bid or Reject any Bid or Reject All Bids 13.01 NCERT reserves the right to Accept any Bid or to Reject any Bid or to Reject All Bids without assigning any

reason, at any time prior to the award of contract. 14. Notification for the Award of Contract 14.01 The lowest price of job items given in applicable Table of Price Bid quoted by the bidder (s) will be acceptable to

NCERT and all other bidder (s) who has / have quoted higher prices will be offered to accept these lowest prices to finalize the contract.

14.02 Notification for Offer for Acceptance of Lowest Rates of Unit Quantity Job Items as per attached List for the Award of Contract (format given in Section VI of the Bidding Document) will be issued to the successful bidder (s) for the award of the contract. Upon receiving this notification, the successful bidders must submit Acceptance Letter on Letter Head for the Acceptance of Lowest Rates of Unit Quantity Job Items along with the Performance Security of Rs.40,000/- (Rupees Forty Thousand Only) within fifteen days time to NCERT.

14.03 Failure of the successful bidder (s) to comply with above requirements will form sufficient grounds for the cancellation of the award of contract, and forfeiture of the EMD.

15. Signing of Contract 15.01 Upon receipt of the Acceptance Letter and Performance Security from the successful bidder (s), NCERT shall

issue the Contract Agreement Form to the successful bidders (Format provided in Section VII of the Bidding Documents).

15.02 Within seven days time, the successful bidder (s) will submit the completed Contract Agreement form to NCERT, duly signed, stamped and dated.

15.03 The contract will be signed by both the parties on a Non-Judicial Stamp Paper of the value of Rs.100/- (Rupees One Hundred only). This contract paper will be registered in the Public Notary. The cost of all these formalities will be borne by the successful bidder.

15.04 The functioning of the Contract will start from the date of registration of the Contract in the Public Notary and will be valid for one year. The period of contract of one year will be subjected to the terms-conditions of the contract stated in the tender document from Section I to Section VIII.

15.05 Failure of the successful bidder (s) to comply with above requirements will form sufficient grounds for the cancellation of the award of contract, and forfeiture of the EMD.

16. Corrupt or Fraudulent Practices 16.01 NCERT requires the Bidders to strictly follow the laws against any Fraud and Corruptions in force in India,

namely Prevention of Corruption Act 1988 amended from time to time to till date. 17. Termination for Default 17.01 Notwithstanding anything contained herein, the NCERT has the right to terminate the Approved Running

Contract at any time, either whole or part, by giving 10 days notice to the contractor by a registered mail or by hand, and award the same to any other firm at the cost of the contractor without prejudice to any other right available under the term-conditions or under law.

17.02 NCERT may without prejudice to any other remedy for breach of contract, terminate the contract in whole or part, if :

17.02.01 The Contractor fails to deliver any or all of the Services within the time period (s) specified in the Contract or Job Order issued to the Contractor, or within any extension thereof granted by NCERT pursuant to Contract Agreement.

17.02.02 The Contractor fails to perform any other obligation(s) under the contract. 17.02.03 The Contractor, in the judgment of NCERT, has engaged in fraud and corruption, in completion, in competing for

or in executing the Contract. 18. Termination for Insolvency 18.01 NCERT may at any time terminate the approved running contract by giving notice to the Contractor, if the

Contractor becomes bankrupt or otherwise insolvent. In this event, termination will be without any compensation to the Contractor.

19. Force Majeure 19.01 Notwithstanding the provisions of proceeding clauses, the Contractor shall not be liable for forfeiture of its

Performance Security or Termination for Default, if and to the extent that, delay in performance or other failure to perform its obligations under the contract is the result of an event of Force Majeure.

20. Resolution of Disputes 20.01 NCERT and the Contractor shall make every effort to resolve amicably by direct information or negotiation any

disagreement or dispute arising between them under or in connection with the contract. 20.02 If, NCERT and the Contractor have been unable to resolve amicably a contract dispute, such dispute or difference

shall be solved as per The Indian Conciliation and Arbitration Act 1996, the rules there-under and any statutory modifications or re-enactments thereof, shall apply to the arbitration proceedings.

Page 8: Contents of the Tender Documents

Page 05

20.03 The venue of arbitration shall be the place from where the contract is issued / signed / registered in Public Notary,

i.e. Delhi. 21. Tax and Duties 21.01 The Contractor shall charge the taxes, if any, in accordance with the existing Government Procedures / Rules. For

example VAT will be charged on new items only and Sevice Tax will be charged on Labour Charges only. 21.02 The Contractor shall be entirely responsible for depositing to Govt. Agencies all taxes such as Sales Tax, VAT,

Service Tax, Insurances, Duties, License Fees, Octroi, Road Permits, etc., incurred for performing the contract. 22. Refund of Performance Security Money 22.01 The Performance security Money will be refunded without any interest, 06 months after the successful completion

of contract work. 22.02 In case of violation of any Clause stipulated in tender document / addendum by the Contractor, an amount as

deemed fit will be deducted from the Performance Security Money / Bill of the Contractor. The decision by the Secretary, NCERT as to what amount is liable to be so deducted will be final and binding upon the Contractor and the same shall not be questioned or subjected to arbitration under Clause 20 above. Performance Security Money may also be forfeited in case of violation of any conditions stipulated in Tender Document.

(Hukum Singh) Professor & Head, CMD

Page 9: Contents of the Tender Documents

Page 06

SECTION – III Terms-Conditions of Contract

01 The facilities and the Inputs which will be provided to the Contractor 01.01 The space to carry out activities of repair, maintenance and service will be provided by the NCERT free of cost.

However, the safe custody of equipments will be the responsibility of the contractor. 01.02 Electricity and water will also be provided free of cost for carrying out the repair, maintenance and service

activities. 02 Eligiblity Criteria to be met by the Contractor 02.01 The Contractor must have sufficient Infrastructure, Qualified and Trained Manpower, Equipments, Tools,

Machineries, Plants and other Technical Assets etc. for performing the Repair, Maintenance and Service activities of Equipments and Furniture Items given in the list of Job Items given in Price Bid from Table I to Table V. The NCERT will have the right to inspect the work premises of the successful bidder to assess the Infrastructure and other Assets etc, if necessity arises.

02.02 The Bidders must be in the field of Repair, Maintenance and Service of Equipments / Items given in the list of Job Items given in Price Bid for the period of at least previous any three years. They must also have successfully completed jobs of such nature for the period of at least previous any three years in Central Government / State Government / Autonomous Body / PSU / Educational Institute / Private Agencies etc.,.

02.03 The Bidders must have valid tie-up with the Authorised Manufacturing / Repairing Company of the Compressor. 02.04 As demanded in the Job Order of NCERT and in case of replacement of defective compressor with the repaired

compressor repaired by Authorised Manufacturing / Repairing Company only, the Warranty/ guarantee period of repaired compressor granted by the company will be extended to NCERT. Should this repaired compressor become defective again within the warranty / guarantee period, the contractor will get it repaired again free of charge through the same company.

02.05 As demanded in the Job Order of NCERT and in case of replacement of defective compressor (which is / are not repairable) with newly purchased compressor, only compressor from Authorised Manufacturing Company will be purchased by the Contractor. In this case, defective / old compressor will be handed over to NCERT as an old part or approved price paid to NCERT (as per serial number 28 of Table – I of Price Bid) or this cost deducted from the bill. The warranty / guarantee period of new compressor will be extended to NCERT. Should the new compressor become defective within the warranty / guarantee period, the same shall be replaced by the contractor free of charge from the company.

02.06 In both the cases as stated in (02.04) and (02.05) above, the contractor will submit the details of specifications of old and replaced compressors on letter head to NCERT and copy of bill / receipt issued by Authorised Manufacturing / Repairing Company will be handed over to NCERT.

03 The Details of Work or Services to be performed by the Contractor 03.01 The Machines / Items should be installed in a systematic / professional manner. Poor installation will not be

accepted. 03.02 The Repair / Service / Maintenance of Machines / Items will have to be done in professional manner by your

technically qualified staff and the replaced spare parts used must be of reputed company bearing proper specifications and ISI grading.

03.03 Proper and sufficient number of trained manpower has to be deputed by the Contractor to tackle the problem of breakdown of Machines / Items / Equipments. This manpower will always be available to Technical Staff of NCERT. If demanded by NCERT, the manpower will also be made available by the Contractor on holidays. The manpower deputed by the firm will be issued with temporary Identity Cards by the Security Section of NCERT in order to facilitate their entry in NCERT Campus. Care will be taken by the Contractor not to change their manpower to avoid the difficulty of temporary Identity Cards.

03.04 In order to prevent breeding of mosquitoes, the firm has to take necessary precautions like ducting of water escape, keeping the Machines / Items functional and dry and by spray of mosquito repelling solution etc. The cost of such jobs will be borne by the contractor.

03.05 All the Machines / Items are to be kept always in functional and presentable condition and complaint attended within a period of 06 hours. Beyond a period of 06 hours, it will be assumed that the Machine / Item did not work for full day and subsequent days till made functional, and an amount of Rs. 100/- per day per Machine / Item will be deducted from the bill / performance security money.

03.06 The work has to be done in this office’s premises only, in exceptional cases and in case of major repair, the Machine / Item may be allowed for repair in Contractor’s workshop for a maximum period of 04 days. Beyond this period, an amount of Rs. 100/- per day per Machine / Item will be deducted from bill / performance security money. In case a Machine / Item is to be taken out to Contractor’s premise for repair, proper Gate Pass is to obtained from NCERT where Machine / Item is installed with the intimation to this office.

03.07 In case of frequent breakdown of the Machines / Items and unsatisfactory maintenance of Machines / Items by the Contractor or sufficient manpower not provided by the Contractor, the NCERT will have the right to employ other Mechanics The charges incurred together with the cost of materials will be recovered from the bills / performance security money of the Contractor.

03.08 Any loss to the Machine / Item or to the user of the Machine / Item, Accidents, Loss of Human Life etc. due to poor workmanship on the part of Contractor will have to be compensated by the Contractor or will be recovered from the bill / performance security money of the Contractor besides other Legal actions as deemed fit. The Contractors are therefore advised to provide proper Earthing to the Electrical Equipments / Items etc repaired / serviced by them.

03.09 The functioning of contract / replacement of parts, etc. will be continuously monitored by a team of technical staff of NCERT whose names / designations will be given in the Job Order. The recommendations of the team which may include recovery of any amount due to poor performance of contractor, will be binding on the contractor. The continuance of contract will also be based on their report.

03.10 The repair jobs carried out by the firm are to be given 06 months guarantee / warranty from the date of completion of job. If the Equipment / Machine / Item becomes defective during the guarantee / warranty period, the same will be repaired by the Contractor free of cost at his own expenses. Failure to do so, the amount as deemed fit will be recovered from the Bill / Performance Security Money.

Page 10: Contents of the Tender Documents

Page 07

03.11 In case of repair / service / maintenance of machine / items are being done in the premises of the Contractor,

NCERT reserves the right to inspect the functionality / test of the item / machine in the premises of the Contractor. In such cases, all reasonable facilities and assistance shall be provided to our inspectors free of charge.

03.12 Should any inspected or tested Service fails to conform to the specifications, NCERT may reject them and the Contractor shall either re-do the rejected Service or make all alterations necessary to meet specification requirements to make it functional free of cost.

03.13 NCERT’s right to inspect, test and, where necessary, reject the Services shall in no way be limited or waived by reason of the services having previously been inspected, tested and passed by NCERT or its representative.

03.14 The Contractor may be required to provide any or all of the following Incidental Services, including additional services free of costs like : Loading at point of dispatch, Transportation to the point of delivery, Unloading at point of delivery and Stacking and installation at the point of delivery.

04 The Statutory and Contractual Obligations to be complied with by the Contractor 04.01 Mode of Functioning of Contract 04.01.01 Based on the requisition received from the various offices of NCERT, the Technical Staff of NCERT will inspect

the Machine / Equipment / Item and identify the defects. Based on the Inspection Report of Technical Team, Job Order bearing proper Job Order Number and Date will be issued to the Contractor attaching a list of Jobs to be done by the Contractor (Format of List of Jobs to be done by the Contractor is enclosed as Appendix – I of Section VIII).

04.01.02 The Contractor will carry out only those jobs which are mentioned in the Job Order. In case he notices any other necessary jobs, he will inform in writing on his letter head and obtain additional Job Order from NCERT bearing proper number and date for carrying out such additional jobs.

04.01.03 If Contractor notices any missing part (s) from the Machine / Item / Equipment, etc. he will inform in writing to NCERT and take prior written permission from NCERT before replacing them. NCERT will issue Additional Job Order for such cases.

04.01.04 The Contractor will work strictly under the supervision of Foreman / Jr. Foreman / Fine Mechanic / Mechanic and one representative of Department concerned deputed for this purpose by NCERT. Their names and designation will be mentioned on the Job Order issued to the contractor. The jobs are to be completed satisfactorily to the utmost satisfaction of this team.

04.01.05 The jobs given in the Job Order must be completed within time frame specified in the job order failing which penalty as deemed fit will be imposed / amount as deemed fit will be recovered from bill / performance security. The contractor will submit the bill (s) immediately after the satisfactory completion of jobs following the procedure specified in Clause 05 below.

05 Submission of Bill (s) 05.01 After the completion of all jobs listed in one Job Order (including additional Job Order, if any connected to Main

Job Order), the Contractor will submit only one pre-receipted revenue stamped bill against one such Job Order. He must write the Job Order Number and Date (including additional Job Order number and date, if any, connected to main Job Order) in the bill and also attach a copy of Job Order and Additional Job Order along with the concerned bill.

05.02 The bill (s) must be original and proper and must indicate bill book no., serial no., and PAN, TIN, TAN, VAT, Service Tax Registration Number, and other information etc. as stated in Technical Bid at Serial Number 02 to 07.

05.03 The bill (s) must be neatly typed / Computer Typed / Hand Written and must be easily readable. The bill (s) must be addressed to “Head (CMD), NCERT, New Delhi -16”.

05.04 The bill (s) must be strictly in accordance with the job order. The job items written in the bill must be in same sequence as given in List of Job Items attached with our job order.

05.05 The bill (s) must also be in accordance with the approved rates. Their sub total and grand total in figures and words must be correct.

05.06 It will be the absolute responsibility of the Contractor not to submit the bill and claim the money for those Job Items of relevant Job Order which fall under the category of Guarantee / Warranty period. If such act is noticed by NCERT, it will be taken as violation of Terms-Conditions of Contract resulting in termination of contract, forfeiture of Performance Security Money / recovery of already paid amount from the bill / Performance Security Money.

05.07 Following Documents must also be attached along with the bill (s) : 05.07.01 Duly filled in (No columns and rows to be left blank) Satisfactory Job Completion Certificate (on the

prescribed format as per Appendix – 2 of Section VIII), issued by the user of responsible capacity, with his name, designation and rubber stamp.

05.07.02 A list of old / replaced spare parts on the letter head of the Contractor as per the format given in Appendix - 3, Section VIII, along with the spare parts which will be deposited in the Stores of NCERT under the supervision of our technical staff whose names will be given on our Job Order.

05.08 The Bill (s), Satisfactory Job Completion Certificate and List of old / replaced parts will be subjected to verification of technical team of NCERT.

06 Method for making payments 06.01 No advance payment will be made by this office under any circumstance. 06.02 After the scrutiny and the verification of satisfactory work by team of officials, the bill (s) will be forwarded to the

Accounts Branch of NCERT. The Accounts Branch will make the payment through Cheque which will be sent to the Contractor’s address.

Page 11: Contents of the Tender Documents

Page 08

SECTION - IV Technical Bid (Qualification Criteria)

[Please do not leave any column/row blank and attach all required self attested certificates in same sequence]

1. Name of the Owner of the Firm --------------------------------------------------------------------------------------------------------- 2. Name of the Firm : ------------------------------------------------------------------------------------------------------------------------ 3. Address of the Firm :---------------------------------------------------------------------------------------------------------------------- 4. Telephone Nos. (Mobile & Landline) : ------------------------------------------------------------------------------------------------ 5. Fax No. : ------------------------------------------------------------------------------------------------------------------------------------ 6. E-mail ID No. : ---------------------------------------------------------------------------------------------------------------------------- 7. Web-site Address : ------------------------------------------------------------------------------------------------------------------------ 8. The three specimen signatures of the authorized representative has been attested below and it is certified that the

Authorized representative is committed to our firm and fully responsible for the contractual obligations :

Name of authorized person

Designation His residential address His contact Numbers (Landline & Mobile)

His three attested signatures

9. Our firm has been in the field of Repair, Maintenance and Service of Equipments / Items given in the list of Job Items

given in Price Bid for the period of at least previous any three years and has successfully completed the jobs in Central Government / State Government / Autonomous Body / PSU / Educational Institute / Private Agencies etc., as per the details given in the following table (self attested copies of proofs are attached) :

S. No.

Nature of Jobs Name, Address, Telephone, Fax, e-mail ID, Web-site etc. of Organizations

2011-12 2010-11 2009-10

(Rows of above table may be extended as per the requirements)

10. We have a valid tie-up with the Authorised Manufacturing / Repairing Company of the Compressor as per the details given in following table and Self Attested Copies of proofs are also attached :

S. No.

Name of the Authorised Manufacturing/ Repairing Company of the Compressor

Address, telephone Nos., Fax, e-mail ID, Website of Authorised Manufacturing / Repairing Company of the Compressor

Period of validity of tie-up

(Rows of above table may be extended as per the requirements)

11. Write Yes or No in the relevant column of following table :

S. No.

Questioneries Write Yes or No

11.01 As per the demand in the Job Order issued by NCERT and in case of replacement of defective compressor with the repaired compressor repaired by Authorised Manufacturing / Repairing Company only, the Warranty/ guarantee period of repaired compressor granted by the company will be extended to NCERT. Should this repaired compressor become defective again within the warranty / guarantee period, we will get it repaired again free of charge through the same company.

11.02 As per the demand in the Job Order issued by NCERT and in case of replacement of defective compressor (which is / are not repairable) with newly purchased compressor, only compressor from Authorised Manufacturing Company will be purchased by us. In this case, defective / old compressor will be handed over to NCERT as an old part or approved price paid to NCERT (as per serial number 28 of Table – I of Price Bid) or this cost deducted from the bill. The warranty / guarantee period of new compressor will be extended to NCERT. Should the new compressor become defective within the warranty / guarantee period, the same shall be replaced by us free of charge from the company.

11.03 In both the cases as stated in (11.01) and (11.02) above, we will submit the details of specifications of old and replaced compressors on our letter head to NCERT and copy of bill / receipt issued by Authorised Manufacturing / Repairing Company will be handed over to NCERT.

Page 12: Contents of the Tender Documents

Page 09

12. Write Yes or No against each row of following table without leaving any row blank and also attach self certified proofs

in the same sequence :

S. No.

Questioneries Write Yes or No

12.01 Self attested copy of valid PAN issued by the competent authority attached 12.02 Self attested copy of valid TIN issued by the competent authority attached 12.03 Self attested copy of valid TAN issued by the competent authority attached 12.04 Self attested copy of valid Service Tax Registration Number issued by the competent

authority attached

12.05 Self attested copy of valid VAT Registration Number issued by the competent authority attached

12.06 A recent copy of Bill / Cash-memo indicating necessary information (2) to (7) and 12.01 to 12.05 of this table is enclosed

12.07

Tender Document was down loaded from NCERT Web-site and DD / BC of Rs. 500/- towards the cost of tender document as per following details is attached : DD/BC No. -------------------------- dated ----------------------- drawn on Bank (Bank Name, Address, Branch Code etc.) ------------------------------------------------------------------------------------------------------ in favour of Secretary, NCERT, New Delhi-110016 payable at New Delhi

12.08 Earnest Money Deposit (EMD) of Rs.------- /- (Rupees ---------------------------only) has been enclosed vide DD/BC No. -------------------------- dated ----------------------- drawn on Bank (Bank Name, Address, Branch Code etc.) ------------------------------------------------------------------------------------------------------ in favour of Secretary, NCERT, New Delhi-110016 payable at New Delhi

12.09 I have attached an undertaking that the Bid will remain valid for the total period of Contract and accordingly valid period of DD / BC submitted toward the cost of the Tender Document / EMD / Performance Security Money will be adjusted falling which my bid may be rejected by NCERT.

12.10 I have attached the response letter on the printed letter head of the bidder’s firm, duly signed and rubber stamped.

12.11 I have submitted an undertaking on a Non-Judicial Stamp Paper of the value of Rs. 10/- duly registered in Public Notary stating that the contents given in Clauses from 06.01.05.01 to 06.01.05.05 of Section II, Invitation of Bids & Instructions to Bidders are Acceptable to me.

12.12 I have submitted the self certified copies of previous three years Income, Sales Tax, VAT Balance Sheet duly cleared by Income Tax, Sales Tax Department

12.13 My firm falls under the category of PSU and self attested copy of proof is attached 12.14 For the submission of bid, we have used the prescribed formats and tables or their clear

photocopies only without incorporating any changes in them, failing which my completed bid will be rejected by NCERT

13. Signature of tenderer ---------------------------------------------------------------------------------------------------------------------- 14. Name of the tenderer in block letters --------------------------------------------------------------------------------------------------- 15. Designation / Capacity in which signed the tender ----------------------------------------------------------------------------------- 16. Date ----------------------------------------------------------------------------------------------------------------------------------------- 17. Place ---------------------------------------------------------------------------------------------------------------------------------------- 18. Office Seal ---------------------------------------------------------------------------------------------------------------------------------

Page 13: Contents of the Tender Documents

Page 10

SECTION – V Price Bid (Price Schedule of Job Items in Tables I to V)

Dated : -------------------------- To The Professor & Head (CMD), Workshop Building NCERT, Sri Aurobindo Marg, New Delhi – 110016 Sir, 1. I hereby acknowledge the receipt of complete Tender Document. It has been examined and studied in respect of full

Details, Sections, Addendums, Terms-Conditions, etc. In all the tables given in Tender Document including Table I to VIII of Price Bid, Section V, No Column has been left blank. The Not Applicable Column (s) has / have been marked as N.A.

2. I agree to abide by this bid and shall remain binding upon us, for the complete validity period of the bid until a formal contract is executed. This bid together with your written communications thereof and your Notification for Offer for Acceptance of Lowest Rates of Unit Quantity Job Items as per attached List for the Award of Contract (format given in Section VI of the Bidding Document), shall constitute a binding contracts upon us till the successful completion of Contract Work.

3. I undertake that, in completing and executing the contract, we will strictly observe the “Prevention of Corruption Act 1988 and its subsequent amendments”.

4. I undertake that all the information mentioned in the completed bidding document are correct to the best of my knowledge and belief. I also undertake, if our bid is accepted, to render services in accordance with the terms-conditions of the contract and as per the prices including taxes approved by NCERT.

5. I have quoted the prices of All Job Items of Unit Quantity of Table I to V as applicable to me. The Spare Parts (that will be replaced) will be of same make as given in Tables below / Reputed Manufacturing Company having ISI or Equivalent Grading. For quoting the price of each job item, the proforma provided from Table I to V or its clear photocopies have been used without incorporating any changes.

6. I have quoted taxes in Table V, if any, in accordance with the existing Government Procedures / Rules. For example VAT will be charged on new items only and Service Tax will be charged on Labour Charges only. I also understand that NCERT will consider the Total Unit Price of each Job Item mentioned in column No. 8 = 7 of Tables I to V only as final for further processing, and in accordance to Clause 12 of Section II, Invitation of Bids & Instruction to Bidders.

Table - I Price Bid (Price Schedule of Job Items)

List of Job Items for Air-conditioning Equipments (Split Air-conditioner, Window Type Air-conditioner, Water Cooler, Deep Freezer, Bottle Cooler, Refrigerator, Water Dispenser, Voltage Stabilizer)

S. No.

Name of Job Item

(Replaced Spare Parts will be of Reputed Manufacturing Company having ISI or Equivalent Grading)

Unit Price of Job Item

Price of VAT, if any, on Unit price of Job Item

Price of Labour Charge, if any, on Unit price of Job Item

Price of Service Tax, if any, on Unit price of Job Item

Total Unit Price of Job Item in Figure (Rs.)

Total Unit Price of Job Item in words (Rupees ----------------- only)

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

Replacement of Defective Compressor with the Repaired Compressor for WTAC / Split AC / Water Cooler

1 Replacement of Defective Compressor with the Repaired Compressor (1.0 Ton Kirloskar) Repaired by the Reputed Manufacturing Company

2 Replacement of Defective Compressor with the Repaired Compressor (1.0 Ton Carrier) repaired by the reputed manufacturing company

3 Replacement of Defective Compressor with the Repaired Compressor (1.0 Ton Voltas) Repaired by the Reputed Manufacturing Company

4 Replacement of Defective Compressor with the Repaired Compressor (1.0 Ton Teccumsheh) Repaired by the Reputed Manufacturing Company

5 Replacement of Defective Compressor with the Repaired Compressor (1.0 Ton Sriram) Repaired by the Reputed Manufacturing Company

6 Replacement of Defective Compressor with the Repaired Compressor (1.5 Ton Kirloskar) Repaired by the Reputed Manufacturing Company

Page 14: Contents of the Tender Documents

Page 11

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

7 Replacement of Defective Compressor with the Repaired Compressor (1.5 Ton Carrier) Repaired by the Reputed Manufacturing Company

8 Replacement of Defective Compressor with the Repaired Compressor (1.5 Ton Voltas) Repaired by the Reputed Manufacturing Company

9 Replacement of Defective Compressor with the Repaired Compressor (1.5 Ton Teccumsheh) Repaired by the Reputed Manufacturing Company

10 Replacement of Defective Compressor with the Repaired Compressor (1.5 Ton Sriram) Repaired by the Reputed Manufacturing Company

11 Replacement of Defective Compressor with the Repaired Compressor (2.0 Ton Kirloskar) Repaired by the Reputed Manufacturing Company

12 Replacement of Defective Compressor with the Repaired Compressor (2.0 Ton Carrier) Repaired by the Reputed Manufacturing Company

13 Replacement of Defective Compressor with the Repaired Compressor (2.0 Ton Voltas) Repaired by the Reputed Manufacturing Company

14 Replacement of Defective Compressor with the Repaired Compressor (2.0 Ton Teccumsheh) Repaired by the Reputed Manufacturing Company

15 Replacement of Defective Compressor with the Repaired Compressor (2.0 Ton Sriram) Repaired by the Reputed Manufacturing Company

Replacement of Defective Compressor with New Compressor for WTAC / Split AC / Water Cooler

16 Replacement of Defective Compressor with New Compressor 1.0 Ton Kirloskar

17 Replacement of Defective Compressor with New Compressor 1.0 Ton Carrier

18 Replacement of Defective Compressor with New Compressor 1.0 Ton Voltas

19 Replacement of Defective Compressor with New Compressor 1.0 Ton Sriram – Teccumsheh

20 Replacement of Defective Compressor with New Compressor 1.5 Ton Kirloskar

21 Replacement of Defective Compressor with New Compressor 1.5 ton carrier

22 Replacement of Defective Compressor with New Compressor 1.5 Ton Voltas

23 Replacement of Defective Compressor with New Compressor 1.5 Ton Sri Ram – Teccumsheh

24 Replacement of Defective Compressor with New Compressor 2.0 Ton kirloskar

25 Replacement of Defective Compressor with New Compressor 2.0 Ton Carrier

26 Replacement of Defective Compressor with New Compressor 2.0 Ton voltas

Page 15: Contents of the Tender Documents

Page 12

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

27 Replacement of Defective Compressor with New Compressor 2.0 Ton sriram – teccumsheh

28 Cost of Defective Compressor 1.0 / 1.5 / 2.0 Ton and 165 Ltrs. / 320 Ltrs. / 400 Ltrs. Capacity you are willing to pay in case you buy back the Defective Compressor (when you replace Defective Compressor with New Compressor)

Replacement of Defective Compressor with New Rotary Compressor

29 Replacement of Defective Compressor with New Rotary Compressor 1.0 Ton of Kirloskar

30 Replacement of Defective Compressor with New Rotary Compressor 1.0 Ton of any Reputed Manufacturing Company having ISI or Equivalent Grading

31 Replacement of Defective Compressor with New Rotary Compressor 1.5 Ton of Kirloskar

32 Replacement of Defective Compressor with New Rotary Compressor 1.5 Ton of any Reputed Manufacturing Company having ISI or Equivalent Grading

33 Replacement of Defective Compressor with New Rotary Compressor 2.0 ton of Kirloskar

34 Replacement of Defective Compressor with New Rotary Compressor 2.0 ton of any Reputed Manufacturing Company having ISI or Equivalent Grading

WTAC Gas Charging

35 WTAC Gas Charging 1.0 Ton

36 WTAC Gas Charging 1.5 Ton

37 WTAC Gas Charging 2.0 Ton

Repair of WTAC Fan Motor

38 Repair of WTAC Fan Motor 1.0 Ton (including Rewinding, Bush, Shaft etc)

39 Repair of WTAC Fan Motor 1.5 Ton (including Rewinding, Bush, Shaft etc)

40 Repair of WTAC Fan Motor 2.0 Ton (including Rewinding, Bush, Shaft etc)

Replacement of Defective WTAC Fan Motor with New WTAC Fan Motor

41 Replacement of Defective WTAC Fan Motor with New WTAC Fan Motor 1.0 Ton of Crompton make

42 Replacement of Defective WTAC Fan Motor with New WTAC Fan Motor 1.0 Ton of GE make

43 Replacement of Defective WTAC Fan Motor with New WTAC Fan Motor 1.0 Ton of Universal make

44 Replacement of Defective WTAC Fan Motor with New WTAC Fan Motor 1.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

45 Replacement of Defective WTAC Fan Motor with New WTAC Fan Motor 1.5 Ton of Crompton make

Page 16: Contents of the Tender Documents

Page 13

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

46 Replacement of Defective WTAC Fan Motor with New WTAC Fan Motor 1.5 Ton of GE make

47 Replacement of Defective WTAC Fan Motor with New WTAC Fan Motor 1.5 Ton of Universal make

48 Replacement of Defective WTAC Fan Motor with New WTAC Fan Motor 1.5 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

49 Replacement of Defective WTAC Fan Motor with New WTAC Fan Motor 2.0 Ton of Crompton make

50 Replacement of Defective WTAC Fan Motor with New WTAC Fan Motor 2.0 Ton of GE make

51 Replacement of Defective WTAC Fan Motor with New WTAC Fan Motor 2.0 Ton of Universal make

52 Replacement of Defective WTAC Fan Motor with New WTAC Fan Motor 2.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

Replacement of Defective WTAC Fan Blade with New WTAC Fan Blade

53 Replacement of Defective WTAC Fan Blade with New WTAC Fan Blade of Reputed Manufacturing Company having ISI or Equivalent Grading

54 Replacement of Defective WTAC Fan Blower with New WTAC Fan Blower of Crompton make

55 Replacement of Defective WTAC Fan Blower with New WTAC Fan Blower of GE make

56 Replacement of Defective WTAC Fan Blower with New WTAC Fan Blower of Universal make

57 Replacement of Defective WTAC Fan Blower with New WTAC Fan Blower of Reputed Manufacturing Company having ISI or Equivalent Grading

Replacement of Defective WTAC Overload with New WTAC Overload

58 Replacement of Defective WTAC Overload with New WTAC Overload 1.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

59 Replacement of Defective WTAC Overload with New WTAC Overload 1.5 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

60 Replacement of Defective WTAC Overload with New WTAC Overload 2.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

Replacement of Defective WTAC Copper Condenser Coil with New WTAC Copper Condenser Coil

61 Replacement of Defective WTAC Copper Condenser Coil with New WTAC Copper Condenser Coil 1.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

62 Replacement of Defective WTAC Copper Condenser Coil with New WTAC Copper Condenser Coil 1.5 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

Page 17: Contents of the Tender Documents

Page 14

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

63 Replacement of Defective WTAC Copper Condenser Coil with New WTAC Copper Condenser Coil 2.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

Replacement of Defective WTAC Copper Cooling Coil with New WTAC Copper Cooling Coil

64 Replacement of Defective WTAC Copper Cooling Coil with New WTAC Copper Cooling Coil 1.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

65 Replacement of Defective WTAC Copper Cooling Coil with New WTAC Copper Cooling Coil 1.5 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

66 Replacement of Defective WTAC Copper Cooling Coil with New WTAC Copper Cooling Coil 2.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

Providing and Fixing of Complete Body of WTAC with Front Grill, Fan Motor, Cooling Coil, Condenser

67 Replacement of Defective WTAC Front Grill with New WTAC Front Grill of Reputed Manufacturing Company having ISI or Equivalent Grading

68 Providing and Fixing of Complete Body of WTAC with Front Grill, Fan Motor, Cooling Coil, Condenser 1.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

69 Providing and Fixing of Complete Body of WTAC with Front Grill, Fan Motor, Cooling Coil, Condenser 1.5 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

70 Providing and Fixing of Complete Body of WTAC with Front Grill, Fan Motor, Cooling Coil, Condenser 2.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

71 Replacement of Defective WTAC Wiring Kit with New WTAC Wiring Kit of Reputed Manufacturing Company having ISI or Equivalent Grading

72 Replacement of Defective WTAC Thermostat with New WTAC Thermostat of Reputed Manufacturing Company having ISI or Equivalent Grading

73 Replacement of Defective WTAC Rotary Switch with New WTAC Rotary Switch of Reputed Manufacturing Company having ISI or Equivalent Grading

74 Replacement of Defective WTAC Air Filter with New WTAC Air Filter of Reputed Manufacturing Company having ISI or Equivalent Grading

75 Replacement of Defective PVC Knob with New PVC Knob of Reputed Manufacturing Company having ISI or Equivalent Grading

76 WTAC Complete Servicing

77 WTAC Installation Complete with Window making

Page 18: Contents of the Tender Documents

Page 15

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

Split AC Gas Charging

78 Split AC Gas Charging 1.0 Ton

79 Split AC Gas Charging 1.5 Ton

80 Split AC Gas Charging 2.0 Ton

Repair of Split AC Indoor Fan Motor

81 Repair of Split AC Indoor Fan Motor 1.0 Ton (including Rewinding, Bush, Shaft etc)

82 Repair of Split AC Indoor Fan Motor 1.5 Ton (including Rewinding, Bush, Shaft etc)

83 Repair of Split AC Indoor Fan Motor 2.0 Ton (including Rewinding, Bush, Shaft etc)

Repair of Split AC Outdoor Fan Motor

84 Repair of Split AC Outdoor Fan Motor 1.0 Ton (including Rewinding, Bush, Shaft etc)

85 Repair of Split AC Outdoor Fan Motor 1.5 Ton (including Rewinding, Bush, Shaft etc)

86 Repair of Split AC Outdoor Fan Motor 2.0 Ton (including Rewinding, Bush, Shaft etc)

Replacement of Defective Split AC Inner Fan Motor with New Split AC Inner Fan Motor

87 Replacement of Defective Split AC Inner Fan Motor with New Split AC Inner Fan Motor 1.0 Ton of Crompton make

88 Replacement of Defective Split AC Inner Fan Motor with New Split AC Inner Fan Motor 1.0 Ton of GE make

89 Replacement of Defective Split AC Inner Fan Motor with New Split AC Inner Fan Motor 1.0 Ton of Universal make

90 Replacement of Defective Split AC Inner Fan Motor with New Split AC Inner Fan Motor 1.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

91 Replacement of Defective Split AC Inner Fan Motor with New Split AC Inner Fan Motor 1.5 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

92 Replacement of Defective Split AC Inner Fan Motor with New Split AC Inner Fan Motor 1.5 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

93 Replacement of Defective Split AC Inner Fan Motor with New Split AC Inner Fan Motor 1.5 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

94 Replacement of Defective Split AC Inner Fan Motor with New Split AC Inner Fan Motor 1.5 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

95 Replacement of Defective Split AC Inner Fan Motor with New Split AC Inner Fan Motor 2.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

96 Replacement of Defective Split AC Inner Fan Motor with New Split AC Inner Fan Motor 2.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

Page 19: Contents of the Tender Documents

Page 16

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

97 Replacement of Defective Split AC Inner Fan Motor with New Split AC Inner Fan Motor 2.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

98 Replacement of Defective Split AC Inner Fan Motor with New Split AC Inner Fan Motor 2.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

Replacement of Defective Split AC Outer Fan Motor with New Split AC Outer Fan Motor

99 Replacement of Defective Split AC Outer Fan Motor with New Split AC Outer Fan Motor 1.0 Ton of Crompton make

100 Replacement of Defective Split AC Outer Fan Motor with New Split AC Outer Fan Motor 1.0 Ton of GE make

101 Replacement of Defective Split AC Outer Fan Motor with New Split AC Outer Fan Motor 1.0 Ton of Universal make

102 Replacement of Defective Split AC Outer Fan Motor with New Split AC Outer Fan Motor 1.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

103 Replacement of Defective Split AC Outer Fan Motor with New Split AC Outer Fan Motor 1.5 Ton of Crompton make

104 Replacement of Defective Split AC Outer Fan Motor with New Split AC Outer Fan Motor 1.5 Ton of GE make

105 Replacement of Defective Split AC Outer Fan Motor with New Split AC Outer Fan Motor 1.5 Ton of Universal make

106 Replacement of Defective Split AC Outer Fan Motor with New Split AC Outer Fan Motor 1.5 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

107 Replacement of Defective Split AC Outer Fan Motor with New Split AC Outer Fan Motor 2.0 Ton of Crompton make

108 Replacement of Defective Split AC Outer Fan Motor with New Split AC Outer Fan Motor 2.0 Ton of GE make

109 Replacement of Defective Split AC Outer Fan Motor with New Split AC Outer Fan Motor 2.0 Ton of Universal make

110 Replacement of Defective Split AC Outer Fan Motor with New Split AC Outer Fan Motor 2.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

Replacement of Split AC Indoor / Outdoor Fan Blade

111 Replacement of Defective Indoor Split AC Fan Blade with New Indoor Split AC Fan Blade of Reputed Manufacturing Company having ISI or Equivalent Grading

112 Replacement of Defective Outdoor Split AC Fan Blade with New Outdoor Split AC Fan Blade of Reputed Manufacturing Company having ISI or Equivalent Grading

Replacement of Split AC Indoor / Outdoor Blower

113 Replacement of Defective Indoor Split AC Blower with New Indoor Split AC Fan Blower of Crompton make

114 Replacement of Defective Indoor Split AC Blower with New Indoor Split AC Fan Blower of GE make

115 Replacement of Defective Indoor Split AC Blower with New Indoor Split AC Fan Blower of Universal make

Page 20: Contents of the Tender Documents

Page 17

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

116 Replacement of Defective Indoor Split AC Blower with New Indoor Split AC Fan Blower of Reputed Manufacturing Company having ISI or Equivalent Grading

117 Replacement of Defective Outdoor Split AC Blower with New Outdoor Split AC Fan Blower of Crompton make

118 Replacement of Defective Outdoor Split AC Blower with New Outdoor Split AC Fan Blower of GE make

119 Replacement of Defective Outdoor Split AC Blower with New Outdoor Split AC Fan Blower of Universal make

120 Replacement of Defective Outdoor Split AC Blower with New Outdoor Split AC Fan Blower of Reputed Manufacturing Company having ISI or Equivalent Grading

Replacement of Split AC Indoor Old Complete Body by New Complete Body

121 Replacement of Split AC Indoor Old Complete Body by New Complete Body of Reputed Manufacturing Company having ISI or Equivalent Grading 1.0 Ton

122 Replacement of Split AC Indoor Old Complete Body by New Complete Body of Reputed Manufacturing Company having ISI or Equivalent Grading 1.5 Ton

123 Replacement of Split AC Indoor Old Complete Body by New Complete Body of Reputed Manufacturing Company having ISI or Equivalent Grading 2.0 Ton

Replacement of Split AC Outdoor Old Complete Body by New Complete Body

124 Replacement of Split AC Outdoor Old Complete Body by New Complete Body of Reputed Manufacturing Company having ISI or Equivalent Grading 1.0 Ton

125 Replacement of Split AC Outdoor Old Complete Body by New Complete Body of Reputed Manufacturing Company having ISI or Equivalent Grading 1.5 Ton

126 Replacement of Split AC Outdoor Old Complete Body by New Complete Body of Reputed Manufacturing Company having ISI or Equivalent Grading 2.0 Ton

Replacement of Split AC Inner Old Copper Condenser Coil by New Inner Copper Condenser Coil

127 Replacement of Split AC Inner Old Copper Condenser Coil by New Inner Copper Condenser Coil of Reputed Manufacturing Company having ISI or Equivalent Grading 1.0 Ton

128 Replacement of Split AC Inner Old Copper Condenser Coil by New Inner Copper Condenser Coil of Reputed Manufacturing Company having ISI or Equivalent Grading 1.5 Ton

129 Replacement of Split AC Inner Old Copper Condenser Coil by New Inner Copper Condenser Coil of Reputed Manufacturing Company having ISI or Equivalent Grading 2.0 Ton

Replacement of Split AC Outer Old Copper Condenser Coil by New Outer Copper Condenser Coil

130 Replacement of Split AC Outer Old Copper Condenser Coil by New Outer Copper Condenser Coil of Reputed Manufacturing Company having ISI or Equivalent Grading 1.0 Ton

Page 21: Contents of the Tender Documents

Page 18

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

131 Replacement of Split AC Outer Old Copper Condenser Coil by New Outer Copper Condenser Coil of Reputed Manufacturing Company having ISI or Equivalent Grading 1.5 Ton

132 Replacement of Split AC Outer Old Copper Condenser Coil by New Outer Copper Condenser Coil of Reputed Manufacturing Company having ISI or Equivalent Grading 2.0 Ton

Replacement of Split AC Old Inner Cooling Coil by New Inner Cooling Coil

133 Replacement of Split AC Old Inner Cooling Coil by New Inner Cooling Coil of Reputed Manufacturing Company having ISI or Equivalent Grading 1.0 Ton

134 Replacement of Split AC Old Inner Cooling Coil by New Inner Cooling Coil of Reputed Manufacturing Company having ISI or Equivalent Grading 1.5 Ton

135 Replacement of Split AC Old Inner Cooling Coil by New Inner Cooling Coil of Reputed Manufacturing Company having ISI or Equivalent Grading 2.0 Ton

Replacement of Split AC Old Outer Cooling Coil by New Outer Cooling Coil

136 Replacement of Split AC Old Outer Cooling Coil by New Outer Cooling Coil of Reputed Manufacturing Company having ISI or Equivalent Grading 1.0 Ton

137 Replacement of Split AC Old Outer Cooling Coil by New Outer Cooling Coil of Reputed Manufacturing Company having ISI or Equivalent Grading 1.5 Ton

138 Replacement of Split AC Old Outer Cooling Coil by New Outer Cooling Coil of Reputed Manufacturing Company having ISI or Equivalent Grading 2.0 Ton

139 Replacement of Defective Suction Valve of Split AC with New Suction Valve of Reputed Manufacturing Company having ISI or Equivalent Grading

140 Replacement of Defective Discharge Valve of Split AC with New Discharge Valve of Reputed Manufacturing Company having ISI or Equivalent Grading

141 Replacement of Defective Wiring Kit of Split AC with New Wiring Kit of Reputed Manufacturing Company having ISI or Equivalent Grading

142 Replacement of Defective Timer of Split AC with New Timer of Reputed Manufacturing Company having ISI or Equivalent Grading

143 Replacement of Defective Air Filter of Split AC with New Air Filter of Reputed Manufacturing Company having ISI or Equivalent Grading

Repair of Split AC Remote Control

144 Repair of Remote Control attached with Cord of split AC

145 Repair of Cordless Remote Control of split AC

Page 22: Contents of the Tender Documents

Page 19

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

Replacement of Defective Split AC Remote Control with New Split AC Remote Control

146 Replacement of Defective Split AC Remote Control attached with Cord with New Split AC Remote Control attached with Cord of Reputed Manufacturing Company having ISI or Equivalent Grading

147 Replacement of Defective Split AC Cordless Remote Control with New Split AC Cordless Remote Control of Reputed Manufacturing Company having ISI or Equivalent Grading

148 Split AC Complete Servicing

149 Split AC Outer Painting

Split AC Installation

150 Providing & Fixing Copper Pipe with Insulation and Cover Pipe Per Metre of Reputed Manufacturing Company having ISI or Equivalent Grading for Split AC

151 Providing and Fixing New Copper Pipe ½” Per Meter of Reputed Manufacturing Company having ISI or Equivalent Grading for Split AC

152 Providing and Fixing New Copper Pipe ¼” Per Meter of Reputed Manufacturing Company having ISI or Equivalent Grading for Split AC

153 Providing and Fixing New Copper Pipe 3/16” Per Meter of Reputed Manufacturing Company having ISI or Equivalent Grading for Split AC

154 Providing and Fixing New Copper Pipe 3/8” Per Meter of Reputed Manufacturing Company having ISI or Equivalent Grading for Split AC

155 Providing and Fixing New Copper Pipe 5/8” Per Meter of Reputed Manufacturing Company having ISI or Equivalent Grading for Split AC

156 Providing & Fixing Supply Lead 80/86 Per Metre of Reputed Manufacturing Company having ISI or Equivalent Grading for Split AC

157 Providing and Fixing New Insulation Pipe 5/8” Per Meter of Reputed Manufacturing Company having ISI or Equivalent Grading for Split AC

158 Providing and Fixing New Insulation Pipe 3/8” Per Meter of Reputed Manufacturing Company having ISI or Equivalent Grading for Split AC

159 Providing and Fixing New Copper Filter of Reputed Manufacturing Company having ISI or Equivalent Grading for Split AC

160 Providing and Fixing New Copper Capillary Per Metre of Reputed Manufacturing Company having ISI or Equivalent Grading for Split AC

161 Providing and Fixing of Frame Box of Angle Iron and Welding with Lock & Key arrangement, Painting etc. of Split AC Outer Body

162 Repair of Angle Iron Stand by Welding, Painting of Split AC Outer Body

Page 23: Contents of the Tender Documents

Page 20

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

163 Providing and Fixing of Angle Iron Stand for Split AC Outer Body

164 Split AC Installation Charges

Water Cooler Gas Charging

165 Water Cooler Gas Charging 150 ltr

166 Water Cooler Gas Charging 90 ltr

167 Water Cooler Gas Charging 60 ltr

168 Water Cooler Complete Servicing

169 Water Cooler Denting & Painting

170

Providing Angle Iron Painted Stand for 150 Ltrs Water Cooler

171 Providing Angle Iron Painted Stand for 90 Ltrs Water Cooler

172 Providing Angle Iron Painted Stand for 60 Ltrs Water Cooler

173 Replacement of Defective PVC Base Pipe of Water Cooler with New One Per meter of Reputed Manufacturing Company having ISI or Equivalent Grading

174 Repair of Water Cooler Tank 150 ltr

175 Repair of Water Cooler Tank 90 ltr

176 Repair of Water Cooler Tank 60 ltr

177 Replacement of Defective Lid Gasket of Water Cooler with New One 150/90/60 ltrs of Reputed Manufacturing Company having ISI or Equivalent Grading

178 Replacement of Defective Water Cooler Tap Long Type 150/90/60 Ltrs with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

179 Replacement of Defective Water Cooler Tap Push Type 150/90/60 Ltrs with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

180 Replacement of Defective Water Cooler Faucet 150/90/60 Ltrs with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

181 Replacement of Defective Water Cooler Float Valve with New One Complete Set 50/90/60 Ltrs of Reputed Manufacturing Company having ISI or Equivalent Grading

182 Replacement of Defective Water Cooler Connection Pipe with New One Complete Set 50/90/60 Ltrs of Reputed Manufacturing Company having ISI or Equivalent Grading

183 Water Cooler Installation with GI Pipe and Complete Fittings

Page 24: Contents of the Tender Documents

Page 21

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

Repair of Water Cooler Fan Motor

184 Repair of Water Cooler Fan Motor 150 Ltrs (including Rewinding, Bush, Shaft etc)

185 Repair of Water Cooler Fan Motor 90 Ltrs (including Rewinding, Bush, Shaft etc)

186 Repair of Water Cooler Fan Motor 60 Ltrs (including Rewinding, Bush, Shaft etc)

Replacement of Defective Water Cooler Fan Motor with New Water Cooler Fan Motor

187 Replacement of Defective Water Cooler Fan Motor with New Water Cooler Fan Motor of Crompton make 150 Ltrs.

188 Replacement of Defective Water Cooler Fan Motor with New Water Cooler Fan Motor of GE make 150 Ltrs.

189 Replacement of Defective Water Cooler Fan Motor with New Water Cooler Fan Motor of Universal make 150 Ltrs.

190 Replacement of Defective Water Cooler Fan Motor with New Water Cooler Fan Motor of Reputed Manufacturing Company having ISI or Equivalent Grading 150 Ltrs.

191 Replacement of Defective Water Cooler Fan Motor with New Water Cooler Fan Motor of Crompton make 90 Ltrs.

192 Replacement of Defective Water Cooler Fan Motor with New Water Cooler Fan Motor of GE make 90 Ltrs.

193 Replacement of Defective Water Cooler Fan Motor with New Water Cooler Fan Motor of Universal make 90 Ltrs.

194 Replacement of Defective Water Cooler Fan Motor with New Water Cooler Fan Motor of Reputed Manufacturing Company having ISI or Equivalent Grading 90 Ltrs.

195 Replacement of Defective Water Cooler Fan Motor with New Water Cooler Fan Motor of Crompton make 60 Ltrs.

196 Replacement of Defective Water Cooler Fan Motor with New Water Cooler Fan Motor of GE make 60 Ltrs.

197 Replacement of Defective Water Cooler Fan Motor with New Water Cooler Fan Motor of Universal make 60 Ltrs.

198 Replacement of Defective Water Cooler Fan Motor with New Water Cooler Fan Motor of Reputed Manufacturing Company having ISI or Equivalent Grading 60 Ltrs.

199 Replacement of Defective Water Cooler Fan Blade with New Water Cooler Fan Blade of Reputed Manufacturing Company having ISI or Equivalent Grading

200 Replacement of Defective Water Cooler Thermostat with New Water Cooler Thermostat of Reputed Manufacturing Company having ISI or Equivalent Grading

201 Replacement of new Water Cooler Wiring Kit of Reputed Manufacturing Company having ISI or Equivalent Grading

202 Replacement of Defective Water Cooler Condenser Coil with New One 150 Ltrs of Reputed Manufacturing Company having ISI or Equivalent Grading

203 Replacement of Defective Water Cooler Condenser Coil with New One 90 Ltrs of Reputed Manufacturing Company having ISI or Equivalent Grading

Page 25: Contents of the Tender Documents

Page 22

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

204 Replacement of Defective Water Cooler Condenser Coil with New One 60 Ltrs of Reputed Manufacturing Company having ISI or Equivalent Grading

Replacement of Defective Running Capacitor with New Running Capacitor

205 Replacement of Defective Running Capacitor with New Running Capacitor 15 MFD of Reputed Manufacturing Company having ISI or Equivalent Grading

206 Replacement of Defective Running Capacitor with New Running Capacitor 30 MFD of Reputed Manufacturing Company having ISI or Equivalent Grading

207 Replacement of Defective Running Capacitor with New Running Capacitor 36 MFD of Reputed Manufacturing Company having ISI or Equivalent Grading

208 Replacement of Defective Running Capacitor with New Running Capacitor 45 MFD of Reputed Manufacturing Company having ISI or Equivalent Grading

Replacement of Defective Starting Capacitor with New Starting Capacitor

209 Replacement of Defective Starting Capacitor with New Starting Capacitor 40-60 MFD of Reputed Manufacturing Company having ISI or Equivalent Grading

210 Replacement of Defective Starting Capacitor with New Starting Capacitor 80-100 MFD of Reputed Manufacturing Company having ISI or Equivalent Grading

211 Replacement of Defective Starting Capacitor with New Starting Capacitor 100-120 MFD of Reputed Manufacturing Company having ISI or Equivalent Grading

212 Replacement of Defective Split AC / WTAC / Water Cooler Relay 1.0 / 1.5 / 2.0 Ton of Reputed Manufacturing Company having ISI or Equivalent Grading

213 Providing and Fixing of New Three Core Copper Wire 80/86 per meter of Reputed Manufacturing Company having ISI or Equivalent Grading

214 Providing and Fixing of New Single Core Copper Wire 7/20 per meter of Reputed Manufacturing Company having ISI or Equivalent Grading

215 Providing and Fixing of New 3 Pin Top Plug 5 Ampere of Reputed Manufacturing Company having ISI or Equivalent Grading

216 Providing and Fixing of New 3 Pin Top Plug 15 Ampere of Reputed Manufacturing Company having ISI or Equivalent Grading

217 Providing and Fixing of New 3 Pin Metal Industrial Plug 20 Ampere of Reputed Manufacturing Company having ISI or Equivalent Grading

218 Providing and Fixing of New MCB 32 Ampere of Reputed Manufacturing Company having ISI or Equivalent Grading

219 Providing and Fixing of New MCB 40 Ampere of Reputed Manufacturing Company having ISI or Equivalent Grading

Replacement of Defective Compressor with the Repaired Compressor for Refrigerator

220 Replacement of Defective Compressor of Refrigerator with the Repaired Compressor 165 Ltrs Kirloskar

221 Replacement of Defective Compressor of Refrigerator with the Repaired Compressor 165 Ltrs Kelvinator

Page 26: Contents of the Tender Documents

Page 23

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

222 Replacement of Defective Compressor of Refrigerator with the Repaired Compressor 165 Ltrs LG

223 Replacement of Defective Compressor of Refrigerator with the Repaired Compressor 165 Ltrs Repaired by the Reputed Manufacturing Company

224 Replacement of Defective Compressor of Refrigerator with the Repaired Compressor 320 Ltrs Kirloskar

225 Replacement of Defective Compressor of Refrigerator with the Repaired Compressor 320 Ltrs Kelvinator

226 Replacement of Defective Compressor of Refrigerator with the Repaired Compressor 320 Ltrs LG

227 Replacement of Defective Compressor of Refrigerator with the Repaired Compressor 320 Ltrs Repaired by the Reputed Manufacturing Company

Replacement of Defective Compressor with New Compressor for Refrigerator

228 Replacement of Defective Compressor of Refrigerator with New Compressor 165 Ltrs Kirloskar

229 Replacement of Defective Compressor of Refrigerator with New Compressor LG 165 Ltrs

230 Replacement of Defective Compressor of Refrigerator with New Compressor Kelvinator 165 Ltrs

231 Replacement of Defective Compressor of Refrigerator with New Compressor 320 Ltrs Kirloskar

232 Replacement of Defective Compressor of Refrigerator with New Compressor LG 320 Ltrs

233 Replacement of Defective Compressor of Refrigerator with New Compressor Kelvinator 320 Ltrs

234 Replacement of Defective Compressor of Refrigerator with New Compressor Kirloskar 400 Ltrs

235 Replacement of Defective Compressor of Refrigerator with New Compressor Blue Star Denmark 400 Ltrs

236 Replacement of Defective Compressor of Refrigerator with New Compressor Kelvinator 400 Ltrs

237 Replacement of Defective Compressor of Refrigerator with New Compressor LG 400 Ltrs

Replacement of Defective Compressor with the Repaired Compressor for Deep Freezer

238 Replacement of Defective Compressor of Deep Freezer with the Repaired Compressor 165 Ltrs Kirloskar

239 Replacement of Defective Compressor of Deep Freezer with the Repaired Compressor 165 Ltrs Kelvinator

240 Replacement of Defective Compressor of Deep Freezer with the Repaired Compressor 165 Ltrs Repaired by the Reputed Manufacturing Company

241 Replacement of Defective Compressor of Deep Freezer with the Repaired Compressor (400 Ltrs Blue Star Denmark) Repaired by Kirloskar

242 Replacement of Defective Compressor of Deep Freezer with the Repaired Compressor 400 Ltrs Kelvinator

Page 27: Contents of the Tender Documents

Page 24

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

243 Replacement of Defective Compressor of Deep Freezer with the Repaired Compressor (400 Ltrs Blue Star Denmark) Repaired by the Reputed Manufacturing Company

Replacement of Defective Compressor with the New Compressor for Deep Freezer

244 Replacement of Defective Compressor of Deep Freezer with the New Compressor 165 Ltrs Kirloskar

245 Replacement of Defective Compressor of Deep Freezer with the New Compressor 165 Ltrs Kelvinator

246 Replacement of Defective Compressor of Deep Freezer with the New Compressor 165 Ltrs Manufactured by any Reputed Manufacturing Company

Replacement of Defective Compressor with the Repaired Compressor for Bottle Cooler

247 Replacement of Defective Compressor of Bottle Cooler with the Repaired Compressor 1.0 Ton Repaired by Kirloskar

248 Replacement of Defective Compressor of Bottle Cooler with the Repaired Compressor 1.0 Ton Repaired by any Reputed Manufacturing Company

Replacement of Defective Compressor with New Compressor for Bottle Cooler

249 Replacement of Defective Compressor of Bottle Cooler with New Compressor 1.0 Ton of Kirloskar

250 Replacement of Defective Compressor of Bottle Cooler with New Compressor 1.0 Ton Manufactured by any Reputed Manufacturing Company

Gas Charging

251 Gas Charging of Compressor of Refrigerator 165 liters

252 Gas Charging of Compressor of Refrigerator 320 liters

253 Gas Charging of Compressor of Deep Freezer 400 liters

254 Gas Charging of Compressor of Bottle Cooler 1.0 Ton

255 Repair of Fan Motor of Bottle Cooler (including Rewinding, Bush Shaft etc.

256 Replacement of Defective Fan Motor of Bottle Cooler with New Fan Motor of Crompton make

257 Replacement of Defective Fan Motor of Bottle Cooler with New Fan Motor of GE make

258 Replacement of Defective Fan Motor of Bottle Cooler with New Fan Motor of Universal make

259 Replacement of Defective Fan Motor of Bottle Cooler with New Fan Motor of Reputed Manufacturing Company having ISI or Equivalent Grading

260 Providing and Fixing of New Fan Blade of Bottle Cooler of Reputed Manufacturing Company having ISI or Equivalent Grading

Page 28: Contents of the Tender Documents

Page 25

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

261 Replacement of Defective LG Timer for Refrigerator with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

262 Replacement of Defective LG Relay for Refrigerator with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

263 Replacement of Defective Kelvinator Relay for Refrigerator with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

264 Replacement of Defective LG Heater for Refrigerator with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

265 Replacement of Defective Kelvinator Thermostat Defrost for Refrigerator with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

266 Replacement of Defective Blue Star Denmark Relay for Deep Freezer with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

Water Dispenser Compressor

267 Replacement of Defective Compressor (1/8 HP Blue Star) of Water Dispenser with the Repaired Compressor Repaired by Kirloskar

268 Replacement of Defective Compressor (1/8 HP Blue Star) of Water Dispenser with the Repaired Compressor Repaired by the Reputed Manufacturing Company of Water Dispenser

269 Replacement of Defective Compressor (1/8 HP Blue Star) of Water Dispenser with the New Compressor of Kirloskar

270 Replacement of Defective Compressor (1/8 HP Blue Star) of Water Dispenser with the New Compressor of Reputed Manufacturing Company of Water Dispenser

271 Replacement of Defective Fan Motor of Water Dispenser with the repaired fan motor repaired by Reputed Manufacturing Company of Water Dispenser

272 Replacement of Defective Fan Motor of Water Dispenser with the New fan motor of Crompton make

273 Replacement of Defective Fan Motor of Water Dispenser with the New fan motor of GE make

274 Replacement of Defective Fan Motor of Water Dispenser with the New fan motor of Universal make

275 Replacement of Defective Fan Motor of Water Dispenser with the New fan motor of Reputed Manufacturing Company of Water Dispenser

Water Dispenser Gas Charging

276 Gas Charging for Water Dispenser

277 Replacement of Water Dispenser Tap

278 Replacement of Water Dispenser Thermostat

Page 29: Contents of the Tender Documents

Page 26

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

279 Replacement of Water Dispenser Heating Element

280 Replacement of Water Dispenser Drain tray

281 Replacement of Water Dispenser Drain pipe

282 Replacement of Water Dispenser Water Bottle

283 Repair of Water Dispenser Body (Denting and Painting)

284 Installation of Water Dispenser

‘O’ General WTAC

285 Providing and Fixing of New ‘O’ General Rotary Compressor 1.0 Ton for WTAC

286 Providing and Fixing of New ‘O’ General Rotary Compressor 1.5 Ton for WTAC

287 Providing and Fixing of New ‘O’ General Rotary Compressor 2.0 Ton for WTAC

288 Gas Charging for 1.0 Ton ‘O’ General Rotary Compressor

289 Gas Charging for 1.5 Ton ‘O’ General Rotary Compressor

290 Gas Charging for 2.0 Ton ‘O’ General Rotary Compressor

291 Providing & Fixing New Fan Motor of ‘O’ General for 1.0 Ton WTAC

292 Providing & Fixing New Fan Motor of ‘O’ General for 1.5 Ton WTAC

293 Providing & Fixing New Fan Motor of ‘O’ General for 2.0 Ton WTAC

294 Providing & Fixing New Fan Blade of ‘O’ General for 1.0 Ton WTAC

295 Providing & Fixing New Fan Blade of ‘O’ General for 1.5 Ton WTAC

296 Providing & Fixing New Fan Blade of ‘O’ General for 2.0 Ton WTAC

297 Providing & Fixing New Blower of ‘O’ General for 1.0 Ton WTAC

298 Providing & Fixing New Blower of ‘O’ General for 1.5 Ton WTAC

299 Providing & Fixing New Blower of ‘O’ General for 2.0 Ton WTAC

300 Providing & Fixing New Complete Electronic Circuitry of ‘O’ General for WTAC 1.0 Ton

301 Providing & Fixing New Complete Electronic Circuitry of ‘O’ General for WTAC 1.5 Ton

302 Providing & Fixing New Complete Electronic Circuitry of ‘O’ General for WTAC 2.0 Ton

Page 30: Contents of the Tender Documents

Page 27

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

303 Providing & Fixing New Remote Control of ‘O’ General for 1.0 Ton WTAC

304 Providing & Fixing New Remote Control of ‘O’ General for 1.5 Ton WTAC

305 Providing & Fixing New Remote Control of ‘O’ General for 2.0 Ton WTAC

306 Providing & Fixing New Front Grill of ‘O’ General for 1.0 Ton WTAC

307 Providing & Fixing New Front Grill of ‘O’ General for 1.5 Ton WTAC

308 Providing & Fixing New Front Grill of ‘O’ General for 2.0 Ton WTAC

309 Providing & Fixing New Loover Motor along with grill of ‘O’ General for WTAC

‘O’ General Split AC

310 Providing and Fixing of New ‘O’ General Rotary Compressor 1.0 Ton for Split AC

311 Providing and Fixing of New ‘O’ General Rotary Compressor 1.5 Ton for Split AC

312 Providing and Fixing of New ‘O’ General Rotary Compressor 2.0 Ton for Split AC

313 Providing & Fixing New Inner Fan Motor of ‘O’ General for 1.0 Ton Split AC

314 Providing & Fixing New Inner Fan Motor of ‘O’ General for 1.5 Ton Split AC

315 Providing & Fixing New Inner Fan Motor of ‘O’ General for 2.0 Ton Split AC

316 Providing & Fixing New Outer Fan Motor of ‘O’ General for 1.0 Ton Split AC

317 Providing & Fixing New Outer Fan Motor of ‘O’ General for 1.5 Ton Split AC

318 Providing & Fixing New Outer Fan Motor of ‘O’ General for 2.0 Ton Split AC

319 Providing & Fixing New Fan Blade of ‘O’ General for 1.0 Ton Split AC

320 Providing & Fixing New Fan Blade of ‘O’ General for 1.5 Ton Split AC

321 Providing & Fixing New Fan Blade of ‘O’ General for 2.0 Ton Split AC

322 Providing & Fixing New Blower of ‘O’ General for 1.0 Ton Split AC

323 Providing & Fixing New Blower of ‘O’ General for 1.5 Ton Split AC

324 Providing & Fixing New Blower of ‘O’ General for 2.0 Ton Split AC

325 Providing & Fixing New Complete Electronic Circuitry of ‘O’ General for Split AC 1.0 Ton

Page 31: Contents of the Tender Documents

Page 28

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

326 Providing & Fixing New Complete Electronic Circuitry of ‘O’ General for Split AC 1.5 Ton

327 Providing & Fixing New Complete Electronic Circuitry of ‘O’ General for Split AC 2.0 Ton

328 Providing & Fixing New Remote Control of ‘O’ General for 1.0 Ton Split AC

329 Providing & Fixing New Remote Control of ‘O’ General for 1.5 Ton Split AC

330 Providing & Fixing New Remote Control of ‘O’ General for 2.0 Ton Split AC

331 Providing & Fixing Drain Pipe for Split AC per metre

332 Providing & Fixing Complete Insulation for Split AC per metre

Rewinding of Transformer of Voltage Stabiliser

333 Rewinding of transformer of voltage stabilizer 3 KVA

334 Rewinding of transformer of voltage stabilizer 4 KVA

335 Rewinding of transformer of voltage stabilizer 5 KVA

Replacement of Defective Transformer of Voltage Stabiliser with New Transformer

336 Replacement of Defective Transformer of Voltage Stabilizer 3 KVA with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

337 Replacement of Defective Transformer of Voltage Stabilizer 4 KVA with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

338 Replacement of Defective Transformer of Voltage Stabilizer 5 KVA with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

Other Jobs of Voltage Stabiliser

339 Replacement of Defective Voltmeter / Ameter of Voltage Stabilizer with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

340 Replacement of Defective Relay of Voltage Stabilizer with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

341 Replacement of Defective PCB of Voltage Stabilizer with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

342 Replacement of Defective Timer of Voltage Stabilizer with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

343 Replacement of Defective Switch 15 Ampere of Voltage Stabilizer with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

344 Replacement of Defective Socket 15 Ampere of Voltage Stabilizer with New One of Reputed Manufacturing Company having ISI or Equivalent Grading

Page 32: Contents of the Tender Documents

Page 29

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

345 Replacement of Defective 3 Core Wire of Voltage Stabilizer with New One Per Metre of Reputed Manufacturing Company having ISI or Equivalent Grading

346 Installation and fitment of steel frame box type for voltage stabilizer / Aqua Guards etc.

Table - II

Price Bid (Price Schedule of Job Items) List of Job Items for Water Purifier Equipments (Aqua-guard, Zero ‘B’, Nova High Flow)

1 2 3 4 5 6 7 =

3+4+5+6 8 = 7

1 PVC Pipe per metre

2 ½” Nozzel

3 P.F. Nozzel

4 Filter candle

5 Pre-filter Flask

6 ¾” Nozzel

7 Activated carbon

8 Top/Bottom of Carbon cartridge

9 Photo resistance

10 UV(Ultra violet lamp)

11 Solonide valve

12 U.V. Holder

13 Replacement of PCB Circuit (with new one of reputed company)

14 Replacement of PCB (with new one of reputed company)

15 Q.G (quartz Glass)

16 Power Cord per metre

17 Clamp

18 Gasket

19 3 pin top plug 15 ampere

20 3 pin top plug 05 ampere

21 Installation charges (Aquarguard/zero ‘B’)

22 Activated carbon filter zero ‘B’

23 Polyproplene filter (zero ‘B’)

24 Aqua Guard Inova U.V lamp

25 Inova Carbon Block

26 Inova candle Filter

27 New Boll Sate

28 Chember for AG

29 Davotar Valve

Page 33: Contents of the Tender Documents

Page 30 Table - III

Price Bid (Price Schedule of Job Items) List of Job Items for Desert / Room Cooler / Extension Board

1 2 3 4 5 6 7 =

3+4+5+6 8 = 7

1 Cost for rewinding including change of bush, axle, rod etc of fan motor

2 Cost for changing of new Desert Cooler Universal Fan Motor

3 Cost for changing of new Desert Cooler Crompton Fan Motor

4 Cost for changing of new Desert Cooler GE Fan Motor

5 Cost for changing of new Desert Cooler Fan Motor of Reputed Manufacturing Company having ISI or Equivalent Grading

6 Cost for changing of new Desert Cooler Exhaust Fan Motor 15” Universal

7 Cost for changing of new Desert Cooler Exhaust Fan Motor 15” Crompton

8 Cost for changing of new Desert Cooler Exhaust Fan Motor 15” GE

9 Cost for changing of new Desert Cooler Fan Motor of Reputed Manufacturing Company having ISI or Equivalent Grading 15”

10 Cost for changing of new Desert Cooler Exhaust Fan Motor 18” Universal

11 Cost for changing of new Desert Cooler Exhaust Fan Motor 18” Crompton

12 Cost for changing of new Desert Cooler Exhaust Fan Motor 18” GE

13 Cost for changing of new Desert Cooler Fan Motor of Reputed Manufacturing Company having ISI or Equivalent Grading 18”

14 Cost for changing of new Plastic Body Room Cooler Exhaust Fan Motor 15” Universal

15 Cost for changing of new Plastic Body Room Cooler Exhaust Fan Motor 15” Crompton

16 Cost for changing of new Plastic Body Room Cooler Exhaust Fan Motor 15” GE

17 Cost for changing of new Plastic Body Room Cooler Exhaust Fan Motor 15” of reputed Manufacturing Company having ISI or Equivalent Grading

18 Cost for changing of new Desert Cooler Pump Motor

19 Cost for changing of new Plastic Body Room Cooler Water Pump

20 Cost of rewinding including change of bush, axle rod, etc of pump motor

21 Cost for changing of water tank (new) 15”

22 Cost for changing of water tank (new) 18”

23 Cost for repairing of water tank (new) 15”

Page 34: Contents of the Tender Documents

Page 31

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

24 Cost for repairing of water tank (new) 18”

25 Cost for denting / painting of desert cooler body

26 Cost for changing of new Desert Cooler front grill plastic 15”

27 Cost for changing of new Desert Cooler front grill plastic 18”

28 Cost for changing of new Desert Cooler front grill metallic 15”

29 Cost for changing of new Desert Cooler front grill metallic 18”

30 Cost for changing of new Desert Cooler side grill metallic 15”

31 Cost for changing of new Desert Cooler side grill metallic 18”

32 Cost for three core wire 23/76 per meter

33 Desert cooler steel angle stand box type 18” cooler

34 Desert cooler steel angle stand box type 20” cooler

35 Desert cooler steel angle stand box type 24” cooler

36 Installation of desert cooler complete with water proof ply covering

37 Cost for desert cooler rotary switch

38 Cost for desert cooler piano switch 5 ampere

39 Cost for changing of Plastic Body Room Cooler Pad Set 15”

40 Cost for desert cooler pad 18”

41 Cost for desert cooler pad 18” khaskhas

42 Cost for desert cooler pad zali 18”

43 Cost for desert cooler PVC Pipe per meter

44 Cost for desert cooler water distributor

45 Cost for desert cooler front name plate

Job Items for DC/RC & Electrical Extension Board

46 Three Pin Socket 15 amp ISI mark

47 Three Pin Socket 5 amp ISI mark

Page 35: Contents of the Tender Documents

Page 32

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

48 Switch 15 amp. ISI mark

49 Switch 5 amp ISI make

50 Indicator 15 amp ISI Make

51 Indicator 5 amp ISI make

52 Fuse 15 amp ISI make

53 Fuse 5 amp ISI make

54 MCB 32 Amp ISI make

55 MCB 63 amp double pole ISI make

56 Gang box with 15 amp switch Socket fitted

Job Items for Pedestal Fan, Table Fan and Wall Mounted Fan (Usha, Bajaj,Polar, Orient make etc.)

57 Cost for changing of new fan motor

58 Cost for rewinding and fitting of fan motor including change of bush, axle, shaft etc.

59 Cost of changing capacitor 2.0 MFD of fan

60 Cost of changing capacitor 2.5 MFD of fan

61 Cost of changing capacitor 3.15 MFD of fan

62 Cost of changing capacitor 6.15 MFD of fan

63 Cost of changing Push Button Set of fan

64 Cost of changing plastic fan blade

65 Cost of changing metal fan blade

66 Cost of changing rotating gear box of fan

67 Cost of changing knob of rotating gear box of fan

68 Cost of changing regulator (Rotary) switch of fan

69 Cost of changing rear and front plastic zali of fan

70 Cost of changing rear and front metallic zali of fan

Page 36: Contents of the Tender Documents

Page 33

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

71 Wooden frame box 1” x ½” with sunmica sheet fitted

72 Wooden frame box 2” x 2” with sunmica sheet fitted

73 Wooden frame box 2½ ” x 2½” with sunmica sheet fitted

74 Labour charges for the repair of extension board

75 Electrical cable PVC 3 core 40/60 ISI or Equivalent make

76 Electrical cable PVC 1 core 7/22 ISI or Equivalent make

77 Three Pin Top plug 15 amp ISI or Equivalent make

78 Three Pin Top plug 5 amp ISI or Equivalent make

79 Complete MCB metal box amp ISI or Equivalent make

80 Complete repair of kettle with element amp ISI or Equivalent make

81 Complete repair and fitting of electrical bell

82 Electrical wire 2 core 23/76 ISI make

83 PVC batton with fitting ½“ ISI or Equivalent make

84 PVC batton with fitting 1” ISI or Equivalent make

85 PVC batton with fitting 1½” ISI or Equivalent make

86 PVC batton with fitting 2” ISI or Equivalent make

87 PVC batton with fitting 3” ISI or Equivalent make

88 PVC batton with fitting 4” ISI or Equivalent make

89 Complete repair of remote control bell with cells ISI or Equivalent make

90 Push button for electric bell ISI or Equivalent make

91 Bed switch ISI or Equivalent make

92 Table lamp repair with lamp ISI or Equivalent make

93 Halogen lamp 5 W ISI or Equivalent make

94 Halogen lamp 15 W ISI or Equivalent make

Page 37: Contents of the Tender Documents

Page 34

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

95 Halogen lamp 25 W ISI or Equivalent make

96 Halogen lamp 100 W ISI or Equivalent make

97 Round type bulb holder ISI or Equivalent make

Table – IV

Price Bid (Price Schedule of Job Items) List of Job Items for Hot Equipments

1 2 3 4 5 6 7 =

3+4+5+6 8 = 7

Job Items for Geysers of Bajaj, Usha Lexure, Venus and Jupiter Make

1 Providing and Fixing of New Heater Element 35 Litrs Geyser of reputed manufacturing company having ISI or Equivalent Grading

2 Providing and Fixing of New Heater Element 25 Litrs Geyser of reputed manufacturing company having ISI or Equivalent Grading

3 Providing and Fixing of New Heater Element 15 Litrs Geyser of reputed manufacturing company having ISI or Equivalent Grading

4 Providing and Fixing of New Heater Element 05 Litrs Geyser of reputed manufacturing company having ISI or Equivalent Grading

5 Providing and Fixing of New Thermostat of Geyser of reputed manufacturing company having ISI or Equivalent Grading

6 Providing and Fixing of New Copper Tank 35 Litrs. Geyser of reputed manufacturing company having ISI or Equivalent Grading

7 Providing and Fixing of New Copper Tank 25 Litrs. Geyser of reputed manufacturing company having ISI or Equivalent Grading

8 Repairing and Fixing of Copper Tank 15 Litrs. Geyser of reputed manufacturing company having ISI or Equivalent Grading

9 Repairing and Fixing of Copper Tank 05 Litrs. Geyser of reputed manufacturing company having ISI or Equivalent Grading

10 Providing and Fixing of New Copper Tank 35 Litrs. Geyser of reputed manufacturing company having ISI or Equivalent Grading

11 Providing and Fixing of New Copper Tank 25 Litrs. Geyser of reputed manufacturing company having ISI or Equivalent Grading

12 Providing and Fixing of New Copper Tank 15 Litrs. Geyser of reputed manufacturing company having ISI or Equivalent Grading

13 Providing and Fixing of New Copper Tank 05 Litrs. Geyser of reputed manufacturing company having ISI or Equivalent Grading

14 Providing and Fixing of New Safety Valve of geyser of reputed manufacturing company having ISI or Equivalent Grading

15 Providing and Fixing of New Indicator set of geyser of reputed manufacturing company having ISI or Equivalent Grading

16 Providing and Fixing of New 03 Pin Top MC Plug of geyser of reputed manufacturing company having ISI or Equivalent Grading

Page 38: Contents of the Tender Documents

Page 35

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

17 Providing and Fixing of New Inlet Outlet SS Pipe of reputed manufacturing company having ISI or Equivalent Grading

18 Providing and Fixing of New Inner Assembly 35 Ltrs. Geyser of reputed manufacturing company having ISI or Equivalent Grading

19 Providing and Fixing of New Inner Assembly 25 Ltrs. Geyser of reputed manufacturing company having ISI or Equivalent Grading

20 Providing and Fixing of New Inner Assembly 15 Ltrs. Geyser of reputed manufacturing company having ISI or Equivalent Grading

21 Providing and Fixing of New Inner Assembly 05 Ltrs. Geyser of reputed manufacturing company having ISI or Equivalent Grading

22 Repairing and Fixing of Inner Assembly of Inner Assembly 35 Ltrs.Geyser of reputed manufacturing company having ISI or Equivalent Grading

23 Repairing and Fixing of Inner Assembly of Inner Assembly 25 Ltrs. Geyser of reputed manufacturing company having ISI or Equivalent Grading

24 Repairing and Fixing of Inner Assembly of Inner Assembly 15 Ltrs. Geyser of reputed manufacturing company having ISI or Equivalent Grading

25 Repairing and Fixing of Inner Assembly of Inner Assembly 05 Ltrs. Geyser of reputed manufacturing company having ISI or Equivalent Grading

26 Providing and Fixing of New Gasket of Geyser of reputed manufacturingcompany having ISI or Equivalent Grading

27 Providing and Fixing of New Glass Wool of Geyser of reputed manufacturing company having ISI or Equivalent Grading

28 Providing and Fixing of New PVC 70/76 wire 3 core per metre of Geyser of reputed manufacturing company having ISI or Equivalent Grading

29 Providing and Fixing of New Stop Cock of Geyser of reputed manufacturing company having ISI or Equivalent Grading

30 Providing and Fixing of New Dead Nut of Geyser of reputed manufacturing company having ISI or Equivalent Grading

31 Denting/Painting of body 35 Ltrs. Geyser

32 Denting/Painting of body 25 Ltrs. Geyser

33 Denting/Painting of body 15 Ltrs. Geyser

34 Denting/Painting of body 05 Ltrs. Geyser

35 Installation of Geyser

Page 39: Contents of the Tender Documents

Page 36

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

36 Providing and Fixing of new GI pipe ½’ per metre of Geyser of reputed manufacturing company having ISI or Equivalent Grading

37 Providing and Fixing of new Union ½” of Geyser of reputed manufacturing company having ISI or Equivalent Grading

38 Providing and Fixing of new Socket ½” of Geyser of reputed manufacturing company having ISI or Equivalent Grading

39 Providing and Fixing of new Elbow ½” of Geyser of reputed manufacturing company having ISI or Equivalent Grading

40 Providing and Fixing of new Tee ½” of Geyser of reputed manufacturing company having ISI or Equivalent Grading

41 Providing and Fixing of new Reducer ½” of Geyser of reputed manufacturing company having ISI or Equivalent Grading

42 Providing and Fixing of new Blower (of heat blower) of Geyser of reputed manufacturing company having ISI or Equivalent Grading

43 Providing and Fixing of new Motor (of heat blower) of Geyser of reputed manufacturing company having ISI or Equivalent Grading

44 Repairing and Fixing of Motor of hear blower of Geyser of reputed manufacturing company having ISI or Equivalent Grading

45 Providing and Fixing of new Heater Element ( of heat blower) of Geyser of reputed manufacturing company having ISI or Equivalent Grading

46 Providing and Fixing of new Thermostat (of heat blower) of Geyser of reputed manufacturing company having ISI or Equivalent Grading

47 Providing and Fixing of new rotary switch (of heat blower) of Geyser of reputed manufacturing company having ISI or Equivalent Grading

48 Providing and Fixing of new piano switch three speed (of heat blower) of Geyser of reputed manufacturing company having ISI or Equivalent Grading

49 Providing and Fixing of new Birla make fan of heater oil radiator filter of Geyser of reputed manufacturing company having ISI or Equivalent Grading

50 Providing and Fixing of new Birla make fan of heater oil radiator filter of Geyser of reputed manufacturing company having ISI or Equivalent Grading

51 Repairing and Fixing of Usha Lexus fan of heater oil radiator filter of Geyser of reputed manufacturing company having ISI or Equivalent Grading

52 Providing and Fixing of new Usha Lexus fan of heater oil radiator filter of Geyser of reputed manufacturing company having ISI or Equivalent Grading

53 Providing and Fixing of New Element Rod of 10” of Heater of reputed manufacturing company having ISI or Equivalent Grading

54 Providing and Fixing of New Element Rod of 12” of Heater of reputed manufacturing company having ISI or Equivalent Grading

Page 40: Contents of the Tender Documents

Page 37

1 2 3 4 5 6 7 = 3+4+5+6

8 = 7

55 Providing and Fixing of New Big Size Reflector Plate one side round for Single Element Rod of reputed manufacturing company having ISI or Equivalent Grading

56 Providing and Fixing of New Big Size Reflector Plate one side round for Double Element Rod of reputed manufacturing company having ISI or Equivalent Grading

57 Providing and Fixing of New Small Size Reflector Plate one side round for Single Element Rod of reputed manufacturing company having ISI or Equivalent Grading

58 Providing and Fixing of New Small Size Reflector Plate one side round for Double Element Rod of reputed manufacturing company having ISI or Equivalent Grading

59 Providing and Fixing of New Small Size Reflector Plate Flat type for Single Element Rod of reputed manufacturing company having ISI or Equivalent Grading

60 Providing and Fixing of New Small Size Reflector Plate Flat type for Single Element Rod of reputed manufacturing company having ISI or Equivalent Grading

61 Providing and Fixing of New Big Size Zali Round Type

62 Providing and Fixing of New Big Size Zali Round Type

63 Providing and Fixing of New Zali Flat Type

64 Providing and Fixing of New L Metal Patti for holding the element rod

65 Providing and Fixing of New Male & Female Cleat

66 Providing and Fixing of New Heat Proof Insulated connecting Tin Wire 40/76 single core per meter

67 Providing and Fixing of New Heat Proof Sleeve 02 mm per meter

68 Providing and Fixing of New Heat Proof Sleeve 04 mm per meter

69 Providing and Fixing of New Heat Proof Sleeve 06 mm per meter

70 Providing and Fixing of New Cleat Type 02 Pin Connector ISI or Equivalent make

71 Providing and Fixing of New 15 Ampere Switch ISI or Equivalent make

Page 41: Contents of the Tender Documents

Page 38

Table V

Price Bid (Price Schedule of Job Items) Other Charges, if applicable

S. No. Name of Other Charges In Percent (%)

1 VAT

2 Service Tax

Note – Certified that above Taxes, if any, have been included in the Rate of Unit Job Items given in Table I to IV.

1. Name of the owner of the Firm ----------------------------------------------------------------------------------------------- 2. Name of the Firm --------------------------------------------------------------------------------------------------------------- 3. Address of the Firm ------------------------------------------------------------------------------------------------------------ 4. Telephone Numbers (Mobile & Land Line) -------------------------------------------------------------------------------- 5. Fax No. -------------------------------------------------------------------------------------------------------------------------- 6. e-Mail ID ------------------------------------------------------------------------------------------------------------------------ 7. Web site Address --------------------------------------------------------------------------------------------------------------- 8. Signature of the tenderer ------------------------------------------------------------------------------------------------------ 9. Name of the Tenderer in block letters --------------------------------------------------------------------------------------- 10. Designation / Capacity in which signed ------------------------------------------------------------------------------------ 11. Date ------------------------------------------------------------------------------------------------------------------------------ 12. Place ----------------------------------------------------------------------------------------------------------------------------- 13. Office Seal ----------------------------------------------------------------------------------------------------------------------

Page 42: Contents of the Tender Documents

Page 39

SECTION - VI Format for Notification for Offer for Acceptance of Lowest Rates of Unit Quantity Job Items as per attached List for the

Award of Contract

Dated: -------------------

To, --------------------------------------------------- --------------------------------------------------- --------------------------------------------------- --------------------------------------------------- Subject : Notification for Offer for Acceptance of Lowest Rates of Unit Quantity Job Items as per attached List for the

Award of Contract for One Year for the Repair, Maintenance & Service of Various Types of Equipments / Items on Job Order Basis

Dear Sir, 1. Please refer to your Bid reference number --------------------------------- dated --------------------------- for Awarding the

Rate Contract of Job items for One Year for the Repair, Maintenance and Service of various types of Air-Conditioning Equipments, Water Purifiers, Room / Desert Coolers, Extension Boards, Hot Equipments etc. on Job Order Basis.

2. You are requested to submit on your Printed Letter Head an Acceptance of Lowest Rates of Unit Quantity Job Items

as per attached List along with Performance Security Money of Rs. 40,000 (Rupees Forty thousand only) in the form of DD / BC in favour of “Secretary, NCERT, New Delhi – 110016 payable at New Delhi.” The Acceptance Letter and Performance Security Money must be submitted to NCERT within fifteen days time of issue of this Notification.

3. Thereafter, you are required to submit, within a period of seven days, a Contract Agreement on Non – Judicial stamp

paper of the cost of Rs. 100/-, duly signed by both the parties and duly registered in the Public Notary. The Original Copy of Contract Agreement will be retained by NCERT and duly attested photocopy will be given to you

4. The One year contract period will start from the date of registration of Contract Agreement in the Public Notary.. 5. Failing to submit the above said Acceptance Letter and Performance Security Money within stipulated time

period mentioned above, action as stated in clause 15.05, Section -II, Invitation of Bids & Instructions to Bidders given on page no. 04, will be taken.

Thanking you.

Yours sincerely,

(Hukum Singh) Professor & Head CMD

Enclosed : List of Lowest Rates of Unit Quantity Job Items to be Accepted by you

Page 43: Contents of the Tender Documents

Page 40

SECTION – VII

Format for Contract Agreement This agreement made on the day of _______________ on ___________________________ , 2012 between National Council of Educational Research and Training (NCERT), Sri Aurobindo Marg, New Delhi-110016, herein after called the “Purchaser” and form one part,

AND

Sh.___________________________ S/o Sh. ___________________________________ address _________________________________________________________________ ______________________________________, designation held ___________________ in the firm _______________________________________________________ (Name of the firm) situated at _____________________________________________________ ____________________________________________________________________________________________________________ (address of the firm), herein after called the “Contractor.” Whereas the Purchaser desires to enter into Rate Contract of Job items for one year for the Repair, Maintenance & Service of various Types of Equipments / Items on Job Order Basis, during the period of one year of contract from ______________________ to ______________________. Whereas the Contractor has accepted and agreed to enter into Rate Contract of Job items for one year for the Repair, Maintenance & Service of various Types of Equipments / Items on Job Order Basis, during the period of one year of contract from ______________________ to ______________________ as per the terms-conditions of the Contract stipulated in Tender Document from Section I to Section VIII. The following Sections of tender documents shall be deemed to form and be read and construed as part of this agreement :

Section No.

Description Page Nos. From To

I Schedule of Important Dates 01 01 II Invitation of Bids & Instructions to Bidders 02 05 III Terms-Conditions of Contract 06 07 IV Technical Bid (Qualification Criteria) 08 09 V Price Bid (Price Schedule of Job Items in tables I to V) 10 38 VI Notification for Offer for Acceptance of Lowest Rates of Unit Quantity Job Items 39 39 VII Format of Contract Agreement 40 41 VIII

APPENDIX – 1 Format for List of Jobs to be done by the contractor that will be attached with the Job Order

42 42

APPENDIX – 2 Format for Satisfactory Job Completion Certificate

43 43

APPENDIX – 3 Format for List of Old / Replaced Spare Parts

44 44

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS 1. In this agreement words and expressions shall have the same meanings as are respectively assigned to them in the

Contract referred in above table. 2. The period of the contract will be for one year from _________________ to ___________________ (In words from

___________________________________ to _______________________________________). 3. The Contractor has agreed for Rate Contract of Job items for one year for the Repair, Maintenance & Service of

various Types of Equipments and Furniture Items on Job Order Basis, during the period of one year of contract from ______________________ to ______________________ as per the rates approved by NCERT and given in writing to the Contractor in the notification for Offer for Acceptance Lowest Rates of Unit Quantity of Job Items for the award of Contract.

4. The Purchaser has agreed to pay to the Contractor, and Contractor has agreed to receive the payments as per the terms-

conditions of the contract and approved rates of Job Items.

Page 44: Contents of the Tender Documents

Page 41

Both the parties i.e. the Contractor and Purchaser place their signature below with office seal for this agreement: Signature of the Contractor Signature of the Purchaser Date Date Place Place Office Seal Office Seal Witnesses : 1. Signature _____________________________________________________________________________

Name ________________________________________________________________________________

Postal Address _________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

Telephone No. (s) ______________________________________________________________________

e-Mail ID ____________________________________________________________________________

2. Signature _____________________________________________________________________________

Name ________________________________________________________________________________

Postal Address _________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

Telephone No. (s) ______________________________________________________________________

e-Mail ID ____________________________________________________________________________

Page 45: Contents of the Tender Documents

Page 42

SECTION - VIII [APPENDIX – 1] (Format for List of Job Items to be done by the contractor that will be attached with the Job Order)

F. No.. --------------------------------------------------------------------------------------------------- Job Order No. & Date -------------------------------------------------------------------------------- Additional Job Order No. & Date ------------------------------------------------------------------

Subject : Job Items to be attended by the Contractor

S. No.

Details of Requisition (No., Date, Name & Designation of Signatory)

Name of Deptt., Building, Floor, Room No. etc.

Details of Item (Name, Model No., Serial No., Capacity)

Stock No. Whether in Guarantee/Warranty Period (If yes then Job Order No. & Date last repaired by the Contractor and no bill will be raised by such jobs)

Qty Nature of Defects to be rectified by the Contractor including replacement of missing Spare Parts given in the bracket

1 2 3 4 5 6 7 8

(The number of rows will be extended as per requirement)

Page 46: Contents of the Tender Documents

Page 43 SECTION - VIII [APPENDIX – 2]

Format for Satisfactory Job Completion Certificate (To be accompanied along with the bill submitted by the Contractor)

01 Bill Number and Date

02 NCERT’s Job Order Number & Date including Additional Job Order Number & Date

03 Details of Requisition (s) received from NCERT’s Office (Note Number, Date, Name of Person & Designation who signed the Requisition)

04 Name of NCERT’s Office, Room Number, Floor Number, Block Name whose Job has been done

05 Name of Item / Machine / Equipment, Stock Number, Make, Model, Serial Number, Capacity etc. which has been repaired/maintained/serviced

06 List of Jobs which has been done (strictly as per main and additional Job Order referred in row number 02 above)

1. 2. 3. 4.

07 List of Spare Parts of reputed make with ISI Grading & correct quantity replaced in the Item, if any

1. 2. 3. 4.

08 During repair, list of spare parts found missing from the item and the same replaced with the reputed make with ISI Grading & correct quantity, if any

1. 2. 3. 4. 5.

09 Store Issue Ticket Number & Date, if any

10 Gate Pass Number & Date, if any

11

Certified that above stated Job(s) have been done as per the Job Order referred in row number 02 above. The Spare Parts of reputed make with ISI Grading & correct quantity has been replaced. The list of old replaced parts on our letter head along with the parts has been submitted along with the bill

Name & Signature of the contractor ---------------------------------------------------------------- Date ------------------

Rubber Stamp

12

Certified that above stated job (s) has/have been done by the Contractor under our supervision as per the Job Order referred in row number 02 above. The Spare Part (s) which has/have been replaced are of reputed make/quality and correct quantity. The old part (s) has/have been deposited in the Stores. The Functional Test of the Item (s) after repair/service/maintenance has/have been found to be satisfactory.

Name, Designation, Signature and Date of Technical Staff who supervised the Job (s) of the Contractor

1. 2. 3. 4.

13 (a) Above stated Job (s) has/have been done as per our requisition given in row no. 03 above.

(b) The performance of the repaired Item (s) has/have been monitored for five days and found satisfactory.

Name, Designation & Signature of the Authorised Person who sent the requisition given in row no. 03 above

--------------------------------------------------------------------------------------------------------------------------------------

Date ------------------------------------- Rubber Stamp

Note : (1) No rows must be left blank (2) Row Numbers 01, 02, 06, 07, 08 and 11 must be filled by the Contractor

(3) Row Numbers 03, 04, 05, 09, 10 and 12 must be filled by the Technical Staff of NCERT who supervised the Contractor’s Jobs.

(4) Row Number 13 must be filled by Authorised Person / Representative who sent the requisition given in row no. 03 above.

Page 47: Contents of the Tender Documents

Page 44

SECTION - VIII [APPENDIX – 3] Format for List of Old / Replaced Spare Parts

(To be accompanied along with the bill submitted by the Contractor)

01 Bill Number and Date

02 NCERT’s Job Order Number and Date (including Additional Job Order No. & Date, if any)

03 Description of Replaced Spare Parts against defective parts of Item / Machine / Equipment

1. -------------------------------------------------------------- (Qty ------------ Nos.) 2. -------------------------------------------------------------- (Qty ------------ Nos.) 3. -------------------------------------------------------------- (Qty ------------ Nos.) 4. -------------------------------------------------------------- (Qty ------------ Nos.) 5. -------------------------------------------------------------- (Qty ------------ Nos.) 6. -------------------------------------------------------------- (Qty ------------ Nos.) 7. -------------------------------------------------------------- (Qty ------------ Nos.)

04 Description of Replaced Spare Parts against missing parts of Item / Machine / Equipment

1. -------------------------------------------------------------- (Qty ------------ Nos.) 2. -------------------------------------------------------------- (Qty ------------ Nos.) 3. -------------------------------------------------------------- (Qty ------------ Nos.) 4. -------------------------------------------------------------- (Qty ------------ Nos.) 5. -------------------------------------------------------------- (Qty ------------ Nos.) 6. -------------------------------------------------------------- (Qty ------------ Nos.) 7. -------------------------------------------------------------- (Qty ------------ Nos.)

(Details of Spare Parts re-fixed after repair in Machine / Item / Equipment must not be shown here)

1. Signature of the Contractor ------------------------------------------------------------------------------------------------ 2. Date ---------------------------------------------------------------------------------------------------------------------------

3. Signature, Name, Designation and Date of Technical staff who supervised depositing the Old / Replaced Spare Parts in

the Stores :

(a) --------------------------------------------------------------------------------------------------------------------------------- (b) ---------------------------------------------------------------------------------------------------------------------------------

(c) --------------------------------------------------------------------------------------------------------------------------------- (d) ---------------------------------------------------------------------------------------------------------------------------------

Certified that above Old / Replaced Spare Parts has / have been received in the Stores and entered in the register at Serial Number ------------------------ on Page Number ----------------------------- . Sig. of SK / ASO Sig. of Stores Officer Date Date