t e n d e r d o c u m e n t - food corporation of …fci.gov.in/app2/webroot/upload/amc hanuman...

35
FOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE: HYDERABAD T E N D E R D O C U M E N T NAME OF WORK: MAINTENANCE CONTRACT (PERIOD FROM APRIL 2012 TO MARCH 2013) FOR ELECTRICAL INSTALLATION AT FCI, BSC, HANUMAN JUNCTION. Contractor Asst. General Manager(Elect)

Upload: others

Post on 24-Apr-2020

10 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

FOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION

REGIONAL OFFICE: HYDERABAD

T E N D E R D O C U M E N T

NAME OF WORK:

MAINTENANCE CONTRACT (PERIOD

FROM APRIL 2012 TO MARCH 2013)

FOR ELECTRICAL INSTALLATION AT

FCI, BSC, HANUMAN JUNCTION.

Contractor Asst. General Manager(Elect)

Page 2: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

THE FOOD CORPORATION OF INDIA ENGINEERING DIVISION

HYDERABAD

CHECK LIST

1. The contractor /Firms should sign in the percentage /item rate tender form i.e. CE-6B

TENDER FORM with witness and be signed in all pages of the tender document before

submitting tenders.

2. The organization chart, work experience, and the format of description of plant

and equipment etc., (available with the contractor/firms) to be duly filled –up and

signed while submitting the tenders.

3. The tender percentage above or below / item rate as well as the tendered amount in

figures and words should be filled up in CE-6B TENDER FORM without fail by the

tenderer.

Contractor Asst.Genl.Manager(Elect)

Page 3: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

FLYLEAF NO.1

FOOD CORPORATION OF INDIA

ELECTRICAL DIVISION

HYDERABAD

NAME OF WORK : Maintenance contract (period from April

2012 to March 2013) for Electrical

Installation at FCI, BSC, HANUMAN JUNCTION.

PLACE OF WORK : BSC, HANUMAN JUNCTION.

ESTIMATED COST

PUT TO TENDER : ITEM RATE

EARNEST MONEY DEPOSIT : 7200/-

PERFORMANCE GUARANTEE : 5% of the tendered and accepted value of work

SECURITY DEPOSIT : 5% of the tendered value of work put to

tender without any limit in addition to

the performance Guarantee.

TIME FOR COMPLETION : 12 (Twelve) months

a) Name of contractor to whom issued :

b) Date of application for issues of :

tender by contractor

c) Date of receipt of application in :

Divisional Office

d) Date of issue of tender documents :

e) Date of receipt of tender documents. : 17.03.2012

Contractor Asst. General Manager (Elect)

Page 4: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

I N D E X

S.L. Page Numbers.

1 Notice Inviting Tenders (CE-5) 1 to 6

2 Item Rate Tender and contract work(CE-6A

& CE-6B)

7 to 10

3 Tender organization charts 11 to 13

4 General Description of work 14 to 19

5 Conditions of Contract Can be seen/ collected from office

(will be part of agreement)

6 Additional conditions and specifications 20 to 21

7 Blank Agreement form 22 to 23

8 Blank Form Indenture for secured Advance Can be seen/collected from office

9 Schedule of quantities

24 to 30

10 Fly. Leaves 2. No

This Index documents containing 1(one) to 30(Thirty) pages and Fly leaves 2.Nos has

been issued to

M/s/Shri____________________________________________________________________

_______________________________________________________________

On Receipt of DDNo._______________________________Dated_________________

For Rs __________________________________

Details of Earnest Money Deposit

CONTRACTOR ASST.GENL.MANAGER (ELECT)

Page 5: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

THE FOOD CORPORATION OF INDIA FLY LEAF –NO.2

ELECTRICAL ENGG DIVISION

REGIONAL OFFICE:: HYDERABAD-4

Lr.No.Engg/ E-4/25(MC)2012-13 Dated 03.03.2012

TENDER NOTICE

Sealed “Item Rate” tenders are invited on behalf of Food Corporation of India for the

following works from the appropriate class of approved Electrical Contractors of CPWD, State

P.W.Ds, MES, Railways, P&T and Public Sector undertakings of the Central Government and State

Government who have satisfactorily completed during the last 5 (Five) years ending last day of the

month previous to the one in which the tenders are invited at least 3 similar works of costing not less

than the amount equal to 40% of the estimated cost put to tender or two similar works costing not less

than the amount equal to 60% of the estimated cost put to tender or one similar work of aggregate cost

not less than the amount equal to 80% of the estimated cost put to tender in any of the organization

listed in the NIT or above, registration, also possessing ‘A’ Grade Electrical license for works issued

from Electrical Inspectorate of Government of AP.

Name of work Estimate

cost

Earnest Money

Time of

completion

Cost of

tender

document

Maintenance contract (period from

April 2012 to March 2013) for

Electrical installation at

12(Twelve)

months

1.FCI , FSD, Kazipet -- 7200/- -do- 575/-

2. FCI, BSC, Jammikunta -- 7200/- -do- 575/-

3. FCI, BSC, Khammam -- 7200/- -do- 575/-

4. FCI, BSC, Miryalaguda -- 7200/- -do- 575/-

5.FCI ,BSC, Nalgonda -- 7200/- -do- 575/-

6. FCI ,BSC, Zangalapally -- 7200/- -do- 575/-

7. FCI , BSC, Hanuman Junction -- 7200/- -do- 575/-

8. FCI, BSC, Gudivada -- 7200/- -do- 575/-

9. FCI, BSC, Pennada -- 7200/- -do- 575/-

Application for the Tender documents shall accompany copies of documents/certificates such as Registration

,work experience, VAT Registration , PAN Card (original credentials should be produced for verification and

return at the time of sale/opening of Tender) will be received and issued to eligible contractor on all working days

between 11.00 AM and 4.00 PM up to 15/03/2012 payment shown for each work in the form of Demand draft of

Scheduled Bank in favour of Food Corporation of India, Hyderabad by the Asst.Genl.Manager (Elect), Food

Corporation of India, Regional Office, HACA Bhavan III floor, Hyderabad-4. The Earnest Money Deposit in the

form of DD of Scheduled Bank in favour of Food Corporation of India, Hyderabad must accompany each tender.

Tenders not accompanied by the Earnest Money in the prescribed form shall be summarily rejected.

The tender details can be seen and downloaded from website http;//tenders.gov.in and

http://www.fciweb.nic.in.

FCI will not enter in to any negotiations even with the lowest tenderer.

Completed tenders will be received by the Asst.Genl.Manager (Elect), Food to Corporation of India,

Regional Office, and HACA Bhavan III floor, Hyderbad-4 up to 2.30 PM on 17/03/2012 opened on the same

day at 3.00 PM in the presence of tenderers or their authorized representatives.

.

ASST.GENL.MANAGER (ELECTRICAL)

FOR & ON BEHALF OF FOOD CORPORATION OF INDIA

Page 6: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

(CE-5)

FOOD CORPORATION OF INDIA NOTICE INVITING TENDERS

1. Sealed Item rate tenders are invited on behalf of the Food Corporation of India for Maintenance contract (period from April 2012 to March 2013) for Electrical

installation at FCI , BSC, HANUMAN JUNCTION.

Estimated Cost of Rs:- 7200/-

2. Contract documents consisting of the detailed plans, complete specifications, the

schedule of quantities of the various classes of work to be done and set of conditions of

contract to be complied with by the persons whose tender may be accepted, which will also be

found printed in the form of tenders, can be purchased at the Office of the Assistant General

Manager (Elect), Food Corporation of India, Regional Office, Hyderabad between 11 A.M.

and 4 P.M. every day except on Sunday and Public Holidays up to 15.03.2012.

2A. The site for the work is available.

3. Tenders, which should always be placed in sealed covers, with the name of the work

written on the envelopes will be received by the Assistant General Manager (Elect), Food

Corporation of India, Regional Office, Hyderabad up to 2.30 P.M. on 17.03.2012 and will be

opened in his office on the same day at 3.00 P.M.

4. Tenders are to be on the prescribed form, which can be obtained from the Office of the

Assistant General Manager (Elect), Food Corporation of India, Regional Office, Hyderabad on

payment of Rs.575/- in the form of Demand Draft of a Scheduled Bank issued in favour of

Food Corporation of India, Hyderabad. The time allowed for carrying out the work will be

12(Twelve) months from the 7th day after the date of written orders to commence work.

Contractor 1 Asst. General Manager (Elect)

Page 7: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

5. The contractors should quote in figures as well as in words the rates and amount

tendered by them. The amount for each item should be worked out and the requisite totals

given.

6. When a contractor signs a tender in an Indian Language, the Percentage above or below

and the tendered amount and / or the total amount tendered should also be written in the same

language. In the case of illiterate contractors, a witness should attest the rate or the amount

tendered.

7. Receipt of application will be stopped three days before the date fixed for opening of

the tenders. Issue of tender form will be stopped two days before the date fixed for the

opening of tenders.

8. Earnest money amounting to 7200/- by Demand Draft of a Scheduled Bank

guaranteed by the Reserve Bank of India except United Industrial Bank Limited and

Bhawanipur branch of Dena Bank, Kolkata in favour of Food Corporation of India

must accompany each tender is to be in a sealed cover superscribed tender for Maintenance

contract (period from April 2012 to March 2013) for Electrical installation at FCI, BSC,

HANUMAN JUNCTION and addressed to the Assistant General Manager (Elect), Food

Corporation of India, Regional Office, Hyderabad.

9.(a) The successful tenderer has to deposit an amount equal to @ 5% of the tendered and

accepted value of the work (without any limit) as performance guarantee in the form of:-

i) Demand draft /Bankers check in case of guarantee amount is less than Rs.10,000/-

(Rupees Ten thousand only).

ii) Deposit of Call Receipt / Banker’s Cheque / Demand draft / Pay Order of Scheduled

Bank in case the guarantee amount is above Rs.10,000/- (Rupees Ten thousand only) and upto

Rs.1 lac (Rupees One lakh).

Contractor 2 Asst. General Manager (Elect)

Page 8: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

iii) Fixed Deposit receipt in the name of Food Corporation of India, Hyderabad

If the guarantee amount is more than Rs. 1 lac (Rupees One lakh).

The time allowed for submission of the performance guarantee by the contractor shall be

decided by the NIT approving authority for a period ranging from 4 to 15 days of issue of the

letter of acceptance, depending upon the magnitude and / or urgency of the work. This period

can be further extended, if required, by the Engineer-in-charge for a maximum period ranging

from 3 to 7 days at the written request of the contractor. The date of start of work may

accordingly be fixed reckoning it after 7 to 22 days from the date of issue of letter of

acceptance.

Performance guarantee amount shall be deposited before issue of formal work order for

commencement of the work.

“ If the tenderer whose tender considered for acceptance fails to furnish the prescribed

Performance Guarantee within prescribed period, the EMD will be absolutely forfeited

by the Food Corporation of India”

9 (b) The contractor whose tender is accepted will be required to furnish by way of security

deposit for the due fulfillment of his contract, such sum as under:

@ 5% of the tendered, value of contract put to tender without limit. The security

deposit will be collected the rate mentioned above along performance guarantee and the

earnest money, if deposited at the time of tender will be treated as part of Security Deposit.

The Security Deposit will be in addition to the performance Guarantee.

10. The acceptance of a tender, will rest with the competent authority who does not bind

himself to accept the lowest tender, and reserves to himself the authority to reject entire or any

part of the tender received, without assigning any reasons. All tenders in which any of the

prescribed conditions not fulfilled, or are incomplete in any respect are liable to be rejected.

10(a) Tenders containing any condition leading to unknown / indefinite liabilities are liable to

be summarily rejected.

If at all any rebate(s) is/are to be offered the tenderer shall first quote his rate strictly on

the terms and conditions stipulated in the tender document and then show separately then

rebate(s) offered specifying the conditions for such rebate(s). Failure to follow this procedure

will render the tender liable to summarily rejection.

Contractor 3 Asst. General Manager (Elect

Page 9: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

10(b) The Corporation is at its liberty to reject summarily any such tender submitted by

the tenderer who has been black listed / whose contract has been prematurely terminated /

rescinded / EMD / SD has been forfeited etc.

11. Canvassing in connection with tender is strictly prohibited and the tenders submitted by

the contractors who resort to canvassing will be liable to rejection.

12. All rates shall be quoted only on the proper form of the tender.

13. Item rate Tender containing percentage below/above will be summarily rejected.

14. On acceptance of the tender, the name of the accredited representative(s) of the

contractor who would be responsible for taking instructions from the Engineer-in-charge shall

be communicated to the Engineer-in-Charge.

15. Special care should be taken to write the rates in figures as well as in words and the

amounts in figures only, in such a way that interpolation is not possible. The total amount

should be written both in figures and in words. In case of figures, the work ‘Rs’ should be

written before the figures of rupees and word ‘P’ after decimal figures e.g. ‘Rs.2.15P’, and in

case of words; the word ‘Rupees’ should precede and word ‘Paise’ should be written at the

end. Unless the rate is whole rupees and followed by the word ‘only’ it should invariably be

up to two decimal places.

16. The Food Corporation of India does not bind itself to accept the lowest or any tender

and reserves to itself the right of accepting the whole or any part of tender and the tenderer

shall be bound to perform the same at the rates quoted.

17. Sales Tax or any other tax on material and cess in respect of this contract shall be

payable by the contractor and the Corporation will not entertain any claim whatsoever in this

respect.

18. Clause deleted.

Contractor 4 Asst. General Manager (Elect)

Page 10: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

19. No. Engineer of Gazetted rank or other Gazetted Officer employed in engineering or

administrative duties in an Engineering Department of the government of India is allowed to

work as a contractor for a period of two years of his retirement from Government service

without the previous permission of Government of India. This contract is liable to be cancelled

if either the contractor or any of his employees is found at any time to be such a person who

had not obtained the permission of the Government of India as afore-said, before submission

of the tender or engagement in the contractor’s service.

20. Tenders for works shall remain open for acceptance for a period of forty five (45) days

from the date of opening of tenders. The Corporation shall have the option to extend the

validity of the tender for a further period of 45 (forty five) days. Should the tenderer fail to

keep the tender open for acceptance as stated above, or if the tenderer withdraws his tender

before the expiry of said period or makes any modifications in the terms and conditions of the

tender which are not acceptable to the Corporation, then the Corporation without prejudice to

any other right or remedy, be at liberty to forfeit the earnest money.

21. The tender for the work shall not be witnessed by a contractor or contractor(s) who

himself / themselves has / have tendered or who may and has/have for the same work. Failure

to observe this condition will render tenders of the contractors tendering, as well witnessing the

tender, liable to summary rejection.

22. While quoting the rates in the schedule of quantities the word ‘only’ should be written

closely following the amount and it should not be written in the next line.

23. The contractor shall submit list of works with value which were executed by him so far

and which are in hand at present.

Contractor 5 Asst. General Manager (Elect)

Page 11: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

24. The Contractor should give full and correct address along with the tender, further if

there is any change of address during currency of the contract, the same should be intimated to

the Assistant General Manager (Elect), Food Corporation of India, Regional Office, Hyderabad

immediately, otherwise Food Corporation of India is not responsible for wrong delivery or

delay of the notice etc., served with regard to the above work.

Contractor Signature of Assistant General Manager (Elect)

For and on behalf of the Food Corporation of India.

-6-

Page 12: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

CE-6A

FOOD CORPORATION OF INDIA

STATE: Andhra Pradesh A.P. Region

ZONE: South Works.Division- Elect.Engg

ITEM E RATE TENDER & CONTRACT FOR WORKS

General Rules & Direction for the Guidance of Contractors.

1. All works proposed for execution by contract will be notified in a form of invitation

to tender posted in public place signed by the Assistant General Manager (Elect),

Food Corporation of India, Regional Office, Hyderabad.

This form will state the work to be carried out as well as the date for submitting and

opening tenders and the time allowed for carrying out the work, also the amount of earnest

money to be deposited with the tender and the amount of the Security Deposit to be deposited

by the successful tender and the percentage at which the security deposit shall be deducted

from the bills of the successful tender. Copies of the specifications, designs and drawings and

schedule of quantities and of rates of the various description of works and any other documents

required in connection with the work signed for the purpose of identification by the Assistant

General Manager (Elect), Food Corporation of India shall also be open for Inspection by

the contractor at the office of the Assistant General Manager (Elect), Food Corporation of

India, Regional Office, Hyderabad, during office hours.

2. In the event of the tender being submitted by a firm, it must be signed separately by

each other partner thereof, or in the event of the absence of any partner, it must be signed on

his behalf by a person holding a power of attorney authorizing him to do so, such power-of-

attorney to be produced with the tender, and it must disclose, that the firm is duly registered

under the India Partnership Act.

3. Receipts for payments made on account of a work, when executed by a firm must

also be signed by the several partners, except where the contractors are described in their

tender as a firm, in which case the receipts must be signed in the name of firm by one of the

partners, or by some other person having authorizations to give actual receipts for the firm.

Any person who submits a tender shall fill up the usual what rate he is willing to undertake

the work. Tenders which propose any alteration in the work, specified in the said form of

initiation to tender, or in the time allowed carrying out the work or which any other conditions

of any sort, will be liable to rejection. No single tender shall include more than one work, but

contractors who wish to tender for two or more works shall submit separate tender of each.

Tenders shall have the name and number of the work to which they, refer, written outside the

envelops.

Contractor 7 Asst. General Manager (Elect)

Page 13: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

4A. the rate(s) and / or amount(s) must be quoted in decimal coinage.

5. The Assistant General Manager (Elect), Food Corporation of India or his duly

authorized assistant will open tender in the presence of any intending contractors who may be

present at the time and will enter the amount of the several tenders in a Comparative Statement

in suitable form. In the event of a tender being accepted, a receipt for the earnest money

forwarded therewith shall be given to the contractor who shall there up to, for the purpose of

identifications, sign copies of the specifications and the other document mentioned in Rule, 1.

In the event of a tender being rejected, the earnest money forwarded with such unaccepted

tender shall thereupon be returned to the contractor making the same.

6. The Food Corporation of India shall have the right of rejecting all or any of the tenders,

and will not be bound to accept the lowest tender.

7. The receipt of an accountant or clerk for any money paid by the contractor will not be

considered as any acknowledgement of payment to the Food Corporation of India Regional

Office, Hyderabad and the contractor shall be responsible for seeing that he procures a receipt

singed by the Assistant General Manager (Elect), Food Corporation of India, Regional

Office, Hyderabad or a duly authorized cashier.

8. The memorandum of work tendered for, and the schedule of materials to be supplied by

the Corporation and their issue rates shall be filled in and completed in the office of Assistant

General Manager (Elect), Food Corporation of India, before the tender form is issued. If a

form issued to an intending tender without having been so filled in and completed he shall

request the office to have this done before he completes and delivers his tender.

Contractor 8 Asst. General Manager (Elect)

Page 14: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

CE-6B

TENDER FORM

ITEM RATE TENDER & CONTRACT FOR WORKS

I/We hereby tender for the execution for the Food Corporation of India of the work

specified in the under written memorandum within the time specified in such memorandum

at an the rates entered in the Schedule mentioned in Rule1 and in accordance in all respects

with the specifications, designs, drawings and instruction in writing referred to in Rule1 hereof

and in clause1 of the conditions of contract, and with such material as are provided for, by,

and in all other respects in accordance with such conditions so far as applicable.

Memorandum ( a)General Description Maintenance contract (period from April 2012 to March

2013) for Electrical installation at FCI, BSC, HANUMAN JUNCTION.

( b ) Estimated Cost -- ( c ) Earnest Money : 7200/-

(d) The successful tenderer hereafter referred to as the Contractor shall deposit an

amount equal to 5% of the tendered and accepted value of the work put to tender (without

limit) as performance Guarantee as mentioned at para 9 (a) in form No. CE-5.

(e) Security deposit @ 5% of the tendered value of work put to tender without any limit

in addition to the performance Guarantee.

The Security Deposit will be collected by deduction from the running bills of

the contractor at the rates mentioned above and the earnest money, deposited at the time of

tender, will be treated as part of Security Deposit.

f) Time allowed for the work is from the 7th day after the date of written order to

commence is 12 (twelve) months only

Should this tender be accepted, in whole or in part, I/We hereby agree to (i) abide by

and fulfill all the terms and provisions of the said conditions annexed hereto and all the terms

and provisions contained in notice inviting tenders so far as applicable, and or in default there-

of to forfeit and pay to the Food Corporation of India, the sum of money mentioned in the said

conditions. A sum of 7200/- is hereby forwarded in the form of Demand Draft of a schedule

Bank issued in favour of Food Corporation of India as Earnest Money. If I/We fail to

commence the work specified in the above

Contractor -9- Asst. General Manager(Elect)

Page 15: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

Memorandum. I/We agree that the said Food Corporation of India shall, without prejudice to

any other right or remedy, be at liberty to forfeit the said earnest money along with

performance guarantee absolutely, otherwise the said earnest money shall be retained by them

towards security deposit along with performance guarantee mentioned against clause(e) of the

above mentioned Memorandum; (ii) to execute all the works referred to in the tender document

upon the terms and conditions contained or referred to therein and to carry out such deviations

as may be ordered, upon a maximum of 50%(Fifty) percent, at the rates quoted in the tender

documents and those in excess of that limit, at the rates to be determined in accordance with

provisions contained in clause 12-A of the form.

Dated:_______________

The _______________________day of __________________200__

Witness*_____________________________________

Address

____________________________________________________________________________

_

Occupation

____________________________________________________________________________

_**

Signature of Contractor

(s)

The above tender is hereby accepted by me on behalf of the Food Corporation of India.

Date ____________________.

The _________________________day of _________________________200__

Assistant General Manager(Elect)

Signature of witness to contractor’s signature

Designation of the Officer***

** Signature of the contractor(s)

*** Signature of the officer by whom accepted.

Contractor -10- Asst. General Manager(Elect)

Page 16: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

The tenderers shall furnish below complete details of major Repairs and Maintenance

of Electrical installation works executed by him during the last 5(five) years. Xerox copies of

documents to be enclosed.

Sl.

No.

Description of work Name of Client Year of

work

Value of

work

Period of

Completion.

-11- Contractor

Page 17: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

THE FOOD CORPORATION OF INDIA

The tenderer shall list below key men giving short resume of their experience

together with estimated peak and average labour force that he proposes to employ on this

contract.

Designation of key personnel Name and short resume of experience.

LABOUR FORCE:

Estimated peak Force :

Estimated Average Force :

12 Contractor

Page 18: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

THE FOOD CORPORATION OF INDIA

The tenderer shall furnish below complete description of all the tools & plant and equipment

he proposes to use for execution of this contract.

Sl.No. Description of Plant and Equipment No.

13 Signature of Contractor

Page 19: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

Appendix `A’

THE FOOD CORPORATION OF INDIA

ELECTRICAL ENGINEERING DIVISION

REGIONAL OFFICE:: HYDERABAD -4

Drawing, specifications for works, General rules Directions for Guidance of

Contractors, conditions of contract, safety code. Contractors labour regulations and additional

conditions and specifications, organization chart, Blank Agreement form, Blank Indenture for

secured advance could be seen in the office of the Asst. General Manager(Elect), Food

Corporation of India, Regional Office, Hyderabad- 500 004 during working hours.

Contractor Asst. General Manager(Elect)

12. (ii). If the rates for the additional altered or substituted work are not specifically

provided in the contract for the work, the rates will be derived from the rates for a

similar class of work as are specified in the contract for the work.

13. (iii). If the altered, additional or substituted work include any work for which no

rate is specified in the contract for the work, or cannot be derived from similar class

of work in the contract, then such work shall be carried out at the rates entered in

CPWD Delhi schedule of rate DSR 2007 for Electrical works minus/plus

percentage which the total tendered amount bears to the estimated cost of the entire

work put to tender.

Contractor 14 Asst. General Manager (Elect)

Page 20: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

GENERAL DESCRIPTION OF WORK

1. SCOPE:-

Electrical maintenance of the building consisting of office building. Food grain storage godowns and other Related

ancillary building, pump houses etc, as applied in one case mean that all Electrical and Mechanical services included in

the schedule of work are kept in healthy condition and wherever operation is called for, the Same is also carried out.

Specific details of maintenance activities required with regard to each service are detailed under:-

2. METHODOLOGY:- It is presumed that contractor will provide minimum staff at the site as per agreement for optimum utilization one person

shall be responsible for number of services.

In case of faults beyond the capacity of the staff provided as above, contractor shall immediately provide extra specialized

work force, so as to attend to the fault in minimum reasonable time.

3. TOOLS AND PLANTS:-

All tools and plants required for carrying out various tasks relevant to operation and maintenance have to be arranged by

the contractor. The contractor should possess the following T&P at site of work.

a) Earth megger b) Insulation megger c) Multi meter d) Tong tester

e) Other maintenance T&P.

Certain type of ladders are available in the depot for use, however any additional ladder or equipment required have to

arrange by the contractor. The contractor may inspect the depot for availability of such ladders before quoting his rates.

(A) E.I. FANS AND STREET LIGHTS OR COMPOUND LIGHTING.

SCOPE OF WORKS:-

a) Attending to day to day routine complaints of Electrical installation of the building carryout additions and alterations

of minor nature as directed by the Engineer in charge.

b) Regular inspection of Electrical installation with a view to ensure that entire installation are in healthy working

condition. Any short – coming noticed shall be attended and brought to the notice of Engineer in charge.

c) In case of power failure same should be restored on priority at the earliest by attending to the fault or contacting

Electricity Board as demanded by the situation.

d) The contractor has to maintain power capacitors and rectification of faults and maintaining of record of readings to be

taken up daily ensuring of power factor should be maintained as per E.B. Rules. If any penalty imposed on account of

low power factor the same will be recovered from the bills.

e) Maintaining of electrical lighting fixtures, fans, switch boards (main boards sub-main boards and switchboards etc)

Transformer HT panel LT panels etc, in clean condition. This includes ensuring proper, sign board writing also as

directed by Engineer- in-Charge.

f) Carrying out tests and measurements whenever required / as directed by Engineer in Charge. This also includes

Testing of IR values & ear thing values and other safety measures as per I.E. Rules and meggering the installation for

proper insulation resistance.

g) Operation, maintenance and attending day to day routing complaints of compound / street lighting systems / OH and

cable system (including jointing ) and maintaining the same including checking / attending / replacing the lamps,

chokes, condensers, time switches, MCBS, control boxes, feeder pillars, ignitors, holders, Starter, starter base

(excluding the supply) with connection etc. With dismantling the light fitting from the pole if required and re-fixing

the same supplying and replacing fuses wires/ fuse base and grips, PVC connections, if any as & when required to put

the installation / part of the faulty installation / back in proper working condition within a reasonable time.

CONTRACTOR 15 ASST GENL MANAGER (ELECT)

Page 21: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

Reasonable time. Observing IE rules and following of specifications attached while taking all safety precautions to

avoid any accident / damage to human life / assets etc. including supply of minor items such as nails / screws / nuts

bolts / tapes, earth wire attending all the loose connections/ minor with crimping lugs / ferules, cleaning of the

installation with all required tools and plants ladder / all labour charges / cutting of trees, branches etc, complete as

required.

(h) The FCI is having food grain storage godowns of various capacity having different number of light points & power

/ light plug points ie., inside the godowns and outside the godowns, box type fittings are installed on wall as well as

hanging fittings on conduit. The height of each fittings ground is around 20ft. The Varanda platform fittings are at

height of 15 feet. In addition if required, the water cooler and Air coolers in office building are also required to be

maintained for proper working.

i) To attend day to day routine complaints of the electrical installations including all required T&Ps checking /

attending of switch boards, fans / fixtures plugs of all types / DBS / SDBS/ MBS / Wiring etc, & LT / HT panels &

Transformer ie., dismantling of the items requiring repairs / rectifications of the same and re-installing(including

departmental supply) with all connections etc, to put the installation part of the faulty installation back in proper

working condition with in a reasonable time observing IE rules and taking all safety precautions to avoid any accidents

/ damages to human life assets etc., I/C supply of small items as detailed below attending all the loose connections /

minor Civil repairs / painting / sign. Writing etc, replacing burnt terminals of accessories wires with crimpting of lugs /

ferules, cleaning of installation etc, as required.

j) In case FCI is not able to supply the materials not included in schedule for repairs / maintenance. The same shall

have to be arranged by the contractor, for which FCI shall make payments after the contractor produces his bill for

same at assessed market prices.

(B) PUMPS : To attend the pumping system including its panel board to keep the water supply of the depot in tact.

SCOPE OF WORK

1) Checking of pumps suction and delivery/ lines up to over Head Tank as well as the control panels.

II) Contractor to arrange rectification of all type of faults (i.e.) Mechanical and Electrical for the different types of pumps.

Submersible, Monoblock, centrifugal. Ejectro / Jet pumps. This includes dismantling of pumps (any type i.e.,

submersible monoblock or ejecto with their piping assembly ) for repairs and recommissioning after repairs at NO

EXTRA COST. However cost of Mechanical repairs and Electrical repairs (rewinding etc) shall be paid as separately.

III) Maintenance of different types of pump sets as mentioned in (11) above to maintain regular water supply in the depot

for smooth depot operation. To check / attend routine complaints on control panel board E.I Distribution Boards

switches. To see observe safety system is proper working conditions to avoid any accident damage to human life /

assets. To dismantle the pumps / its assembly for repairing the same, reinstallations and supplying and fixing all

routine item like insulation tapes, gaskets / V-belts / Gland / packing Rubber coupling. /flanges nut bolts / Earth

wire/fuse holder / fuse wire replacement / pilot lamps with holders/foot valve washers/C-1 flanges minor civil work

like foundations / painting etc. He is also to attend the cleaning of installation in and around ground the pump room,

attend the leakage in pipes, suction delivery, proper working of wheel valve gate valve N.R. Valve, lubricating the

mechanical system. In general the regular water supply should remain unhampered all the time.

2. METHODOLOGY:-

In consultation with the Engineer-in –charge inventory of maintenance materials to be kept at site should be finalized

and materials should be maintained at site as per this inventory.

Immediately after award of work following items should be carried out by the contractors within first One month.

1) Measuring earth resistance value of each earth station and also checking entire earthing system for continuity and

proper

connections. Results should be shown to the Engineer-in-charge and corrective measure should be taken if required

charges for corrective measure as per rates decided will be paid.

CONTRACTOR 16 ASST GENL MANAGER (Elect)

Page 22: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

Testing and inspection of main board. SDBS. For any (a) Loose connection (b) Putting proper fuse ratings and (c)

Cleaness, corrective measures as required should be taken to set things right. The cost of major materials only shall be

borne by FCI.

iii) Insulation test of main board and SDBS. In case proper values are not available fault segments should be

identified and necessary corrective action taken.

4. SCHEDULE FOR PREVENTIVE MAINTENANCE E.I. PROPER /

LIGHT PLUG FANS AND COMPOUND LIGHTING.

1. MAIN BOARD AND ( SMBS) HT / LT PANEL, TRANSFORMER.

a) Cleaning Monthly

b) Contact checking and cleaning Monthly

c) Watering of Earth pits. Monthly

2. SWITCH BOARD

a) Contact checking cleaning and replacement Monthly

b) Earth continuity Monthly.

3. FANS PLUGS & FITTINGS LT / HT PANELS & TRANSFORMER.

a) Cleaning of fittings 6 (six) months.

b) Cleaning Greasing and over hauling

of fans / exhaust fans Yearly.

c) Earth test Once in a year

d) Insulation test. Once in a year

4. WATER COOLERS/ROOM COOLERS. Quarterly – Major

MAINTENANCE Main

5. PREVENTIVE MAINTENANCE OF PUMP.

1. To check the electrical parameters Monthly

In reference to normal load.

2. Earthing. Monthly

3. Leakage Test of Foot valve Monthly

4. Water / Air leakages in suction/ Monthly

Delivery pipe line.

5. Excessive Noise / Vibration in pump sets Daily

(Motor and pumps.)

Petty works i.e putting additional, points, shifting etc. The cost of the

Major materials only shall be paid separately by FCI.

5. MATERIALS SUPPLIED BY CONTRACTOR.

a) To be supplied by contractor without any cost insulation tapes, lugs, cleaning agents grease, screws, nuts piece of

wire (up to 2 meters), junction box / covers / round block, connectors. Paint brushes, G1 / PVC pipe fitting accessories.

CONTRACTOR 17 ASST GENL MANAGER (Elect)

Page 23: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

6. MATERIAL SUPPLIED BY DEPARTMENT:-

a) Tubes, chokes, HPSV lamps, ignitors, condensers, Regulator, Cables, Fans and fittings switch socket, Holders.

MCB / Switches, Cables, OH wires / Insulators / Poles.

b) In case for the reasons one or other, the department, if unable to supply the materials, the same will be arranged by

the contractor and cost as decided by Engineer-in-charge as per prevailing market rate or as per rates in annexure III

which ever will be less will be paid to the contractor.

7. MINIMUM STAFF SHALL BE PROVIDED BY THE CONTRACTOR:-

a) Qualified Wireman 1.No.

b) Khalasi 2.Nos on all working days of FCI.

c) One Wireman along with one khalasi on Sundays and holiday. The timing of staff

Will be decided by the Engineer in Charge.

d) If the required staff as mentioned above is not provided by the contractor on the

Particular day the penalty will be as follows as per day.

e) If either the wireman or the Khalasi is absent an amount of Rs. 300-00/200-00 will be

recovered from the bill.

f) If both the wireman and Khalasi are absent amount of Rs.500/- will be recovered

From the bill.

g) On the nominated day or if called on emergency and failing which wireman

Dose not attend duty an amount of Rs.300/- will be recovered from bill.

8. SECURITY DEPOSIT:-

The contractor has to deposit 10% of the contract value as Security Deposit (i.e. 0.5% S.D+5% P.G.)

Before issuing of work order which shall be refunded after satisfactory completion of contract period.

9. MODE OF PAYMENT:-

a) Quarterly :- The contractor should submit the bill alongwith Xerox copy of the

daily maintenance register after completing quarter period. Payment will be

made on monthly basis. Preferably the bill will be paid for three months or more only.

b) Extension of Contractor:-

i) 3 months extension can be given by department i.e, on the same rates, terms & condition, if desired by department

ie FCI

ii) Further 9 months can be extended if department and contractor are mutually agreed at the same rates terms and

conditions.

10. POSTING OF STAFF:-1 Qualified wiremen shall be posted by the contractors as per E.I. rules.

2. contractor has to provide local addresses of all the staff posted in Depot to the Engineer in charge

and Manager(D)

11. TERMINATION OF CONTRACT:-

FCI reserve the right to get the assigned maintenance work carried out at the risk and cost or terminating the contract

.If the maintenance is not found satisfactory by giving a suitable notice as required and the security deposit of the

contractor will be forfeited.

CONTRACTOR 18 ASST GENL MANAGER (Elect)

Page 24: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

SPECIAL CONDITIONS:-

1. The rates quoted shall be on monthly basis and shall be valid for a period of (12)Twelve months, which is further

extendable up to 3+9 month from the date of expiry of contract period at the same rates, terms and condition.

2. The contractor shall enter into an agreement (as per specimen enclosed) for a period of 12 months renewable

from time to time on mutual agreement on the same rates terms and conditions.

3. The contractor shall possess the valid “A” grade license issued by Electrical inspectorate for operation and

maintenance of H.T installations up to 11.KV and the same shall be renewed from time to time

4. The rates quoted on monthly basis shall be inclusive of following.

a) One wiremen with valid license and two helper shall be stationed at depot or as directed from 9.30 AM to 6.00

PM on all working days. This staff will attend the Railway special on FCI Siding as and when required(Early & late

hours) without any extra charges.

b) The contractor should maintain daily work register and same has to be signed by the concerned Manager(Depot)

c) The contractor should operate maintenance diesel generator set if available in the depot when ever it requires.

d) In case of exigencies or unfinished work during the above working hours, the work shall be completed after

working hours on the following day before office hours or on Sunday or holidays no disturbance to the working of

the office.

e) No conveyance charges or any other charges are payable for travel, conveyance etc., to the site of work as

directed by FCI Engineer from time to time and the rates quoted shall be inclusive to this. If additional man power

is required the same will have to be arranged by the contractor, at no extra cost.

f) The material shall be supplied by FCI for addition, alteration in the existing installation and maintenance as per

the direction of Engineer in charge. Any rates not covered under the Annexure-I shall be paid at prevailing market

rates or decided by Engineer in charge. The rates are inclusive of periodic preventive maintenance work. Which

shall also be taken up on Holiday & Sunday, as directed by FCI Engineers.

g) In case of power failure it will be the duty of the Agency to use his good offices for early restoration of power

supply. However, whatever assistance from the corporation is required the same will be extended.

5) FCI shall not be responsible and liable for the safety of the workmen employed by the contractor for the

maintenance work.

6. The contractor shall obtain insurance for workmen compensation and third party risk for an adequate sum and

copy submitted to the FCI, Office.

7. Contractor shall be responsible for any of commission or omission on the part of their workmen in respect of any

damages or loss to FCI property.

8. If in the opinion of FCI the performance of the contractor is found to be unsatisfactory, the contract shall liable for

terminating given seven (7) days notice with consequent forfeiture of security deposit.

9. The contractor shall comply with the provisions of the payment of wages Act 1936, minimum wages act 1948

employees liability Act 1938. workman’s compensation act 1923 Industrial Disputes Act 1947 Maternity Benefit

Act 1962 and any modifications in these statutory rules and regulations introduced from time to time.

13. SAFETY CODE:-

The Contractor shall at his own expense arrange for the safety provisions as required by the Engineer in charge,

in respect of all workers directly or indirectly employed for the work and shall provide all facilities in connection

there with. In case the contractor fails, to make arrangements and provide necessary facilities the Engineer in

charge shall be entitled to do so, and recover the cost thereof from the contractor.

14. NUISANCE:-

The contractor shall not at any time to cause or permit any nuisance on the work site or do any thing which

shall cause un-necessary disturbance or inconvenience to other workers.

15. CONTRACTOR’S SUPERVISION:-The contractor shall either himself supervise the execution of work

or shall appoint competent man approved by Engineering in-charge to act on his behalf.

16. List of workers along with their address, telephone numbers are to be made available to the depot in charge for

easy access.17. List of Tools & Plants available with Contractor is to be enclosed along with Tender.

CONTRACTOR 19 ASST GENL MANAGER (Elect)

Page 25: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

ADDITIONAL CONDITIONS & SPECIFICATION FOR ELECTRICAL WORKS

1. The work shall be carried out as per latest Rules/General specification for Electrical

works (Internal & External) as amended upto date. All installation shall also comply

with the required of I.E. Rules 1956 with amendments upto date. In case of item not

covered by the above specifications, the work shall be carried out as per the instructions

of the Engineer-in-charge.

2. The work shall be carried out by an Electrical contractor or appropriate class possessing

requisite licence and authority to handle this type of installation covered by the

contract.

3. Requirements, if any local Electrical Authority / Electrical, inspectorate in respect of

approval of installation and sanction of Electrical power shall also be complied with by

contract in furnishing requisite documents, plants, schematic diagram etc.

4. The contractor shall help in co-ordinating with the Electric supply authority in

obtaining the service connection and the requisite test report in the prescribed form

shall also be furnished.

5. Immediately on completion of work, the contractor shall carryout testing of the

installation and shall submit report in the form of completion certificate as per appendix

‘E’ CPWD specification referred above.

6. The contractor shall submit completion plan drawn to a suitable scale in tracing cloth

with ink along with three blue print copies of the same.

7. The Contractor should inspect the proposed site for the work and study all specification

and conditions carefully before tendering.

8. All components used shall conform to relevant Indian Standard Specifications and

where ever existing materials with I.S.I certification mark shall only be used.

9. All inter-connections on the main board and distribution boards shall be done with

suitable size of cables drawn in conduits and end-terminations with appropriate luges

thimbles.

10. M.S./C.I. junction boxes shall be used for junction of conduits as per direction of

Engineer-in—charge. These will not be measured separately but shall be measured in

all directions along with the length of conduits.

11. In case of recessed conduit system. Junction Boxes not less than 65mm shall be

provided and no extra payment shall be made on this account.

12. In places where electrical conduit is required to pass through wall/R.C.C. columns or

beam/cramped sections etc., the conduit Junction box shall be provided at an interval

of not more than 1M and no extra payment shall be made on this account.

Contractor 20 Asst. General Manager(Elect)

Page 26: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

13. All the metal boxes housing control switches, regulators and plug socket, shall be

suitably earthed with 2.24mm dia copper conductors wire.

14. All steel poles, switch boards, sheet metal panels, M.S. clamps etc shall be applied with

primer coat of paint before erection, final painting shall be done in two coats after

erection.

15. Where conduit pipes are to be laid along the trusses, these shall be fixed as per clause

4.3.2(!!) of CPWD specification.

16. Execution of work shall be supervised by Technical person of appropriate rank as

required under the prescribed rules.

17. Any damage done by the contractor to any existing building and or roads during the

coarse of execution or work shall made good by him at his own cost to the satisfaction

of Engineer-in-charge.

18. The contractor shall maintain in good condition all work executed by him, till the

completion and handing over of the entire work and nothing extra shall be paid for

watch and ward if any.

19. The contractor shall take all precautions to avoid accidents, shall follow the safety

procedure as per appendix “C” CPWD specification referred above.

20. The contractor shall consult the Engineer-in-charge in writing regarding collection and

stocking of materials for work. He shall not stock any materials in any other than those

approved by the Engineer-in-charge

21. The contractor shall execute the work as per programme drawn by the Engineer-in-

charge.

22. MCBS, MCCBS, BICBS/ RCCB etc., shall be of the same make as that of the

MCBDB/MCCBDB.

23. Where ever there is not provision of nitch for erection of MCBDB, the MCBDB shall

be recessed on the wall, without any extra payment

24. The switch boxes shall be only metal boxes irrespective of the type of conduit wiring

system(i.e) either metallic or non-metallic conduit wiring system.

25. Necessary Anchor bolts/dash fasteners shall be used for installation of lighting fixtures

where ver to be installed directly on ceiling for which no extra payment shall be made.

26. The rate quoted by the contractor should include all taxes (octroi) excise duty etc.,

Neither extra shall be payable to the contractor beyond the rates quoted by him.

27. The contractor will co-ordinate electrical works with the progress of civil Engineering

works. He will ensure that electrical works are completed, installation test report

submitted to electrical supply authorities and approved by the electrical inspectorate

concerned immediately after the Civil works are complete

28. In case of composite contracts where in electrical works form a part of the composite

work the main contractor shall ensure that the electrical works are executed by a sub-

contractor (who shall be approved by the tender accepting authority) having appropriate

registration for electrical license for undertaking such work-name(s) of the party (ies)

should indicated while submitting the tender, Soon after the award of work, separate

agreement of electrical works be concluded with Assistant General Manager(Electrical)

of the Corporation for electrical sub works.

Contractor 21 Asst. General Manager(Elect)

Page 27: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

THE FOOD CORPORATION OF INDIA

PROFORMA FOR AGREEMENT FORM

THIS AGREEMENT made this________________ day of _________________

Two thousand ____________________ between the Food Corporation of India, established

under the Food Corporation Act, 1964 having its Head Office at No. 16-20 Barakhamba Lane,

New Delhi - 110 001, and its Regional Office at HACA Bhavan,III Floor, Public Garden Road,

Hyderabad-500 004(which expression shall mean and include its successor or successors in

office and assigns) acting through the Assistant General Manager (Elect), Food Corporation of

India, Regional Office, HACA Bhavan, Hyderabad – 500 004 hereinafter called " The

Corporation “on the one part M/s ………………………………hereinafter called the "

Contractor" (which expression shall mean and include their heirs executors and administrators

and assigns) of the other part.

WHEREAS the Corporation being desirous of having provided and executed certain

works mentioned, enumerated or referred to in the specifications, conditions of contract,

schedule of quantities of works, Drawings and other documents consisting of the "Tender and

acceptance thereof, copy hereto annexed, all of which are deemed to form part of this context

contract and are included in the terms "CONTRACT" wherever herein used.

.AND WHEREAS The Corporation accepted to the tender of

…………………Contractor……………………….. for the provision and the execution of the

said work at the rates stated in the Schedule of quantities work (hereinafter called the

"Schedule of rates ") upon the terms and subject to the condition of contract.

NOW THIS " AGREEMENT WITNESSETH & IT IS HEREBY agreed and declared as

follows:

1. In consideration of the payments to be made to the Contractor for the works to be executed

by him, the Contractor does hereby convenient with and Corporation that the contractor shall

and will duly provide, execute, and complete the said work on or before the dates mentioned in

the conditions attached to the tender documents and shall maintain the same at his own cost for

a period of six months thereafter, perform all other acts and things in the contract mentioned or

described or which are to be implied there form or any be reasonably necessary, for the

completion at the said works and in the manner and subject to the terms and conditions or

stipulation mentioned to the contract.

2. In consideration of the due provision, execution and completion of the said works the

Corporation does hereby, agree with the contractor that the Corporation will pay to the

contractor the respective amount for the work actually done by him at the "Schedule of Rates "

as contained in the appended schedule and such other sums as may become payable the

contractor under the provisions of the Contract, such payments to be made at such time and in

such manner as provided for in this agreement.

3. The contractor has furnished a sum of Rs ------------as Earnest Money and Rs ----------as

performance guarantee and agrees that the balance Security Deposit amounting to Rs--------

shall be recovered from the bills payable to the contractor from time to time the whole of the

Security Deposit of Rs-------stipulated in the memorandum of the. Tender and clause of the

Conditions of the Contract is recovered."

Contractor 22 Asst.General Manager(Elect)

Page 28: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

4. In consideration of the due provision, execution and completion of the said works the

contractor does hereby agree to pay the Corporation the sum as may be due to the Corporation

for the services if any, rendered by the Corporation to the contractor, and such other sum or

sums as may become payable to the Corporation towards loss, damage to the Corporation's

equipment materials plant and machinery, liquidated damages, if any, as set forth in the said

conditions of contract such payments to be made at such time and in such manner as is

provided in the contract.

In WITNESS THEREOF, the parties have executed these presents in duplicate the date and

the year first above written.

SIGNED AND DELIVERED FOR AND ON BEHALF OF

AT

IN THE PRESENCE OF CONTRACTOR

WITNESS 1

2

SIGNED AND DELIVERED FOR ANDON BEHALF

OF THE FOOD CORPORATION OF INDIA ASST GENL MANAGER (Elect)

IN THE PRESENCE OF

WITNESS 1

2

Contractor Asst. Genl. Manager(Elect)

23

Page 29: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

THE FOOD CORPORATION OF INDIA

ELECTRICAL ENGG DIVISION REGIONAL OFFICE: HYDERABAD.

ANNEXURE -I

Name of work: Maintenance contract (period from April, 2012 to March, 2013) for Electrical installation at FCI , BSC, HANUMAN JUNCTION.

SCHEDULE OF QUANTITIES

S. No.

Description of item Qty Rate (Fig. &words)

Unit Amount

1. Repairs and Maintenance of the following electrical/Mechanical installations details given and condition mentioned. As per IE Rules, plug points/power points etc., a) E.I.Fans and street/compound lighting arrangements as per I.E. Rules as detailed inside at page (ANNEXURE-ii). b) Water supply arrangements etc., c) Water coolers d) Air coolers e) Transformer L.T/HT panel maintenance including testing of oil and get it certified from Electrical inspector as required under I.E Rules

12 (Twelve) Months

One Month

CONTRACTOR -24- ASST. GENL. MANGER (ELECT)

Page 30: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

THE FOOD CORPORATION OF INDIA

ELECTRICAL ENGG.DIVISION

REGIONAL OFFICE : HYDERABAD

ANNEXURE-II

NAME OF WORK:- Annual maintenance contract for Electrical Installations at FCI, BSC, HANUMAN JUNCTION for the

year 2012-13.

Details of Inventory light points/Street lights Pole/Feeder Pillar Box /Pump Sets Etc.,

Details of Transformers

HT/LT Panel to be

maintained including

filtration of Oil.

Tube Lamps/Light

Points

Plug points

5.amps /15

amps power

points

MV/HPSV/HALO

GEN METAL

HALIED

Street lights

fittings

Water

pump set

Room

/Water

Cooler /

Air

Conditio

ner

Feeder

pillar

Box

Godo

wn

Building

Transformer 200.KVA -

1.No.11000/430 Volts-DP

structure MV. Panel Board,

200 Amps - Capacitor 25.

.KVA R.

646.

Nos

268.Nos

110.Nos

35.Nos

140.Nos-122

Nos. Tubler

Poles +

Tower light

15 Mtr.1.No.

3.No.s

Submersibl

e pump Set.

1.No.A.C

Air

Coolers.

2.Nos.

with

MCCB

.& MCB

Enclosure

..

CONTRACTOR -25- ASST GENL MANAGER (Elect )

Page 31: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

THE FOOD CORPORATION OF INDIA

ELECTRICAL ENGG DIVISION

REGIONAL OFFICE:: HYDERABAD-4

Name of work:- Maintenance contract for Electrical installations at FCI, BSC, HANUMAN

JUNCTION for the year 2012-13.

S.No. Description of item Remarks Unit Rate (Fig. & words)

1(a) Single core PVC insulated

aluminium conductor of

ISI make

1.5Sqmm Havells/Finolex 100

M

2.5Sqmm -do- -do-

4.0sqmm -do- -do-

6.00Sqmm -do- -do-

b) Single core PVC insulated

copper conductor of ISI

make

1.5 Sq mm Havells/Finolex 100

M

2.5Sqmm -do- -do-

4.0sqmm -do- -do-

6.00Sqmm -do- -do-

PVC insulated, PVC

sheathed armoured

underground aluminum

conductor cable of size

2. 3.1/20 Sqmm Polycab/

Havells/

Finolex make

Metre

3.1/2 x 150 Sq mm Polycab/

Havells/

Finolex make

Metre

3.1/2 x 120 Sq mm Polycab/

Havells/

Finolex make

Metre

3.1/2 x 95 Sq mm Polycab/

Havells/

Finolex make

Metre

Contractor 26 Asst. General Manager (Elect)

Page 32: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

Sl.No.

Description of item

Remarks

Unit

Rate (Fig. & words)

3.1/2 x 70 Sq mm Polycab/

Havells/

Finolex make

Metre

3.1/2 x 50 Sq mm Polycab/

Havells/

Finolex make

Metre

3.1/2 x 35 Sq mm Polycab/

Havells/

Finolex make

Metre

3.1/2 x 25 Sq mm Polycab/

Havells/

Finolex make

Metre

4 x 16 Sq mm Polycab/

Havells/

Finolex make

Metre

4 x 10 Sq mm Polycab/

Havells/

Finolex make

Metre

2x 10 Sq mm Polycab/

Havells/

Finolex make

Metre

2x6 Sq mm Polycab/

Havells/

Finolex make

Metre

3. Fluorescent tube 40 watts Philips /

Crompton/

Bajaj

Each

4. Choke copper wounded for

40 watt tube light fittings

Philips /

Crompton/

Bajaj

Each

5. Tube light starter for 40

watt tube light fittigs

Philips /

Crompton/

Bajaj

Each

6. Tube light starter base Bajaj make Each

7. Tube light side holder Bajaj make Each

8. 4.0 Mfd condensor Philips /

Crompton/

Bajaj

Each

9 Sodium vapour lamps

(HPSV)

Philips /

Crompton/

Bajaj

Each

Contractor 27 Asst. General Manager(Elect)

Page 33: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

S.No. Description of item Remarks Unit Rate (Fig. & words)

a 400 watts Philips /

Crompton/

Bajaj

Each

b 250 watts Philips /

Crompton/

Bajaj

Each

c 150 watts Philips /

Crompton/

Bajaj

Each

d 70 watts Philips /

Crompton/

Bajaj

Each

10. Copper wounded ballast

suitable for HPSV fittings

a 400 watts Philips /

Crompton/

Bajaj

Each

b 250 watts Philips /

Crompton/

Bajaj

Each

c 150 watts Philips /

Crompton/

Bajaj

Each

d 70 watts Philips /

Crompton/

Bajaj

Each

11. Condensor suitable for

HPSV lamp fittings

a 42.0 mfd Crompton/

Bajaj

Each

b 33.00 mfd Crompton/

Bajaj

Each

c 20.00 mfd Crompton/

Bajaj

Each

d 10.0 mfd Crompton/

Bajaj

Each

12 Metal Halide lamps 70

watts

Crompton/

Bajaj

Each

13 Copper wounded ballast

suitable for metal halide

fittings 70 watts

Crompton/

Bajaj

Each

14. 5 AMP tumbler / piano

type switch ISI make

Anchor / ISI

approved

Each

15. 5 AMP 3/5 pin socket ISI

make

Anchor / ISI

approved

Each

Contractor 28 Asst. General Manager(Elect)

Page 34: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

S.No. Description of item Remarks Unit Rate (Fig. & words)

16. 3 plate ceiling rose ISI

make

Anchor ISI

approved

Each

17. 5 / 15 AMP Tumbler

/piano socket ISI make

Anchor ISI

approved

Each

18. 15 AMP Tumbler / Piano

socket ISI make

Anchor ISI

approved

Each

19. Ceiling fan regulator for

48”

Orient / Usha /

Anchor make

Each

20. Stepped type electronic fan

regulator

Orient / Usha /

Anchor make

Each

21. 2.50mfd Fan condensor Orient / Usha /

Anchor make

Each

22. 48” ceiling fan Double Ball

bearing complete set

SKF / NBC One

Set

23. 56” ceiling fan Double Ball

bearing complete set

SKF / NBC One

Set

24. Single Box type

fluorescent fitting

Crompton/

Bajaj/ Philips

One

Set

25. Single street light weather

proof fluorescent fitting

Crompton/

Bajaj/ Philips

One

Set

26. MCCB’s

a MCB 200 AMP TP Havells/MDS/

Standard make

Each

b MCCB 100 AMP TP L&T / Havells

make

Each

c MCCB 60 AMP TP L&T / Havells

make

Each

27 TPN Main switch HRC

a. 300Amps Crystal /

Standard

Each

b 200Amps Crystal /

Standard

Each

c 100 A,[s Crystal /

Standard

Each

d. 63 Amps Crystal /

Standard

Each

28 10 KA MCB’s 5 Amps to

32 Amps

a. Triple pole Havells/MDS/

make

Each

b Triple pole & neutral Havells/MDS/

make

Each

c Single pole Havells/MDS/

make

Each

d. Single pole & neutral Havells/MDS/

make

Each

Contractor 29 Asst. General Manager (Elect)

Page 35: T E N D E R D O C U M E N T - Food Corporation of …fci.gov.in/app2/webroot/upload/AMC HANUMAN JUNCTION.pdfFOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION REGIONAL OFFICE:

S.No. Description of item Remarks Unit Rate (Fig. & words)

29. Isolators

a. 40 Amps Three pole Havells / MDS

make

Each

b 63 Amps Three pole Havells / MDS

make

Each

c 40 Amps Double pole Havells / MDS

make

Each

30. Time switch LT/LK

Kakatiya

Each

31. 3 Phase ML-2 Contractor LT/LK Each

32. No Volt cols 230 volts

/400 volts

LT/LK Each

33. Motor starter DOL /Star

/Delta Starter suitable

a. 3 HP motor LT / LK Each

b. 5 HP motor LT /LK Each

34. Rewinding for ceiling

Exhaust fan

Copper

winding

Each

35. Rewinding for 3 HP motor Copper

winding

Each

Contractor 30 Asst. General Manager (Elect)