tender no. sc20200005/wo date:24.09 - arci.res.in · a) one similar work above rs.7.18lakhs b) two...
TRANSCRIPT
1
INTERNATIONAL ADVANCED RESEARCH CENTRE FOR
POWDER METALLURGY AND NEW MATERIALS (ARCI),
Balapur PO, R.R. District, Hyderabad – 500 005, India
Tel: 040-244523326 Fax: 040-24442699
Web Site: www.arci.res.in E-mail : [email protected]
Tender No. SC20200005/WO Date:24.09.2020
e-TENDER DOCUMENT
Comprehensive Annual Maintenance Contract( AMC) for Different types
of A.C’S (Different makes) (part-A)and Rate contract for installation
/Reinstallation and other associated works not under comprehensive
AMC(Part-B)
1. Earnest Money Deposit/Bid Security Rs.22,450/-
2. Tender Processing Fee Rs.1180/- (1000+18% GST)
3. Tender value (approx.) Approximately Rs.8.98Lakhs per
annum(Inclusive of GST)
4. e-Tender document published date 24.09.2020
5. Bid documents can be accessed from https://eprocure.gov.in/eprocure/app
6. Clarification start date and end date 24.09.2020 to 29.09.2020
7. Bid submission start date and time 30.09.2020 from 9:00 AM onwards
8. Bid submission end date and time 16.10.2020 upto 3.30 PM
9. Online Bids opening date and time
(for Cover 1 Tender Processing Fee and EMD)
19.10.2020 at 11.00 AM
10. Mode of Tender eProcurement
(Online)https://eprocure.gov.in/eprocure/app
11. Bid Submission Cover 1: Tender Processing FEE and EMD
(Online and Offline)
Cover 2: Technical Bid (Online and Offline)
Cover 3: Commercial Bid (Online ONLY)
2
INTERNATIONAL ADVANCED RESEARCH CENTRE FOR
POWDER METALLURGY AND NEW MATERIALS (ARCI),
Balapur P.O, R.R. District, Hyderabad – 500 005, India
Tel: 040-244523326, Fax: 040-24442699
Web Site: www.arci.res.in, E-mail : [email protected]
Instructions to Bidders
Table of Contents
Sl. No. Description Page No.
1. Notice for inviting e-tender 3-5
2. Special Instructions for online bid submission 6-8
3. General instructions to tender along with Scope of work with
eligibility criteria 9-12
4. Tender Fee and EMD 13 5. Detailed scope of work 14-16
6. Article of Agreement 18-19
7. Indemnity Bond 20
8. Technical specifications for AMC 24-26
9. Price Schedule under A.M.C Works 27-29
10. Price for Rate contract for Installation /re installation and other
associated works 30-33
11. Declaration by Vendor 34
12. Checklists 35-36
3
NOTICE FOR INVITING OPEN E-TENDER
1. International Advanced Research Centre for Powder Metallurgy and New Materials
(henceforth referred to as ARCI) is an Autonomous Research and Development Centre of
Department of Science and Technology (DST), Government of India with main campus at
Hyderabad and with operations in Chennai and Gurugram.
2. AMC works to be provided at: International Advanced Research Centre for Powder
Metallurgy and New Materials (ARCI)
RCI Road, Opp. Balapur Village
Hyderabad – 500005
Phone No: 040-24452376, 24452319
Fax: 040-24442699
Email : [email protected]
3. NAME OF THE WORK :Comprehensive Annual Maintenance Contract(AMC) for
Different types of Air conditioners(Different makes)(part-A) and Rate Contract for
installation /reinstallation and other associated works not covered under
comprehensive AMC (Part-B) AT ARCI Hyderabad. Part B rates are not considered for
evaluation of the successful bidder.
4. Tender Enquiry No: (Case No.) SC20200005/WO Dated: 24.09.2020
5. Last date and time of submission of Tender online (Tender Processing Fee, EMD, Technical
bid, and Price bid): 16.10.2020 before 3:30 PM.
6. Comprehensive Annual Maintenance Rate Contract for Air conditioners / Service
Period: The term of agreement / purchase order / work order for Comprehensive Annual
Maintenance and rate Contract for air conditioners shall be initially for a period of one year.
If the services are found to be satisfactory, the contract may be extended for additional years
(one year at a time) on mutual consultation by both the parties on the same terms and
conditions.
7. The contractor has to submit the rates for the BoQ items (Part A) and Rate contract
items (Part B in Technical Bid).
8. The contract / service provider / successful bidder (L1) will be decided based on the
price quoted for BOQ (Part A). Part B items will be operated as per site conditions. Part B
rates are not considered for evaluation of the successful bidder.
9. The contractor shall not be entitled to any price escalation for the rate contract
items/works/services during the tenure of the contract (one year).
10. Contractors are invited to submit their most competitive ONLINE quotation through CPP
Portal (Central Public Procurement Portal) website https://eprocure.gov.in on or before the
prescribed due date. Manual bids shall not be accepted except for the original documents, if
any mentioned in this tender.
11. Complete tender can be viewed and submitted through
https://eprocure.gov.in/eprocure/app. To use the Electronic tender portal
https://eprocure.gov.in/eprocure/app the bidders need to register on the portal.
12. Validity of Bid: Quotation should have minimum validity of 120 days from the date of
opening.
4
13. Bid Submission:
Tender Processing Fee and Earnest Money Deposit (COVER 1): Bidder shall select the payment option to pay the Tender Processing Fee and EMD. Apart from uploading the scanned documents of Tender Processing Fee and EMD in cover-1, Original Proof of payment of Tender Fee, EMD to be submitted in a sealed envelope super scribed as COVER-1 with following information: Tender Reference No. SC20200005/WO Type of bid: Tender Fee and EMD (COVER-1) Tender Due Date & Time:16.10.2020, IST 15:30 hrs Bidder name and address with e-mail ID & contact details
Technical Bid (COVER 2): Technical bid shall not be opened if the bidder fails to submit Tender Processing Fee and Earnest Money Deposit in Cover-1 (online & off-line). Apart from uploading the Technical bid and rates for additional items (Part B) in cover-2, the original certified and signed copies of the uploaded documents to be submitted in a sealed envelope super scribed as COVER-2 with following information: Tender Reference No. SC20200005/WO Type of bid: TECHNICAL (COVER-2) Tender Due Date & Time: 16.10.2020, IST 15:30 hrs Bidder name and address with e-mail ID & contact details Item rates in Part B (Which will not be considered for determining the L1)
Both the Cover 1 and Cover 2 shall be submitted in a sealed envelope super scribed the Tender No. SC20200005/WO due date on 16.10.2020 along with the name of the work and the same should reach the address International Advanced Research Centre for Powder Metallurgy and New Materials, Balapur Post, Hyderabad –500 005, Telangana . Price Bid (COVER 3): Price bid (BoQ - Part A) to be uploaded ONLINE only in COVER-3 and no other mode of submission is acceptable.
14. All the tenders, in which any of the prescribed conditions are not fulfilled or incomplete in
any aspect, are liable to be rejected.
15. Clarification on bid: Bidders can seek clarification as per the schedule start and end date
through email IDs given below:
For technical clarifications : [email protected], [email protected]
For commercial clarifications : [email protected],[email protected]
16. Opening of the tender:
Cover -1 Tender processing Fee and EMD will be opened online on the date of tender
opening. Cover-2 Technical bid shall be opened online only for those cover 1 qualified
bidders. Price bids of only those firms will be considered for opening whose offer would meet
all tender requirements including compliance to technical specifications and has passed all
tender conditions, technical evaluation and eligibility criteria.
After opening of the price bid (Part A), detailed comparative statement will be generated
online and the finalization of successful bidder will be decided on L-1 (lowest price) for the
BOQ (Part A) as per CPP Portal.
5
17. Award of Contract: Contract will be awarded to successful bidder and a copy of the award
of the contract will be uploaded in CPP portal after finalizing the tender.
18. Disqualification of tenders: The tenders are liable for rejection in the following
circumstances.
Not meeting the eligibility criteria
If they are not in line with the terms and conditions of this tender notice
Conditional quotations
Incomplete tenders
Tenders without Tender Processing Fee and EMD
Tenders submitted through Fax or e-mail
If two bid system is not followed
The bidder shall quote all the charges/prices as per the tender requirement. If any firm
quotes nil/consideration, the bid shall be treated as unresponsive bid and will not be
considered. Zero/null prices will not be considered for commercial evaluation and
summarily be rejected. In this the decision of Director, ARCI will be final without
assigning any reason.
19. Director, ARCI reserves the right to accept or reject any or all tenders either in part or in full
or to split the order without assigning any reasons there for.
IMPORTANT NOTE: Amendment, Corrigendum if any to this tender document, WILL BE
HOSTED ONLY IN ARCI WEBSITE and CPP Portal and no separate Press Notification will be
issued. Bidders are advised to visit our website and CPP Portal regularly to know such
details.
Director, ARCI, Hyderabad
6
SPECIAL INSTRUCTIONS FOR ONLINE BID SUBMISSION:
Instructions to the Bidders to submit the bids online through the Central Public Procurement
Portal for e-Procurement are at https://eprocure.gov.in/eprocure/app. The bidders must
carefully follow the instructions.
Possession of valid Digital Signature Certificate (DSC) and
enrolment/registration of the contractors/bidders on the e-procurement/e-tender portal is
a prerequisite for e-tendering.
Bidder should do the enrolment in the e-Procurement site using the "Click here to Enroll"
option available on the home page. Portal enrolment is generally free of charge. During
enrolment/registration, the bidders should provide the correct/true information
including valid e-mail-id. All the correspondence shall be made directly with the
contractors/bidders through e-mail-id provided.
Bidder need to login to the site through their user ID/ password chosen during
enrolment/registration.
Then the Digital Signature Certificate (Class III Certificates with signing key usage) issued
by NIC/SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India
on e-Token / Smart Card, should be registered.
The DSC that is registered only should be used by the bidder and should ensure safety of the
same.
Contractor / Bidder may go through the tenders published on the site and download the
required tender documents/ Annexures for the tenders he/she is interested.
After downloading / getting the tender document/ Annexures/ Appendices, the
Bidder should go through them carefully and then submit the documents as asked, otherwise
bid will be rejected.
If there are any clarifications, this may be obtained online through the tender site, or through
the contact details. Bidder should take into account the corrigendum / addendum published
before submitting the bids online.
Bidder then logs in to the site through the secured log in by giving the user id/ password
chosen during enrolment/registration and then by giving the password of the e-Token/
Smart Card to access DSC.
Bidder selects the tender which he/she is interested in by using the search option & then moves
it to the 'my tenders' folder.
From my tender folder, he selects the tender to view all the details indicated.
It is construed that the bidder has read all the terms and conditions before submitting
their offer. Bidder should go through the tender Annexures, and appendices and scope of
work carefully and upload the documents as called for; otherwise, the bid will be rejected.
Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document/ Annexure and generally, they can be in PDF/xls/rar/zip/dwf formats. If
there is more than one document, they can be clubbed together and can be provided in
the requested format. Each document to be uploaded through online for the tenders
7
should be less than 2 MB. If any document is more than 2MB, it can be reduced through
zip/rar and the same can be uploaded, if permitted. Bidders Bid documents may be scanned
with 100 dpi with black and white option. However if the file size is less than 1 MB the
transaction uploading time will be very fast.
Bidder should take into account the corrigendum / addendum published from time to time
before submitting the online bids.
The Bidders can update well in advance, the documents such as certificates, annual
report details etc., under My Space option and these can be selected as per tender
requirements and then send along with bid documents during bid submission. This will
facilitate the bid submission process faster by reducing upload time of bids.
Bidder should submit the EMD as specified in the tender. The original should be
posted/couriered/given in person to the Tender Inviting Authority, within the bid
submission due date & time for the tender. Scanned copy of the instrument should be
uploaded as part of the offer.
While submitting the bids online, the bidder reads the terms &conditions and
accepts the same to proceed further to submit the bid packets.
The bidder has to select the payment option as offline to pay the EMD as applicable and
enter details of the instruments.
The details of the DD/BC, physically sent, should tally with the details available in the
scanned copy and the data entered during bid submission time. Otherwise submitted bid
will not be acceptable.
The bidder has to digitally sign and upload the required bid documents one by one as
indicated. Bidders to note that the very act of using DSC for downloading the bids and
uploading their offers shall be deemed to be a confirmation that they have read all sections
and pages of the bid document including General conditions of contract, special
conditions of contract, scope of work, BOQ specification, time frame eligible criteria
without any exception and have understood the entire document and are clear about
the requirements of the tender requirements.
The bidder has to upload the relevant files required as indicated in the covered
content. In case of any irrelevant files, the bid will be rejected.
I f th e p rice bid f orma t is p rovided in a sp read sh eet f i l e l ike
BOQ_xxxx.xls, the rates offered should be entered in the allotted space only
and uploaded after filling the relevant columns. The Price Bid/ BOQ template
must not be modified/replaced by the bidder, else the bid submitted is
liable to be rejected for this tender.
The bidders are requested to submit the bids through online e -tendering
system to the Tender Inviting Authority (TIA) well before the bid submission end
date & time (as per Server System Clock). The TIA will not be held responsible
for any sort of delay or the difficulties faced during the submission of bids online
by the bidders at the eleventh hour.
8
After the bid submission (i.e after Clicking "Freeze Bid Submission" in the portal),
the acknowledgement number, given by the system should be printed by the
bidder and kept as a record of evidence for online submission of bid for the
particular tender and will a lso act as an entry pass to participate in the bid
opening date.
The time settings fixed in the server side & displayed at the top of the tender site,
will be valid for all actions of requesting, bid submission, bid opening etc., in the
e-tender system. The bidders should follow this time during bid submission.
All the data being entered by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered will not viewable
by unauthorized persons during bid submission & not be viewable by any one
until the time of bid opening.
Any bid document that is uploaded to the server is subject ed to symmetric
encryption using a system generated symmetric key. Further this key is
subjected to asymmetric encryption using buyers/bid openers public keys.
Overall, the uploaded tender documents become readable only after the tender
opening by the authorized bid openers.The confidentiality of the bids is maintained since
the secured Socket Layer 128 bit encryption technology is used. Data storage encryption
of sensitive fields is done.
The bidder should logout of the tendering system using the normal logout option available
at the top right hand corner and not by selecting the (X) exit option in the browser.
For any queries regarding e-tendering process, the bidders are requested to contact as
provided in the tender document. For any further queries, the bidders are asked to contact
over phone as mentioned in the CPP website or send an email to - [email protected].
9
GENERAL INSTRUCTIONS TO TENDERER ALONG WITH SCOPE OF WORK,
ELIGIBILITY CRITERIA AND DOCUMENTS TO BE UPLOADED IN THE TECHNICAL
BID COVER IN THE CPP PORTAL
1. Scope of Tender:
International Advanced Research Centre for Powder Metallurgy and New Materials (ARCI)
invites Tenders for Comprehensive Annual Maintenance Contract(AMC) for Different
types of Air conditioners(Different makes)(part-A) and Rate Contract for installation
/reinstallation and other associated works not covered under comprehensive AMC
(Part-B) AT ARCI Hyderabad (The BoQ items (Part A) and rate for Rate contract items
(Part B) will be operated based on the site requirement decided by ARCI from time to
time. For non-operated items in Part A and Part B, the contractor will not be eligible
for any compensation/claim. The rates quoted should be firm for the operation period
of the contract).
2. Pre-qualification Criteria
A. The tenderer should be an Authorized service provider or Original Equipment
Manufacturers for at least one of the reputed Brands of air conditioners namely
Carrier, Voltas, Blue star, LG, Daikin, Lloyd.
B. The firm must have an experience of maintaining minimum 100 nos split/window
air conditioners/ Duct able package A.C’S at one site in any Government., Semi-
Autonomous, public Sectors organizations. During last three financial years-
P.O/W.O and completion certificates should be submitted
C. The satisfactory completion certificate issued from the authorized persons for
similar works carried out shall be enclosed.
D. The firm must have minimum 5nos qualified AC Technician with I.T.I
(Refrigeration and Air conditioning).
E. The Contractor/bidder/firm should have achieved minimum annual value of general
AMC Air conditioning works (as certified by Chartered Accountant and at least 50% of
which is from air conditioning maintenance works i.e Rs.4.49 lakhs, carried out in any of
the year over a period of 05 (five) years ending 31st March 2020.(i.e. providing audited
balance sheet along with income tax returns)
F. Experience and Key Production Rates: The Contractors/bidders/firm should have
successfully completed similar works from a prominent Govt./Semi Govt./Autonomous
Bodies/Corporate Bodies or Public Sector Undertaking during last 05 (Five) years
ending 31stMarch 2020should have either of the following (i.e. attach documentary
proof).
- Three works costing not less than the amount equal to 40 %of estimated cost(i.e3.59
laks each order value)
or
10
- Two works costing not less than the amount equal to 60 %of estimated cost (i.e5.38
laks each order value)
or - One works costing not less than the amount equal to 80 %of estimated cost
(i.e7.18laks each order value)
Note: The Conditions mentioned in clause A to F should be full field to qualify.
Similar works means: Tenderer should have Satisfactory Completion of similar nature
of works .i.e for Comprehensive Annual Maintenance Contract services of Air
conditioner units.
The relevant documents are:
a. The tenderer must be registered for GST& with other statutory Departments of Govt.
of Telangana State / India and should submit the registration certificates of GST,PAN
Card and any registered certificate;
b. Total tender document enclosed each page duly signed by the tenderer as token of
acceptance. If any deviation is proposed by the tenderer the same must be clearly
indicated and enclosed as deviation list but tenders with significant deviations list
and merely enclosing tenderer’s printed conditions or their own terms and
conditions will make the tender liable for rejection.
c. Constitution of the tendering firm;
d. List of last 07 (seven) years executed similar works for any Govt./Semi
Govt./Autonomous Bodies/Corporate Bodies or Public Sector Undertaking
companies along with Xerox copies of work orders / purchase orders along with
completion certificates;
e. Statement showing the turn over during the past 05 (five) years supported by balance
sheets or income tax returns;
f. Current original Solvency Certificate, minimum 40% of the estimated cost of the work
which is Rs. 3.59 lakhs, issued from any nationalized bank.
g. Other State/Central Government agencies registration certificate.
h. Firm registration certificate (In case of Firm).
i. Latest profile of the contractor/Fim/supplier.
j. List of qualified employed by the contractor/Firm/supplier.
k. List of similar nature of AMC A.C works under taken by the tenderer presently, if any.
3. Other Terms:
A. Any person signing the tender shall submit documentary evidence that his signature
on the tender, submitted by him is legally binding upon himself, his firm or company,
as the case may be.
11
B. The tenderer shall produce satisfactory proof that he is financially in a position to fulfill
the contractual obligations offered to be undertaken by him. The tenderer shall
indicate the details of his banker.
C. The bidder should submit the scanned copy of the Technical Bid for online submission
and original hard copy of all the documents must be submitted in an organized and
structured manner. No brochures/leaflets etc. should be submitted in loose form.
Please indicate page nos. on your quotation. The price quoted should not be mentioned
anywhere in this document.
D. The original hard copies of Technical Bid documents (with Part B) along with
Tender Processing Fee and EMD should be submitted on or before the due date.
The bidder should ensure that all the technical documents submitted through
online and hard copies are one and the same. If any deviation is found, the tender
is liable to be rejected.
E. Price Bid (BoQ, Part A) should be submitted online only and no other mode of
submission is acceptable.
F. The technical offer should be complete to indicate that all products and services asked
for are quoted. Each page of the bid and strikeout/corrections shall be duly signed and
stamped by the bidder. Unsigned Tenders are liable to be rejected. Failure to comply
with this requirement may result in the bid being rejected.
G. The purpose of certain specific conditions is to get or procure best product/service etc.
for ARCI. The opinion of Technical Committee, duly approved by the Competent
Authority (CA) shall be the guiding factor for technical short listing.
H. Cost of Tendering:
The Tenderer shall bear all costs associated with the preparation and submission of his Tender, and the ARCI will in no case be responsible and liable for those costs. The Tenderer, at the Tenderer’s own responsibility and risk is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Tender and entering into a contract for AMC work at ARCI, Hyderabad. The costs of visiting the Site shall be at the Tenderer’s own expense.
I. The Tenders not accompanying with EMD and unconditional acceptance letter will be summarily rejected.
12
J. Period of validity of Tender:
The Tender shall remain valid for a period of 120 days after the last date of the submission of Tender. A Tender valid for a shorter period, may be rejected by the ARCI as non-responsive and the EMD paid along with it will be forfeited.
K. The rates quoted by the Contractor will hold good for the entire period of work and no compensation / escalation will be paid in any circumstances on this account.
L. Language of Tender: The document shall be written in English language. The total amount should be written in the same language.
The following original hard copies of technical bid along with Tender Processing Fee and EMD (Cover-1) and rates for additional items (Part B), should be submitted on or before due date:
a. Total tender document enclosed each page duly signed by the tenderer as token of
acceptance. If any deviation is proposed by the tenderer the same must be clearly indicated
and enclosed as deviation list, but tenders with significant deviations list and merely
enclosing tenderer’s printed conditions or their own terms and conditions will make the
tender liable for rejection.
b. Rates for additional items (Part B)
c. Copy of the tenderer’s price schedule but without prices.
d. Earnest money deposit as laid down in this instructions to tenderers.
e. Constitution of the tendering firm
f. List of eligibility criteria documents
g. Last seven years executed similar works for government & cooperate firms along with Xerox
copies of work orders /purchase orders along with completion certificate
h. Statement showing the turn over during the past five years supported by balance sheets or
income tax returns.
i. Current original solvency certificate from any nationalized bank for minimum 3.92 Lakhs.
j. Copies of GST registration certificates and PAN card.
k. Other State/Central Government agencies registration certificate.
l. Firm registration certificate (In case of Firm).
m. Latest profile of the contractor/Firm/supplier.
n. List of qualified employed by the contractor/Firm/Supplier.
o. The contractor should have statutory government licenses for operating of A.C Works.
p. Labour Licenses from central labour authorities for providing AMC works. q. Valid Copies of dealer / group of company for minimum three years old. M. ARCI is not responsible for the loss of documents or for the delay in transit. N. All the above documents forming of the tender shall be kept in one envelope which shall be
SEALED and super-scribed with as technical bid, Technical bid -Name of work, Tender No. SC202000005/WO Dt:05.08.2020&Due on 01.09.2020and should be addressed to:
The Director, International Advanced Research Center for Powder Metallurgy and New Materials (ARCI),Balapur PO, RR District, Hyderabad – 500 005, Telangana
Note: - Based on the technical bid qualification the commercial bid will be considered.
13
PART- 2
TENDER FEE AND EARNEST MONEY DEPOSIT
Bid should be accompanied by Tender Processing Fee of INR 1180/- in the form of Demand Draft
drawn on in favour of Director, International Advanced Research Centre, Payable at
Hyderabad or payment online like RTGS/NEFT/ECS. Tender Fee is not refundable. Bids
submitted without tender processing fee will not be considered for further processing.
Bid should be accompanied by EMD of INR 22,450/- from Indian bidders in the form of Demand
Draft or Banker’s Cheque or Bank Guarantee from any of the Commercial banks in favour of
Director, International Advanced Research Centre, Payable at Hyderabad or payment
online like RTGS/NEFT/ECS.
Online Payment Account details are as follows:
Details of Account Holder
Name of the Institution International Advanced Research Centre
for Powder Metallurgy & New Materials
Name of Account Holder (As per Bank
Record)
ARCI TECHNOLOGY PROGRAM FUND
Account Number of above account 1849101016974
Complete Contact Address RCI Road, Balapur, Opposite Balapur
Vilage, Hyderabad -500005
Telephone No 0091-040-24452361
Fax No 0091-040-24442699
Bank Account Details
Bank Name CANARA BANK
Branch Name Kanchanbagh
Beneficiary’s Name ARCI Technology Program Fund
Complete Contact Address Kanchanbagh, Hyderabad 5000059
Telephone No 040-23438704
9- Digit Code No of Bank & Branch 500015032
Account Number 1849101016974
14
Account Type
(SB/Current/Cash/Credit/Etc
Savings Account
IFSC Code No of Bank CNRB0001849
PAN Number AAAAI0324C
TIN Number 36980207289
Service Tax Number AAAAI0324CST001
GSTIN Number 36AAAAI0324C1ZG
E.Mail [email protected]
The details of transaction for Tender Processing Fee and EMD viz Name of Bidder firm, tender
description, Transaction ID/No. of Transfer, Transaction date, Amount of Transaction, Name of
Bank, Address of Bank shall be furnished by the TENDERER ON THEIR LETTERHEAD SEPARATELY
ENCLOSED IN COVER-1 (Online and Offline) ALONG WITH TENDER.
No interest is payable on EMD.
The EMD shall be valid for a minimum period of three months from the date of closure of the bid.
Bidder registered with District Industries Centre or Khadi and Village Industries commission or
Khadi and Village Industries Board or Coir Board or National Small Industries Corporation (NSIC)
or Directorate of Handicrafts and Handloom or Udyog Aadhar Memorandum or any other body
specified by Ministry of Micro, Small and Medium Enterprises as MSMES or Startups as recognized
by Department of Industrial Policy and Promotion (DIPP), Govt of India for the tendered item are
exempted from payment of tender fee and Earnest Money Deposit (EMD) subject to submission of
valid documentary evidences throughout the time of the contract. Copies of MSME, NSIC
registration certificates and other supporting documents should be submitted both online and
offline. Failure to submit the required documents in cover 1 both in online and offline shall lead to
rejection of bid.
Refund of EMD:
EMD amount of the unsuccessful bidders will be returned, without any interest, within 30 days of
the finalization of tender. EMD should be refunded to the successful bidder on receipt of a
Performance Security.
Forfeiture of EMD:
EMD of tenderer will be forfeited, if the tenderer withdraws or amends its tender or derogates from
the tender in any respect within the period of validity of its tender. Further, if the successful
tenderer fails to sign the contract or furnish the required performance security within the specified
period, its EMD will be forfeited.
15
THE DETAILED SCOPE OF WORK INVOLVED IN THE ANNUAL MAINTENANCE
COMPREHENSIVE CONTRACT-
a) The Maintenance Contract shall be comprehensive in nature and the contractor/firm will be required to keep all the equipment’s/All type of air conditioners and water coolers in perfect working condition throughout the period of contract and no extra payment will be made for any part of the equipment’s including consumables, gas charging etc. to the contractor. Bidders are accordingly instructed to quote all-inclusive rates per machine (per unit) for the maintenance of the equipment’s apparatus during the whole of the period of contact.
b) Normal preventive maintenance once in three months . c) Normal break down maintenance and emergency break down d) The Scope of work covers entire ARC-I buildings (both technical and non –technical areas) e) Scope of equipment for AMC:
Window Air conditioners (1.0 to2.0 Ton), Split Air conditioners(1.0tr to2.0 Ton split/
multi/Invertor) package air-conditioner 5 toner to7.5 tonners, Cassette air conditioners(2 to
4tr),water coolers
f) General Scope of work This comprehensive Contract includes replacement of faulty spares like Compressors ,fans, motors, Replacement of defective electrical/mechanical parts, Starting Capacitors, Running Capacitors, Relays, Thermostats, Fan Capacitors, Fan Motors, Selector switches, Power Contactors, Control Contactors, External Time Switch Units provided for specific time running of A.C’s, Evaporator coils, blowers, Remote batteries, condenser coils, Rewinding/New motors, Flaps, providing Ball bearing of motors, Fan blades, Electronic Control Circuitry, Remote Control units etc. at contractors cost including gas charging and break downs of all types of air conditioners. Only original spare parts/quality approved by the ARCI will be permitted to be used for the maintenance during the AMC Period.
g) It shall also be the responsibility of the approved contractor to periodically service and inspect/check all the apparatus/gadgets that are under the maintenance period, so as to ensure their smooth and satisfactory functioning. The contractor shall also obtain a certificate from the user section/officers at least once in a quarter to the effect that the said apparatus are working satisfactory during the quarter in question.
Preventive Maintenance Services (PMS) Quarterly:
Every machine shall be serviced at least once every quarter. A record of such services duly acknowledged by the person using the machine or in his absence, in charge of the location of the AC shall be maintained. Quarterly PMS shall include at least the following services:
1.Cleaning the filters, evaporator & condenser coils 2.Replacement of filter if found damaged/unusable).
3.Checking selector switch, thermostat, relays, remote control etc. 4.Checking motor bushings.
5.Checking ground connections.
6.Cleaning of blower and condenser fan. 7.Checking and tightening of nuts & bolts.
8.Oiling the motors.
9.Checking of the backup electrical power outlet/ MCB.
10.Checking of the drive motors and fans.
11.Checking cooling efficiency.
16
12.Checking of Grill temperature
13.Checking Firmness of the Supporting arrangement for the compressor, blower motor, air conditioners casing and fixing of the air conditioners etc.
14.Replacement of any component of air conditioners (Outdoor and indoor units (including compressor), inlet and outlet Pipelines (including copper pipes), electrical components etc.., found defective after the above checks and tests.
15.Charging of Refrigerant Gas during the period of Contract if need arises.
16.The scope of work shall include all checks and tests as detailed under routine maintenance services.
17.Cleaning the condenser and evaporator coils with suitable detergent/chemical solution and flushing with high-pressure jet of water.
18.Greasing of blower motors and all moving parts.
Supply of all types of spares and consumables& Replacement of Remote batteries including
repairing /replacement of compressors, condenser coils, evaporator coils, drainage pipes ,flaps,
contactors ,canvas work and charging of gas required for maintaining the air conditioners to
keep them in serviceable conditions is at the cost of the contractor, which to be included in AMC
Price.
h) Damage to parts during handling: Arc-International will not be paying any charges for any damage of destruction of any part or
parts of the equipment which may occur during the process of the handling the equipment by
the contractor due to wrongful act or negligence on the part of contractor’s staff.
i) The following works are deemed to be included in the AMC and ARCI will not pay any extra charges towards labour , materials and equipment to carry out this works. a) Flushing of the system b) Pressure testing c) Leak identification & rectification d) Vacumising the system e) Gas charging f) Reprocessing of complete system
j) Additional Works : The ARCI will not pay any charges towards the additional material required or work to be done
to effect satisfactory repairs or improve the efficiency of the equipment after award of the contract.
k) Storage of Equipment: The equipment entrusted to the contractor for repairs will in the AMC Contractors premises
entirely at the risk of the contractor and the contractor shall not claim for loss, damage caused
by fire , burglary , etc, Hence , the AMC Contractor should handle all his stores with utmost care.
l) Equipment taken by the contractor to his work shop: All equipment taken to his workshop for repairs / rectification will remain at the contractors
risk and contractor should arrange for insurance against all losses at the contractors cost. No
payment will be entertained by ARCI for this purpose.
m) Transportation of the items /units within and outside ARCI is under the scope of the contractor. The
insurance and transportation charges are in the scope of contractor.
n) No compensation shall be paid towards non – operation of the BOQ items. o) No extra cost will be paid towards replacement / fixing of BOQ items.
17
1.SPECIAL CONDITIONS:
a) To be rectified the fault/ repair as and when required basis as per the requirement of ARCI b) Preventive maintenance should be carried out quarterly
c) Quarterly completion reports should be submitted from the users. d) For emergency / breakdown works, the firm should attend within 24 hours and submit report
within 48 hours to L.O. He should also provide one stand by Air conditioner during the period of
AMC.
e) Contractor has to depute one Senior Technician & One junior technician should be positioned at ARCI who should report to L.O., daily along with the required tools &tackles and required spare parts etc.
f) The contractor has to pay statuary payments to such as EPF,ESI, Insurance (all risk coverage policy from Govt Insurance company min of Rs 5lakhs per occurrences per persons ) and etc as per latest labour laws applicable. and also the contractor need to maintain statuary records at site as per labour laws. Minimum monthly wages as per labour act should be paid &proof shoul be submitted to ARCIfor processing bill-skilled category.
g) The subject works are sub contracted in due course, the sub-contractor/dealer should be authorized dealer of the OEM. Documentary evidence to be submitted, by this the main supplier responsibility will not be diluted.
h) Skilled category /ITI with 5years minimum wages to be paid as per central labour act.
2.PAYMENT TERMS: The total contract payment will be released in 4equal quarterly installments.
i.e, after completion of ever quarter of the year.
Payments shall be made up on submission of following documents:
a)Invoice
b) Service Reports
c) Payment will be made to the units serviced only during the quarter
d) Three months minimum wages EPF,ESI.
e)Insurance for two persons (All risk coverage) as mentioned in this document.
3.PERIOD OF CONTRACT:
Time period for the contract one year from the work order, which shall be extendable for a period
of one more year at the same rate, terms and conditions only if the services of the vendor are found
satisfactory during the normal period of contract. ARCI authority to extended the tenure of this
contract further for one year.
18
4.PENALTY CLAUSE:
1) Above 24 hours &below 48 hours –Warning but no penalty
2) Above 48 hours &below 96 hours –A penalty of 2% of the quoted rate of one Unit
3) Above 96 hours –A penalty of 5% of the quoted rate of one unit.
5.ARTICLES OF AGREEMENT
Made at ………………………………………………. This ……..…………….. day of ………….. 2020.
Between …………………………………………………………………
……………………………(hereinafter referred to as ARCI which expression shall include its heirs,
Executors, Administrators &Assignees)of the one part and
………………………………………………….…………………………………………..
……………………………………….…………….(Hereinafter referred to as the Contractor which
expression shall include his heirs, Executors, Administrators &Assignees) of the other part
WHERE AS the ARCI is desirous of carrying out Comprehensive Annual Maintenance
Contract(AMC) for Different types of Air conditioners(Different makes)(part-A) and
Rate Contract for installation /reinstallation and other associated works not covered
under comprehensive AMC (Part-B) AT ARCI Hyderabad the priced Schedule of
quantities have been signed by or on behalf of the parties here to and WHEREAS the
Contractor has agreed to execute up to and subject to the conditions set forth
herein(hereinafter referred to as “the AMC A.C works” described in “Scope of works” and
etc the said“ Priced Schedule of Quantities at the respective Rates mentioned in the Priced
Schedule/Purchase Order of Quantities attached.
And WHERE AS the Contractor has agreed to the submit the performance guarantee to ARCI
for Rs. …………………………(Rupees.……………………….
……………………………..…………………Only) by him as performance guarantee for the due fulfill
mention the contract to the satisfaction of ARCI
NOW IT IS HEREBY AGREED AS FOLLOWS:
(1) In consideration of the payments to be made to the Contractor as hereinafter provided he
shall up on and subject to the conditions of contract execute and complete the works shown
up on the said scope of works.
19
(2) ARCI shall pay the Contractor such sums as shall be come due and payable here under at the
times and in the manner specified in the said conditions.
(3) The tender agreement, documents and terms and conditions of NIT above mentioned shall
form the basis of this Contract and the decision of the ARCI for the time being as mentioned
in the Conditions of the Contract in reference to all matters of dispute as to the material,
workmanship or account and as to the intended interpretation of the clauses of this
agreement or any other document attached here to shall be final and binding on both
parties.
(4) The said Contract comprises the work above mentioned and all subsidiary works connected
there to with in the same site as may be ordered to be done from time to time by the said
owner.
(5) Time shall be considered as essence of the agreement and the contractor hereby agrees to
commence to work as soon as his tender is accepted by ARCI issuing LOI/WO/PO
(6) The said conditions shall be read and construed to be forming part of this agreement and the
Parties here to will respectively abide by and submit themselves to the conditions and
stipulations and perform the agreement on their parts respectively in such conditions
contained.
(7) All disputes arising out of or in any way connected with this agreement shall be deemed
to have arisen in Hyderabad and only the courts in Hyderabad alone shall have jurisdiction
to determine the same.
(8) Thearbitratorforfulfillingthedutiessetforthinthearbitrationclausesas defined with tender
conditions of contract.
(9) Arbitration: The Contract shall be governed by, and construed in accordance with the laws
of India. Any dispute which cannot be amicably settled by the parties may be submitted, by
the owners, to the International Center for Dispute Resolution(ICADR), Hyderabad. The
dispute willbesettledfollowingtheprovisionsofArbitrationandConciliationAct, 2015. Both
Parties agree that there sults and awards of any such arbitration shall be binding on both
Parties. Venue of Arbitration shall be Hyderabad.
(10) The several parts of this contract have been read to us and fully under stood by us.
As witness our hands this…………day of ………………………2020……….
……………………………………
Signed by the ARCI
……………………………………………………
In the presence of
…………………………………………………..
Signed by the said Contractor
…………………………………………………..
In the presence of
20
6.IndemnityBond
The tenderer should submit Indemnity Bond at the time of the Agreement as specified below.
Name of work: __________________________________________
I_______________________________ contractor S/o.
aged____Residentof_______________________________________________________________
Do here by bind myself to pay all the claims may come under all statutory provisions of various acts
governing the nature of work like Payment of wages Act, 1936, Minimum wages Act, 1948,
Employment Liability Act, 1938, Workmen’s Compensation Act, 1923, Industrial Disputes Act, 1947,
Maternity Benefits Act, 1961 and Contract Labour (Regulation & Abolition) Act, 1970 or the
modifications thereof and other laws relating thereto and the rules made there under from time to
time.
The work men engaged for the performance of the business relating to the above contract i.e., failing
such payment of –
Claims of workmen engaged in the above work and any claim raised by statutory authorities for
nonpayment of taxes and duties, Iabide in accepting for the recovery of such claims, effected from
any of my assets with the Corporation and with other Government Departments/Corporations.
7.0 Fair Wage Clause:
7.1 The contractor shall pay not less than fair wages to labourers engaged by him on the work.
7.2 “Fair” wages means wages whether for time of piecework notified by the Government
from time in the area in which the work is situated.
7.3 The contractor shall not with-standing there visions of any contract to the contrary cause to
be paid to the labour ,in directly engaged on the work including any labour engaged by the
sub-contractor in connection with the said work, as if the labourers had been directly
employed by him.
7.4 In respect of labour directly or indirectly employed in the works for the purpose of
the contractors part of the agreement the contractor shall comply with the rules and
regulations on the maintenance of suitable records prescribed for this purpose from time to
time by the Government. He shall maintain his accounts and vouchers on the payment of
wages to the labourers to the satisfaction of ARCI.
7.5 ARCI shall have the right to call for such record as required to satisfy himself on the payment
of fair wages to the labourers and shall have the right to deduct from the contract
amount a suitable amount for making good the loss suffered by the worker or workers by
reason of the “fair wages” clause to the workers.
7.6 The contractor shall be primarily liable for all payments to be made and for the
observance of the regulations framed by the Govt., from time to time without
prejudice to his right to claim indemnity from his sub-contractors.
21
8.0. Safety Measures
8.1 The contractor shall take necessary precautions for safety of the workers and preserving
their health while working in such jobs ,which require special protection and
precautions. The following are some of the measures listed but they are not exhaustive
and contractor shall add to and augment these precautions on his own initiative where
necessary and shall comply with directions issued by ARCI or on his behalf from time to time
and at all times.
8.2 Providing protective foot wear, Goggles, nose masks, electrical hand Gloves, helmet to the
workers as per the site requirement.
8.3 Taking such normal precautions like fencing and lighting in excavation of trenches,
working at the heights during night times and etc. asper the site requirement.
8.4 Supply workmen with safety proper belts, ropes etc., when working in precarious
8.5 The Contractor should isolate the work spot by providing safety barricades, Signage
boards and etc.
8.6 Ladder (6feet) should be procured and deployed at ARCI.
8.7 Thecontractorshallobserveallstatutory,safety,andlegalrequirements/ regulations issued by
Central and State Governments applicable to the work as well as any local regulations
applicable to the site.
8.8 Thecontractorhastofulfillthesafetyobligationsatsiteandensurethatall safety equipment
required for the execution of the work is available and used by the workmen at site.
8.9 Required safety sign age and other requirement as per safety norms must be compiled as
per the instructions of ARCI.
9.0 Employment of Labour
9.1 The contractor shall comply with the requirement of statutory provisions and shall be solely
responsible for fulfillment of all legal obligations under Contract Labour (reg.&abolition)Act,
Inter State Migrant Workmen Registration of Employment and condition of Service Act,
payment of Wages Act., Minimum Wages Act, Workmen’s Compensation Act,
Employee’s Provident Fund &Miscellaneous Provisions Act, Payment of Bonus Act, Payment
of Gratuity Act, Industrial Disputes Act and all other Industrial/Labour enactments and
Rules made there under or any other Act or Law of the Central/State Government as
applicable from time to time. Incase ARCI in curs any liability towards payment of any dues,
compensation, cost of any other liability of any kind what so ever, due to non-fulfillment of
statutory provision sunder any industrial/labour laws by the contractor, the same shall be
made good by the contractor and ARCI shall have full right to recover and claim the same
against the contractor from his outstanding bills or otherwise. No Labour to stay at site.
9.2 The contractor will be expected to employ on the work only his regular skilled employees
22
with experience of this particular work. The permission of ARCI must be obtained before
trades men are recruited locally for the work. No female labour shall be employed in dark
hours/i.e. hours prohibited under the applicable law. No person below the age of eighteen
years shall be employed at any point of
time. The contractor shall pay, to each person, the wages asper minimum Wages Act of the
State Government.
9.3 The hours of work on the site shall be decided by ARCI and contractor shall adhere to the
same.
9.4 All contractors’ employees shall wear safety shoes, helmet, goggles, hand gloves, nose mask
sand any other required personal protection equipment such identifications marks as may
be provided by contractor on worksite and duly approved by ARCI.
9.5 All notices displayed on the site and any instructions issued by ARCI shall be strictly adhered
to by the Contractor’s and/or his sub-contractors employees.
9.6 The contractor shall be required to maintain employment records as covered in relevant Acts
and produce documentary evidence to the effect that he has discharged his obligation
sunder the Employees Provident Fund Act 1952, and ESI Act, 1948, if applicable, Group
Insurance and other Acts for the work men working at site to wards safety ,statutory
regulations and insurance aspects applicable as per latest government (central &state)acts.
10.0 Insurance
10.1 The Contractor shall provide, in the joint names of ARCI and the Contractor, Insurance cover
from the Start Date to the completion of work and handing over to the owner for the amounts
and deductibles stated in the Contracted Amount for the following events which are due to
the Contractor’s risks and shall be covered under respective policies asunder:
(a)Contractor’s All Risk Policy for all deputed skilled manpower of 2nos as per labour act and
the insurance policy should be valid till the end of contract period, per person Rs.5 lakhs per
occurrence and should be renewed after each occurrence. i.e. minimum value of Rs.10 lakhs
for 2 persons.
b)The Insurance policy should be from Govt Insurance company.
10.2 PoliciesandcertificatesforinsuranceshallbedeliveredbytheContractor to ARCI, for approval
be for the Date of Start of work i.e., date of execution of the contract. All such insurance shall
provide for compensation to be payable in the types and proportions of currencies required
to rectify the loss or damage incurred.
10.3 If the Contractor does not provide any of the policies and certificates required, ARCI may affect the insurance which the Contractor should have provided and recover the premiums ARCI has paid, from the contractor bills. Otherwise due to the Contractor or if no payment is due, the payment of the premiums shall be a debt due. The cost of premium will be deducted from the contractor’s bill, if at any time the work remains uninsured, irrespective of whether the policy is obtained by ARCI.
23
10.4 Alterations to the terms of the insurance shall not be made without the approval of ARCI.
10.5 Both parties shall comply with the conditions in the insurance policy.
10.6 All policies shall be submitted to the owner before there lease of the1stbill.
11.0 Particular attention is drawn to the following
11.1In case of accident ,ARCI shall be informed in writing forth with and First-Aid, Hospitalization
shall be provided by the Contractor. The contractor shall strictly follow regulations laid down
by Govt. and State authorities in this regard and all cases are to be defended By the
Contractor .ARCI shall not entertain any insurance
11.2.No compensation from ARCI on any Account
11.3 In case of accident ,contractor should take care of their employees as per labour accident
policy.
12.0 Order acceptance:
The successful bidder, on award of contract/order, must send the contract/order acceptance in
writing, within 15 days of award of contract / order failing which the Binding on all parties.
24
PART-A (TECHNICAL SPECIFICATIONS FOR BOQ ITEMS)
(To be quoted and submitted only in cover-3
(Financial Bid) as per BOQ
25
ITEM WITH SPECIFICATION
S.NO Item Code Specification
1 305004049 ROOM AIR CONDITIONERS (1.OTR TO 2.OTR) Annual Comprehensive Maintenance of Room Air conditioners of Window type (1TR TO2TR of all makes /models) including all types of spares and consumables, closing of the A.C'S gaps ,transportation, Preventive maintenance ,once in three months, breakdown and emergency break down ,including all types of parts replacement except only body, repairing /replacement of new compressor, condenser coil ,grill ,charging of gas ,required for maintaining of the air conditioners to keep them in working condition is in the scope of contractor.
2 305004050 SPLIT AIR CONDITIONERS (1.OTR TO 2.OTR) Annual Comprehensive Maintenance of split Air conditioners/multi split/Invertor Model air conditioners(1.0TR TO 2.0TR of all makes /models) including all types of spares and consumables except body ,replacement of remote cells, Remotes/remote PCB ,transportation, Preventive maintenance ,once in three months, breakdown and emergency break down ,including repairing /replacement of new compressor, Fan motors, condenser coil, Evaporator coils, flaps, drain pipe, charging of gas ,canvas work and all type of parts Except body required for maintaining of the air conditioners and water servicing of outdoor units to keep them in working condition is in the scope of contractor.
3 305004051 CASSETTE AIR CONDITIONERS (2.OTR TO 4.OTR) Annual Comprehensive Maintenance of Cassette Air conditioners(2.0TR TO 4TR of all makes /models) including all types of spares and consumables except body ,replacement of remote cells, Remotes/remote PCB ,transportation, Preventive maintenance ,once in three months, breakdown and emergency break down ,including repairing /replacement of new compressor, Fan motors, condenser coil, Evaporator ,Drain motors, flaps, drain pipe, drain motor, charging of gas ,canvas work required for maintaining of the Cassette air conditioners and water
26
servicing of outdoor units to keep them in working condition is in the scope of contractor
4 305004052 PACKAGE A.C'S (5.OTR TO 7.5TR) Annual Comprehensive Maintenance of Package Air conditioners(-5.OTR to 7.5 TR of all makes /models) including all types of spares and consumables except body ,,transportation, Preventive maintenance ,once in three months, breakdown and emergency break down ,including repairing /replacement of new compressor, Fan motors, contactors, remote controller, drain pipe, charging of gas ,canvas work, including all types of parts except body required for maintaining of the package air conditioners and water servicing of outdoor units to keep them in working condition is in the scope of contractor
27
PRICE SCHEDULE UNDER AMC Works
Part-A
28
PRICE SCHEDULE UNDER AMC works-Part-A
S.NO DESCRIPTION QTY UNIT SASAC/HAC NO N
ITEM WISE BASIC RATE
GST ON
BASIC RATE
TOTAL AMOUNT WITH GST
1 Item code: 305004049 Annual Comprehensive Maintenance of Room Air conditioners of Window type (1TR TO 2TR of all makes /models) including all types of spares and consumables, closing of the A.C'S gaps ,transportation, Preventive maintenance ,once in three months, breakdown and emergency break down ,including all types of parts replacement except only body, repairing /replacement of new compressor, condenser coil ,grill ,charging of gas ,required for maintaining of the air conditioners to keep them in working condition is in the scope of contractor.
10 NOS
2 Item code: 305004050 Annual Comprehensive Maintenance of split Air conditioners/multi split/Invertor Model air conditioners(1.0TR TO 2.0TR of all makes /models) including all types of spares and consumables except body ,replacement of remote cells, Remotes/remote PCB ,transportation, Preventive maintenance ,once in three months, breakdown and emergency break down ,including repairing /replacement of new compressor, Fan motors, condenser coil, Evaporator coils, flaps,
291 NOS
29
drain pipe, charging of gas ,canvas work and all type of parts Except body required for maintaining of the air conditioners and water servicing of outdoor units to keep them in working condition is in the scope of contractor.
3 Item code: 305004051 Annual Comprehensive Maintenance of Cassette Air conditioners(2.0TR TO 4TR of all makes /models) including all types of spares and consumables except body ,replacement of remote cells, Remotes/remote PCB ,transportation, Preventive maintenance ,once in three months, breakdown and emergency break down ,including repairing /replacement of new compressor, Fan motors, condenser coil, Evaporator ,Drain motors, flaps, drain pipe, drain motor, charging of gas ,canvas work required for maintaining of the Cassette air conditioners and water servicing of outdoor units to keep them in working condition is in the scope of contractor
13 NOS
4 Item code: 305004052 Annual Comprehensive Maintenance of Package Air conditioners(-5.OTR to 7.5 TR of all makes /models) including all types of spares and consumables except body ,,transportation, Preventive maintenance ,once in three months, breakdown and emergency break down ,including repairing /replacement of new compressor, Fan motors, contactors, remote controller, drain pipe, charging of gas ,canvas work, including all types of parts except body required for maintaining of the
6 NOS
30
package air conditioners and water servicing of outdoor units to keep them in working condition is in the scope of contractor
PART-B (PRICE SCHEDULE FOR RATE CONTRACT FOR INSTALLATION
/REINSTALLATION AND OTHER ASSOCIATED WORKS –NOT COVERED
UNDER AMC)
(To be quoted and submitted only in cover-2 (Technical Bid)
31
PRICE SCHEDULE FOR RATE CONTRACT FOR INSTALLATION /REINSTALLATION AND OTHER
ASSOCIATED WORKS –NOT COVERED UNDER AMC
S.NO DESCRIPTION QTY UNIT SASAC/HAC NO N
ITEM WISE BASIC RATE
GST ON BASIC RATE
TOTAL AMOUNT WITH GST
1 Item code-305004054 Removing of window Air conditioner(1.0tr to 2.0tr) including transportation with in the campus ,Labour charges etc complete
5 NOs
2 Item code-305004055 Re-fixing of window Air conditioner(1.0tr to 2.0tr) including transportation with in the campus ,Labour charges etc complete
5 NOS
3 Item code-305004056 Removing of split Air conditioner(1.0Trto2.0Tr) including indoor and outdoor unit with copper tube and drain pipe, etc including transportation with in the campus ,Labour charges etc complete
13 NOS
4 Item code-305004057 Re-Installation and Commissioning of split air conditioner (1.0Tr to 2.0Tr) including transportation with in the campus ,labour charges etc complete.
13 NOS
32
S.NO DESCRIPTION QTY UNIT SASAC/HAC NO
N
ITEM WISE BASIC RATE
GST ON BASIC RATE
TOTAL AMOUNT WITH GST
5 Item code-305004058
Supply and fixing of 5/8” &3/8” copper tube with foam including transportation labour charges etc complete.
25 RM
6 Item code-305004059
Supply and fixing of 1/2” &1/4” copper tube with foam including transportation labour charges etc complete.
25 RM
7 Item code-305004060
Supply and fixing of 2.5sq core copper cable including transportation labour charges etc complete
25 RM
8 Item code-305004061
Supply and fixing of 25mm dia PVC drain pipe including transportation labour charges etc complete
25 RM
9 Item code-305004062
Supply and charging of GAS (R22 /R32/R410/Other gases) including labour charges, transportation etc complete.
20 kg
33
S.NO DESCRIPTION QTY UNIT SASAC/HAC NO
N
ITEM WISE BASIC RATE
GST ON BASIC RATE
TOTAL AMOUNT WITH GST
10 Item code-305004063
Suplly and fixing of out door unit stands ,labour and transportation etc complete.
10 SETS
11 Item code-305004064
Supply and fixing of only Indoor splitair conditioner unit-1.0tr to 2.tr (Voltas/carrier/godrej/blue star/whirl pool/LG/Hetacchi) including transportation ,labour charges removing of old A.C etc complete
5 NOS
Note: (I) Apart from excel BOQ supplier need to provide prices for the above items (Part A) separately as per the “Rate contract items
documents (Part B)” in Technical Bid.
(ii) Price bid evaluation will be done as per the excel BOQ (Part A) and the prices of the other items (Part B) are called for reference
purpose only. Supplier should fill the prices of other items and upload along with the price bid.
34
Declaration by the Vendor
(to be provided in the following format in their letter head)
It is hereby declared that I/We the undersigned, have read and examined all the terms and
conditions of GCC, SCC, Scope of work, BOQ technical specifications, Time frame, manpower
deployment along with minimum qualification & minimum wages and their EPF &ESI, Bonus
calculation, Insurances, LD Clause, etc. of the tender document for which I/We have signed
and submitted the tender under proper authorization. It is also certified that all the terms and
conditions of the tender document are fully acceptable to me/us and I/We will abide by the
conditions of the tender. We have not given any printed conditions beyond the scope of this
tender. It is also certified that I/We/our firm has no objection in signing the contract if the
opportunity for the work against this tender is given to me/us.
Date:
Signature:
Name:
Address:
Designation:
On behalf of:
35
CHECK LIST
BIDDER HAS TO FILL IN THE CHECK LIST GIVEN BELOW
(Following documents are to be submitted online and manual as part of Technical Bid.
Bidders are requested to state Yes / No against each column)
Sl. No
Document to be Submitted Online Submission
Manual Submission
1.
Copies of Authorized service provider or Original Equipment Manufacturers for at least one of the reputed Brands of air conditioners.
2. Copies of PF and ESI registrations from concerned statutory authorities
3. Copy of Permanent Account Number (PAN) card and copy of latest Income Tax returns for last three years submitted along with proof of receipt.
4 Proof of one similar nature of AMC works executed during last 05(Five) years
5 Proof of similar executed nature of AMC works for last 05 (seven) years as below: a) One similar work above Rs.7.18Lakhs b) Two similar works above Rs.5.38 Lakhs c) Three similar work above Rs.3.59 Lakhs
6 Details of value of AMC works (turnover) executed in each year during the last 05 (five) years completion certificates in support of annual turnover in AMC works
7 Work completion certificates in support of satisfactory completion of similar works for last three years, issued by officer not below the rank of superintending engineer equivalent grade.
8 GST Registration& service tax registration consultant authorities
9 Tender Processing Fee and E.M.D fee as per detail (scanned copy by online and original by manual)
36
10 Latest copy of Solvency certificate by bank
11 Availability of key personnel, qualification and experience
12 Availability of equipment for testing & commissioning
13 Whether declaration form signed and submitted (scanned copy by online and original by manual)
14. This checklist (scanned copy by online and original by manual)
15. Whether all pages of tender document signed and uploaded
16 Eligibility criteria documents issued by officer not below the rank of superintending engineer.
NOTE: Please ensure all the relevant boxes are marked YES/NO against each column.
IMPORTANT NOTE: Tenderers must ensure that all the required documents indicated
in the Tender documents are submitted without fail. Tenders received without
supporting documents for the various requirements mentioned in the tender
document are liable to be rejected at the initial stage itself.