Академический Документы
Профессиональный Документы
Культура Документы
FOR
Managing Director
Madhya Pradesh Audyogik Kendra Vikas Nigam (I) Ltd., Indore
Tender Document
Thousand Only
Contract Amount
Tender Document
Table of Contents
Section Particulars Page No.
No
Annexure A to M 18-58
Annexure N to W 81-97
2. The Bid Document can be purchased only online from 17:30 on 23.02.2017 to 17:30 on
15.03.2017.
3. Amendments to NIT, if any, would be published on website only, and not in newspaper.
Managing Director
MPAKVN (I) Ltd., Indore
Notice Inviting Tender
Online item rate bids for the following works are invited from the agencies fulfilling
registration criteria :
Sr. Name of work District Probable Earnest Cost of Category of Period of
No (S) Amount money Bid contractor completion
of deposit documen (in months)
contract (EMD) t (in Rs.)
(Rs. In (in Rs.)
lakh)
Operation & Indore 199.09 200000/- 12500/- None 36 Months
1 Comprehensive (MP) (including
Maintenance of rainy
HVAC System season)
Installed at IT
Park Indore
(SEZ) for the
period of 3 year
(36 months)
round the clock
i/c Sunday and
Holiday
1. All details relating to the bid document Can be viewed and downloaded free of cost on the
website.
2. Bid Document can be purchased after making online payment of portal fees through
Credit/Debit/Cash Card internet banking.
3. At the time of submission of the bid the eligible shall be required to:
i) Pay the cost of bid document
ii) Deposit the Earnest Money
iii) Submit a check list and
iv) Submit an affidavit
Details can be seen in the Bid date sheet.
4. Eligibility For Bidders:
(a) EMD
(b) Experience Certificate for the following :
i. The bidder should have minimum 10 years of experience in the business of HVAC
System as a manufacturer/dealer for supply, installation, testing and commissioning,
operation and maintenance works of HVAC System.
(c) Experience Certificate for the successful completion of following :
i. One work of supply, installation, testing and commissioning or operation & maintenance
of HVAC system having capacity of 1680 TR, in Govt./Semi-Govt./Public undertakings
during last 5 years.
or
ii. Two works of supply, installation, testing and commissioning or operation &
maintenance of HVAC system having capacity of 1050 TR, in Govt./Semi-Govt./Public
undertakings during last 5 years.
or
iii. Three works of supply, installation, testing and commissioning or operation &
maintenance of HVAC system having capacity of 630 TR, in Govt./Semi-Govt./Public
undertakings during last 5 years.
(d) The bidder should have minimum average annual turnover Rs. 1.00 cr. in last 3 financial
years (i.e. 2013-14, 2014-15 and 2015-16).
(e) PAN Card
(f) Service Tax Registration
(g) EPF & ESIC Registration
(h) Affidavit for the above submitted documents.
(i) Failure to sign the contract by the selected bidder, for whatsoever reason, shall result in
forfeiture of the earnest money deposit.
5. Pre-Qualification Prequalification conditions, wherever applicable, are given in the Bid data
sheet
6. Special Eligibility Special Eligibility conditions, if any, are given in the bid data sheet.
7. The Bid Document can be purchased only online from 17:30 on 23.02.2017 to 17:30 on
15.03.2017. Other key dates may be seen in bid data sheet.
8. Amendments to NIT, if any would be published on website only, and not in newspaper.
Managing Director
MPAKVN(I) Ltd., Indore
SECTION 2
INSTRUCTIONS TO BIDDERS (ITB)
1. Scope of Bid
Operation & Comprehensive Maintenance of HVAC System Installed at IT Park Indore (SEZ) for
the period of 3 year (36 months) round the clock i/c Sunday and Holiday.
General Quality of Work:
The work shall have to be executed in accordance with the technical specifications specified in
the bid data sheet/ contract data, and shall have to meet high standards of workmanship, safety
and security of workman and works complying statutory laws relating to such type of work.
2. Procedure for Participation in E-Tendering
The Procedure for Participation in E-Tendering is given in the bid data sheet.
3. One Bid Per Bidder
3.1 The bidder can be individual entity or a joint venture (if permitted as per bid data sheet). In
case the J.V. is permitted, the requirement of joint venture shall be as per the bid data sheet.
3.2 No bidder shall be entitled to submit more than one bid whether jointly or severally. If he does
so, all bids wherein the bidder has participated shall stand disqualified.
4. Cost of bidding
The bidder shall bear all costs associated with the preparation and submission of his bid, and no
claim whatsoever for the same shall lie on the government.
5. Site visit and examination of works
The bidder is advised to visit and inspect the site of works and its surrounding and obtain for
itself on its own responsibility all information that may be necessary for preparing the bid and
entering into a contract for construction of the work. All costs in this respect shall have to be
borne by the bidder.
A. Bid Document
6. Content of bid documents
The bid document comprises of the following document:
1. NIT with all amendments
2. Instructions to Bidders, Bid data Sheet with all annexure
3. Conditions of contract:
i) Part I General Conditions of Contract and the contract data with all annexure; and
ii) Part II Special Conditions of Contract.
4. Specifications
5. Drawings
6. Priced Bill of Quantities
7. Technical and Financial bid
8. Letter of Acceptance
9. Agreement, and
10. Any other documents, as specified
7. The bidder is expected to examine carefully all instruction, conditions of contract, the contract
data, forms, terms and specifications, bill of quantities, forms and drawing in the Bid Document.
Bidder shall be solely responsible for his failure to do so.
8. Pre-Bid Meeting (Where applicable)
Wherever the bid data sheet provides for pre-bid meeting:
8.1 Details of venue, date and time would be mentioned in the Bid Data Sheet. Any change in the
schedule of pre-bid meeting would be communicated on the website only, and intimation to
bidders would not be given separately.
8.2 Any prospective bidder may raise his queries and/or seek clarifications in writing before or
during the pre-bid meeting. The purpose of such meeting is to clarify issues and answer
questions on any matter that may be raised at that stage. The Employer may, at his option,
give such clarifications as are felt necessary.
8.3 Minutes of the Pre-bid meeting including the gist of the questions raised and the responses
given together with any response prepared after the meeting will be hosted on the website.
8.4 Pursuant to the pre-bid meeting of the Employer deems it necessary to amend the Bid
Document; it shall be done by issuing amendment to the online NIT.
9. Amendment of Bid Document
9.1 Before the deadline for submission of bids, the Employer may amend or modify the
Bid document by publication of the same on the website.
9.2 All amendments shall form part of the Bid document.
9.3 The Employer may, at its discretion, extend the last date for submission of bids by
publication of the same on the website.
B. Preparation of Bid
10. The bidders have to prepare their bids online, encrypt their Bid Data in the Bid Forms and
submit Bid Seals (Hashes) of all the envelopes and documents related to the Bid required to be
uploaded as per the time schedule mentioned in the key dates of the Notice Inviting e-Tenders
after signing of the same by the Digital Signature of their authorized representative.
11. Documents Comprising the Bid
The bid submitted online by the bidder shall be in the following parts:
Part-1 This shall be known as online Envelope A and would apply for all bids. Online Envelope
A shall contain the following as per details given in the Bid Data Sheet:
i) Registration number or proof of application for registration and organizational details in
format given in the Bid Data Sheet.
ii) Payment of the cost of Bid Document:
iii) Earnest Money; and
iv) An affidavit duly notarized.
Part 2- This shall be known as online Envelope B and required to be submitted only in
works where pre-qualification conditions and/or special eligibility conditions are
stipulated in the Bid Data Sheet. Online Envelope B shall contain a self- certified sheet
duly supported by documents to demonstrate fulfilment of pre-qualification conditions.
Part 3 This shall be known as online Envelope C and would apply to all bids. Envelope
C shall contain financial offer in the prescribed format enclosed with the Bid Data Sheet.
12. Language
The bid as well as all correspondence and documents relating to the bid exchanged by the
Bidder and the Employer shall be in English or Hindi. Supporting documents and printed
literature that are part of Bid may be in another language provided they are accompanied by an
accurate translation of the relevant passages in English. In such case, for the purposes of
interpretation of the bid, such translation shall govern.
13. Technical Proposal
13.1 Only, in case of bids with pre-qualification conditions defined in the Bid Data Sheet,
The Technical Proposal shall comprise of formats and requirements given in the Bid
Data Sheet.
13.2 All the documents / information enclosed with the Technical Proposal should be
Self-attested and certified by the bidder. The Bidder shall be liable for forfeiture of his
earnest money deposit, if any document / information are found false/fake untrue
before acceptance of bid. If it is found after acceptance of the bid, the bid sanctioning
authority may at his discretion forfeit his performance security/ guarantee, security
deposit, enlistment deposit and take any other suitable action.
E. Award of Contract
20. Award of Contract
The Employer shall notify the successful bidder by issuing a Letter of Acceptance (LOA) that his
bid has been accepted.
21. Performance Security
21.1 Prior to signing of the contract the bidder to whom LOA has been issued shall have to
furnish performance security of the amount in the form and for the duration, etc. as
specified in the Bid Data Sheet.
21.2 Additional performance security, if applicable, is mentioned in the bid data sheet and
shall be in the form and for the duration, etc. similar to Performance Security.
******(End of ITB)******
Bid Data Sheet
General
Sr. Particulars Date
No.
Managing Director, M.P. Audyogik Kendra Vikas
1 Office inviting tender
Nigam (Indore) Ltd.
2 NIT No. 2501
3 Date of NIT 21.02.17
Bid documents download available
4 17:30 on 23.02.2017
from date & time
5 Website link http:// www.mpeproc.gov.in
Section 1 NIT
Clause
Referenc Particulars Date
e
2 Portal fees As per prevailing rates for E-tendering
Cost of bid document Rs 12500/- only
Cost of bid document payable
Online
3 at
Cost of bid document in favor
Managing Director, MPAKVN(I)Ltd, Indore
of
4 Affidavit format Annexure B
Pre- qualification required No
5
If yes, details Annexure C
6 Special Eligibility NO
7 Key dates Annexure A
Section 2 ITB
Clause Particulars Date
Reference
Name of work Operation & Comprehensive Maintenance of HVAC
System Installed at IT Park Indore (SEZ) for the
1
period of 3 year (36 months) round the clock i/c
Sunday and Holiday
2 Specifications Annexure E
Procedure for Participation in
3 Annexure F
e-tendering
Whether joint venture is
NO
allowed
4
If yes, requirement for joint
Annexure G (NOT APPLICABLE)
venture
Pre bid meeting to be held No
9 Date
If yes, date, time & place Time from NOT APPLICABLE
Place
Clause Particulars Date
Reference
Envelope-A containing: Original term deposit receipt of earnest money
i. Registration number or deposit, demand draft for the cost of bid document
proof of application for and affidavit along with technical bid (Envelop B)
registration and shall be submitted by the bidder so as to reach the
organization details as office of the Managing Director, M.P. Audyogik Kendra
per Annexure H Vikas Nigam (Indore) Ltd. By 5:30 PM on 20.03.2017
12 ii. Cost of Bid Document
iii. EMD
iv. An affidavit duly
notarized as per
annexure B
v. Should reach in
physical form
Envelope-B Technical Annexure I and
14
Proposal Annexure I (Format I-1 to I-5)
Envelope-C Financial Bid Annexure J
15 Materials to be issued by the
Annexure K (Not applicable)
department
16 Period of validity of Bid 120 days
KEY DATES
AFFIDAVIT
(To be contained in Envelope A)
(On Non judicial Stamp of Rs.100)
I/we am/are fully responsible for the correctness of following self-certified information/documents
and certificates:
1. That the self-certified information given in the bid document is fully true and authentic.
2. That:
a. Term deposit receipt deposited as earnest money, demand draft for cost of bid document
and other relevant document provided by the Bank are authentic.
b. Information regarding financial qualification and annual turnover is correct.
c. Information regarding various technical qualifications is correct.
3. No close relative of the undersigned and our firm/ company is working in the department.
OR
Following close relatives are working in the department:
Name______________________Post__________________________Present Posting____________________________
Note: Affidavit duly notarized in original shall reach at least one calendar day before opening of the bid.
Annexure C
(See clause 5 of section 1 NIT)
Pre-Qualification Criteria
1
Annexure D
(See clause 6 of Section 1 NIT)
( NOT APPLICABLE)
A. :______________________________________________________
Note: above criteria are indicative, subject to suitable stipulations by the department and specific Bid
Annexure E
(See clause 2 of section 2 ITB & clause 10 of GCC)
Specifications
Annexure-F
(See clause 3 of section 2 ITB)
(NOT ALLOWED)
Note:
In case of partnership firm and limited company certified copy of partnership deed/articles of
association and Memorandum of association along with registration certificate of the company
shall have to be enclosed.
Note:
1. Technical Proposal should be uploaded duly page numbered and indexed.
2. Technical proposal uploaded otherwise will not be considered.
Annexure I (Format:I-1)
(See clause 14 of section 2- ITB)
NA
B. Physical Requirement:
Execution of similar items of work in any one financial year during the last 3 financial years
should not be less than the minimum physical requirement fixed for the work.
Sr. Particulars Actual Quantity Executed
No.
Year-1 Year-2 Year-3
Physical qualification required
NA
1
Note:
1. Certificate duly signed by the employer shall be enclosed for the actual quantity
executed in any one year during the last 3 financial years.
Annexure I (Format: I-2)
(See clause 14 of section -2 ITB)
Annual Turnover
Requirement:
Average annual turnover against HVAC business not less than 50% of the probable amount of
contract during the last 3 financial years;
To be filled in by the contractor:
Financial Payments received for contracts in progress or
Year completed
1
2
3
Note:
i. Annual turnover of construction should be certified by the chartered Accountant.
ii. Audit balance sheet including all related notes, and income statements for the above financial
years to be enclosed
Bid Capacity
Applicants who meet the minimum qualifying criteria in the evaluation as stated above are to be
evaluated further for bid capacity as under:
Where
A= Maximum value of civil engineering works executed in any one year during the last five
year (10% weightage per year shall be given to bring the value of work executed at
present price level)
B= Proposed contract period in years.
C= Amount of work in hand at present.
5 4 3 2 1 Sr. No
Reliever Helper Technician/ Operator Supervisor Key Position
Electrician
Holidays.
2 6 2 4 2 Minimum
requirement
ITI/10th 8th ITI ITI/10th Diploma/ITI Qualification
25 25 25 25 35 Age
Minimum Requirement
Total work
Experience
Sr. No
Name of
Personnel
Key Position
Qualification
List of Technical Personnel for the Key Positions
Age
Similar work
experience
Available with the Bidder
working hrs. for all the depute personnel is 365 days round the clock including Sunday and
An Engineer will have to visit quarterly with his team for through inspection of plant & the
Total work
(See clause 14 of section -2 ITB & clause 6 of GCC)
Annexure I (Format: I-3)
Experience
Annexure I (Format: I-4)
(See clause 14 of section -2 ITB)
2 VOLTEMETER 1
3 TONG TESTER 1
4 MEGGAR 5000Volts 1
Annexure I (Format: I-5)
(See clause 14 of section -2 ITB)
4 TOOL KIT 2
FINANCIAL BID
(To be contained in Envelope-C)
Name of Work:- Operation & Maintenance of DG System (5x1500 KVA DG sets) installed
at IT Park, Indore (SEZ) for the period of 3 years (36 months).
I/we hereby bid the for the execution of the above work within the time specified at the rate (in
figure)__________________ (in words)____________________________ percent below / above or at per
based on the Bill of Quantities and item wise rates given therein all respects and in
accordance with the specifications, designs, drawings and instruction in writing in all respects
in accordance with such conditions so far as applicable. I/we have visited the site of work and
am/are fully aware of all the difficulties and conditions likely to affect carrying out the work.
I/we have fully acquainted myself / ourselves about the conditions in regard to accessibility of
site and quarries / kilns, nature and the extent of ground, working conditions including stacking
of materials, installation of tools and plant conditions effecting accommodation and movement
of labour etc. required for the satisfactory execution of contract.
Should this bid be accepted, I/we hereby agree to abide by and fulfill all the terms and
provisions of the said conditions of contract annexure hare to so far as applicable, or in default
thereof to forfeit and pay to the Governor of Madhya Pradesh or his successors in office the
sums of money mentioned in the said conditions.
Note:
i. Only one rate of percentage above or below or at par based on bill of quantities and item
wise rates given therein shall be quoted.
ii. Percentage shall be quoted in figures as well as in words. If any difference in figures and
words is found lower of the two shall be taken as valid and correct rate. If the bidder is
not ready to accept such valid and correct rate and declines to furnish performance
security and sign the agreement his earnest money deposit shall be forfeited.
iii. In case the percentage above or below is not given by a bidder, his bid shall be
treated as non-responsive.
iv. All duties, taxes, and other levies payable by the bidder shall be including in the
percentage quoted by the bidder.
Signature of Bidder
Name of Bidder
The above bid is hereby accepted by me behalf of the MPAKVN (INDORE) LTD dated the ________
Day of ______________20_____
Signature of Officer by whom accepted
Annexure K
(See clause 15 of section 2 ITB)
No.______________________ Dated:_________________
To,
M/s_______________________
(Name and address of the contractor)
Performance Security
To,
______________________(Name of Employer
______________________
______________________(Address of Employer
* An amount shall be inserted by the Guarantor, representing the percentage the contract Price specified in the
Contract including additional security for unbalanced Bids, if any and denominated in Indian Rupees.
SECTION 3
Conditions of Contract
Part- I General Conditions of Contract (GCC)
Table of Clauses of GCC
Clause Particulars Clause Particulars
No. No.
A. General
Definitions Payments for Variations and / or Extra
1 21
Quantities
B. Time Control
13. Programme
13.1. Within the time stated in the Contract Data, the Contractor shall submit to the
Engineer for approval a Programme showing the general methods, arrangements,
order and timing for all the activities for the construction of works.
13.2. The program shall be supported with all the details regarding key personnel, equipment
and machinery proposed to be deployed on the works for its execution. The contractor
shall submit the list of equipment and machinery being brought to site, the list of key
personnel being deployed, the list of machinery/equipment being placed in field
laboratory and the location of field laboratory along with the Programme.
13.3. An update of the Programme shall be a programme showing the actual progress
achieved on each activity and the effect of the progress achieved on the timing of the
remaining Works, including any changes to the sequence of the activities.
13.4. The Contractor shall submit to the Engineer for approval an updated programme at
intervals no longer than the period stated in the Contract Data. If the Contractor does
not submit an updated Programme within this period, the Engineer may withhold
the amount stated in the Contract Data from the next payment certificate and continue
to withhold this amount until the next payment after the date on which the overdue
Programme has been submitted.
13.5. The Engineer's approval of the Programme shall not alter the Contractors obligations.
14. Extension of Time
14.1. If the Contractor desires an extension of time for completion of the work on the ground
of his having been unavoidably hindered in its execution or on any other grounds, he
shall apply, in writing, to the Engineer-in-charge, on account of which he desires such
extension. Engineer-in-Charge shall forward the aforesaid application to the Competent
Authority as prescribed.
14.2. The competent authority shall grant such extension at each such occasion within a
period of 30 days of receipt of application from contractor and shall not wait for
finality of work. Such extensions shall be granted in accordance with provisions
under clause- 15 of this agreement.
14.3. In case the work is already in progress, the Contractor shall proceed with the execution
of the works, including maintenance thereof, pending receipt of the decision of the
competent authority as aforesaid with all due diligence.
******(End of GCC)******
Contract Data
Drawings
Annexure-O
(See clause 15 of section 3 GCC)
The decision of MANAGING DIRECTOR shall be final and binding upon both the parties.
Annexure-Q
(See clause 17 of section 3 GCC)
NOT APPLICABLE
Annexure-R
(See clause 31 of section 3 GCC)
Price Adjustment
NOT APPLICABLE
The formulas for adjustment of price are as follow:
R= Value of work as defined in Clause 31.2(3) of General Conditions of Contract
Weightages* of component in the work
Sr. Component Percentage of component in the
No work
1 Cement Pc
2 Steel Ps
3 Bitumen- Pb
4 POL - Pf
To
______________________(Name of Employer)
_______________________(Address of Employer)
_______________________(Name of Contractor)
In accordance with the provisions of the General Conditions of Contract, clause 31 ("Mobilization and
Construction Machinery Advance") of the above-mentioned contract __________________[name and address
of Contractor] (hereinafter called the Contractor") shall deposit with ______________ [name of Employer]
a bank guarantee to guarantee his proper and faithful performance under the said Clause of the
Contract in an amount of _______________[amount of Guarantee]*_________________(in words).
We, the _______________[bank of financial institution], as instructed by the Contractor, agree
unconditionally and irrevocably to guarantee as primary obligator and not as surety merely, the
payment to _________________[name of Employer] on his first demand without whatsoever right of
obligation on our part and without his first claim to the Contractor, in the amount not exceeding
____________[amount of guarantee]* ___________________________[in words].
We further agree that no change or addition to or other modification of the terms of the Contractor or
Works to be performed there under or of any of the Contract documents which may be made between
__________________[name of Employer] and the contractor, shall in any way release us from any liability
under this guarantee, and we hereby waive notice of any such change, addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment under the
Contract until _________________ [name of Employer] receives full repayment of the same amount from the
Contractor.
Yours truly,
Signature and seal :_______________________________________
Name of Bank/Financial Institution:______________________
Address:____________________________________
Data:_____________________________________
* An amount shall be inserted by the bank or financial institution representing the amount of the
advance payment, and denominated Indian Rupees.
Annexure-T
(See clause 33 of section 3 GCC)
Name of Works:
Agreement No._______________________________________________________Date_________________________________
Name of Agency:_____________________________________________________________________________________________
Used MB No.____________________________________________________________________
Certified that the above mentioned work was physically completed on___________________________(date)
And taken over on _____________________(date) and that I have satisfied myself to best of my ability that the
work has been done properly.
Date of issue
Executive Engineer
Annexure V
(See clause 35 of section 3-GCC)
Name of Works:
Agreement No._______________________________________________________Date_________________________________
Amount of Contract Rs._________________________________________________
Name of Agency:_____________________________________________________________________________________________
Used MB No.____________________________________________________________________
Certified that the above mentioned work was physically completed on___________________________(date)
And taken over on _____________________(date)
Agreement amount Rs.___________________________
Final Amount paid to contractor Rs___________________
I have satisfied myself to best of my ability that the work has been done properly
Date of issue
Executive Engineer
Annexure W
(See clause 39 of section 3-GCC)
1. Up keep of the plant room equipments. However, daily cleaning of the plant room, shall not
be in agencys scope as for this purpose housekeeping agency is already there.
2. Preventive maintenance of the equipments.
3. To operate the system as per the schedule given by competent authority of CRYSTAL IT
PARK.
4. To record readings in the format given in the logbooks (provided by In-charge of CRYSTAL
IT PARK).
5. Checking overheating of motors, starters, cables etc.
6. Make up and overflow of cooling towers.
7. Operation of chiller pumps, cooling towers, thermal storage system
8. Reporting abnormalities noticed to the Utility In charge and take action as per their advice.
9. Checking of oil level in gearbox of cooling tower.
10. Cleaning of cooling tower basin quarterly, however necessary shut down for it to be arranged
by Crystal IT Park
11. Agency will co-ordinate and carry out the work during annual shut downs with other agencies
However, all necessary materials to be provided by ETA.
12. The operating staff will be provided with dress and also one set of general tools, tackles,
pocket thermometer etc. to be kept at site.
B. OPERATION OF AHUs
1. Up keep of the plant room equipments. However, daily cleaning of the plant room, shall not
be in agencys scope as for this purpose housekeeping agency is already there.
2. To operate the equipment as per the schedule given by Crystal IT Park
3. To record readings in the format given in the log books (provided by In-charge of Crystal IT
Park
4 Checking overheating of motors, starters, cables etc.
5. Alignment checks and tightening of bolts as per schedule / instructions.
1. Always be alert for attending to all break down calls as and when required.
2. Repairing/replacement of damaged parts as and when required/reported.
3. Quarterly servicing of motor starters.
4. Half yearly cleaning of Y-strainers for condenser water systems
5. Yearly cleaning of Pot- strainers for chilled water system
6. Checking for abnormal vibration/noise in pumps and take corrective measures.
7. Quarterly checking of drain pipe of AHUs as and when required.
8. Yearly cleaning of cooling coil with chemical
9. Yearly de-scaling/ brushing of the condenser of chiller. However, we suggest that the water
quality should be maintained by concern agency.
10. Yearly overhauling of pumps including greasing impeller cleaning, alignment, bush inspection
wear and tear and replace if required.
11. Attending to the plant when call upon by client
12. Half-year de-scaling/ cleaning of condensers, cooling coils and cleaning of chillers if found
necessary.
13. Repairing/ overhauling the components of the equipments at site/in our service station, when
found necessary.
14. All the joints of refrigeration system should be checked once in six months at least and any
leakage found should be sealed off forthwith and topping up of the refrigeration should be done
immediately.
15. Lubricating the bearings of motors, pumps and fans, when found necessary and this should be
done in every six months duration.
16. Quarterly inspecting belts, adjusting of tension and replacing worn out belts.
17. All repair/maintenance of any service boards /panels related to HVAC and its auxiliaries will be
covered under AMC.
18. Any leakage in coils / evaporator tubes to be replaced by us and cover under AMC.
19. General operation and maintenance of ducting network and thermal storage system is also
covered in this.
20. Replacement of any part and material will be supplied by ETA free of cost & cover under
maintenance contract.
S.T.P. BUILDING 2
23 Axial Exhaust fan 1.5 KW basement 4
24 Axial Exhaust fan 7.5 KW basement 2
25 Jet Fan 0.25 KW Car Park basement 6
26 Toilet Exhuast Fan L.H.S.-01 L.H.S.-02 1.5 KW 2
27 Toilet Exhuast Fan R.H.S.-01 R.H.S.-02 1.5 KW 2
28 Autrium Fan R.H.S.01 L.H.S.02 1.5 KW 2
29 Lift fAN (R.H.S.01, R.H.S.02 ) Pressuration Fan 2.2 KW 2
30 Lift (L.H.S.01, L.H.S.02 ) Presssuration FAN 2.2 KW 2
31 Staircase Pressurization fan 1& 2 - 3.7KW 2
EXCLUSIONS
1 All civil work of any nature such as carpentry, masonry, false ceiling etc.
2 Any piping, ducting or insulation work.
3 Any design changes, modification on the existing system installed at site.
4 Provision of specialized tools and tackles. However, the agency shall provide one set of general
tools.
5 Insurance for the equipment.
6 Any work on main incoming cable, switch etc.
7 Supply of Cooling Tower Fills.
8 Replacement of Compressor, Motors, Chiller, Condenser, Cooling Tower as a whole.
9 Regular supply of soft filtered water in the cooling tower & expansion tank.
10 Provision of stabilized power supply of 415 Volts 50 Hz.
11 Safety, Security, watch & ward of the equipments & site.
12 Any equipment not mentioned in Annexure-II
13 Sheet metal parts of any Equipments/AHU etc.
14 Glycol for the system.
SECTION 4
BILL OF QUANTITES (BOQ)
Qty
S.
Item Unit in
No.
month
1 Operation & Comprehensive Maintenance of per 36
HVAC System Installed at IT Park Indore month
(SEZ) for the period of 3 year (36 months)
round the clock i/c Sunday and Holiday as
per the given scope and terms and
conditions of the contract bid document.
Executive Engineer
SECTION 5
AGREEMENT FORM
This agreement, made on the ______________________________ day of _______________ between
___________________ (name and address of employer) (hereinafter called the Employer) and
____________________________ (name and address of contractor) hereinafter called the contractor
of the other part.
Whereas the Employer is desirous that the Contractor execute
__________________________________________ (name and identification number of contractor for the
execution and completion of such works and the remedying of any defects therein, at a cost of
Rs.______________
NOW THIS AGREEMENT WITNESSED as follows:
1. In this Agreement, words and expression shall have the same meanings as per respectively
assigned to them in the conditions of contract hereinafter referred to and they shall be deemed
to form and be read and construed as part of this agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter
mentioned, the contractor hereby covenants with the Employer to execute and complete the
works and remedy any defects therein in conformity in all aspects with the provisions of the
contract.
3. The employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the works and remedying the defects wherein Contract Price or such other sum as
may become payable under the previous of the contract at the times and in the manner
prescribed by the Contract.
4. The following documents shall be deemed to form and be ready and construed as part of this
Agreement viz.
i. Letter of Acceptance
ii. Contractors Bid
iii. Condition of Contract : General and Special
iv. Contract Data
v. Bid Data
vi. Drawings
vii. Bill of Quantities and
viii. Any other documents listed in the Contract Data as forming part of the Contract.
In witness where of the parties here to have caused this Agreement to be executed the
day and year first before written.
The Common Seal of _______________________________________________ was hereunto
affixed in the presence of:
Signed, Sealed and Delivered by the said __________________________________
_____________________________________________ in the presence of:
Binding Signature of Employee______________________________
Binding Signature of Contractor______________________________