Technical Bid SBI INFRA MANAGEMENT SOLUTIONS PVT ......SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (A...

48
Tender No: KOL202003001 Page 1 Technical Bid SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (A Wholly Owned Subsidiary of SBI) CIRCLE OFFICE-KOLKATA Block “D”, 9 th Floor, SamriddhiBhavan, 1, Strand Road, Kolkata 700 001 COMPREHENSIVE AMC FOR 4x 250 TR HVAC PLANT & IBMS AND OPERATION SERVICES CONTRACT FOR SBIL, NEWTOWN, RAJARHAT, KOLKATA-700156 Tender reference No : KOL202003001 Last Date of submission of tenders: 20.03.2020 up to 17:00 Hrs Name of the bidder M/s…………………………………………………… NOTE: THOSE WHO HAD ALREADY APPLIED IN THE PREVIOUS TENDER OF TENDER ID : KOL201912007 NEED NOT APPLY AGAIN.

Transcript of Technical Bid SBI INFRA MANAGEMENT SOLUTIONS PVT ......SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (A...

  • TenderNo:KOL202003001

    Page1

    TechnicalBid

    SBIINFRAMANAGEMENTSOLUTIONSPVT.LTD.(AWhollyOwnedSubsidiaryofSBI)

    CIRCLEOFFICE-KOLKATABlock–“D”,9thFloor,SamriddhiBhavan,

    1,StrandRoad,Kolkata–700001

    COMPREHENSIVEAMCFOR4x250TRHVACPLANT&IBMSANDOPERATIONSERVICES

    CONTRACTFORSBIL,NEWTOWN,RAJARHAT,KOLKATA-700156

    TenderreferenceNo:KOL202003001

    LastDateofsubmissionoftenders:20.03.2020upto17:00Hrs

    NameofthebidderM/s……………………………………………………

    NOTE:THOSEWHOHADALREADYAPPLIEDINTHEPREVIOUSTENDEROFTENDERID:KOL201912007NEEDNOTAPPLYAGAIN.

  • TenderNo:KOL202003001

    Page2

    SBIINFRAMANAGEMENTSOLUTIONSPVT.LTD.

    (AwhollyownedsubsidiaryofSBI)CIRCLEOFFICE,KOLKATA

    9thfloor,Block-D,SamriddhiBhavan,1StrandRoad,Kolkata-700001PhoneNo.033-22436677,e-mail:[email protected]

    -------------------------------------------------------------------------------------------------------------------PRE-QUALIFICATIONOFCONTRACTOR

    SBI Infra Management Solutions Pvt. Ltd. (SBIIMS) on behalf of State Bank of India (SBI) invites

    Expression of Interest in sealed cover offers for Pre-qualification of contractors from eligible

    Companies/Registered Partnership Firms/Proprietary firms having manufacturing unit of Screw

    Chillers within India and Service Setup at Kolkata with sound financial background, required

    experience,technicalexpertise,mechanizedequipment,adequatequalifiedtechnical/skilledpersonnel

    andwhosatisfytheBank’sspecifiedqualificationcriteriaforCOMPREHENSIVEAMCFOR4x250TR

    HVAC PLANT & IBMS AND OPERATION SERVICES CONTRACT FOR SBIL, NEWTOWN,

    RAJARHAT,KOLKATA-700156. The application form, details of eligibility criteria etc. can be

    downloadedfromBank'sweb-sitewww.sbi.co.in under“ProcurementNews”.Corrigendum,ifany,shallbe displayed in the aforesaid Bank’s web-site only. Bank reserves the right to reject any or all the

    proposalswithout assigning any reasons thereof. Bankwill not be liable for the postal or any other

    delay and the offer(s) not received on time will be rejected summarily. Agencies who are already

    empaneledwithSBI,KolkataCircleneedtoapplyafresh.

    Lastdateofsubmissionofoffer:20.03.2020upto17.00Hours.

    Place:KolkataVicePresident&CircleHeadDate:02.03.2020SBIIMS,CircleOffice

  • TenderNo:KOL202003001

    Page3

    NOTICEINVITINGTENDERSTHEVICEPRESIDENTANDCIRCLEHEAD,SBI INFRAMANAGEMENTSOLUTIONSPVTLTD, 9THFLOOR,BLOCK–“D”,SAMRIDDHIBHAVAN,1,STRANDROAD,KOLKATA–700001,INVITESSEALEDTENDERSONBEHALFOFTHESTATEBANKOFINDIAFORCOMPREHENSIVEAMCFOR4x250TRHVAC&IBMSANDOPERATION SERVICES CONTRACT FOR SBIL, NEWTOWN, RAJARHAT,KOLKATA-700156 AS PERATTACHEDSCHEDULE.1. NAMEOFWORK COMPREHENSIVE AMC FOR 4x 250 TR HVAC PLANT & IBMS

    ANDOPERATIONSERVICESCONTRACTFORSBIL,NEWTOWN,RAJARHAT,KOLKATA-700156ASPERFOLLOWINGSCHEDULE

    2. ESTIMATEDCOST Rs.55Lacs(RupeesFiftyfivelacsOnly)

    This amount is exclusive of applicable Goods & Services Tax(GST),whichshallbepaidextraasapplicableonfinalbill.

    2. EARNEST MONEYDEPOSIT

    Rs.55,000.00(RupeesFiftyFiveThousandonly).IntheFormofDemandDraftIssuedByAnyScheduledBankDrawnIn Favour Of “State Bank Institute Of Leadership, Kolkata”PayableAtKolkataWhichShallBeConvertedIntoSecurityDepositForSuccessfulContractor,WhoseTenderIsAccepted.

    3. SECURITYDEPOSIT. Rs.5,00,000/-(RupeesFiveLacOnly)INTHEFORMOFBANKERSCHEQUE/DEMANDDRAFT ISSUEDBYANYNATIONALISEDBANKFAVOURING “State Bank Institute of Leadership, Kolkata”PAYABLEATKOLKATAORBGOFEQUVALENTAMOUNT ISSUEDBYANYNATIONALISEDBANK/SCHEDULEDBANK.DetailsarementionedatPageno.19OfthisNIT

    5. Tender Processing Fee(TPF)

    Rs.3,000/-(RupeesThreeThousandOnly)(Non-Refundable)To Be Credited Through State Bank Collect (SB Collect anEfficientMisReportGenerationTool)Only.TheStepsInvolvedinMaking the Payment Is Provided at Annexure-II. The ReceiptGenerated with Reference No. To Be Submitted Along withTechnicalBid.GSTNumberofContractortoBeMentionedonIt.Contractor Should Submit Tender Processing Fee (TPF)ThroughOnlineModeOnly asMentioned inThis NIT. TPF Inthe Form of Demand Draft (DD) Will Not Be Accepted. SuchTendersWithoutOnlinePaymentReceiptWillBeRejected

    6. DATE & TIME FORAVAILIBILITYOFTENDERDOCCUMENTINWEBSITE

    05.03.2020 To 20.03.2020, Which Can Be Down Loaded fromBank’sWebSitewww.sbi.co.inUnder“ProcurementNews.

    7. ADDRESS ATWHICH THETENDERS ARE TO BESUBMITTED

    Deputy General Manager (Administration), State BankInstitute of Leadership, Ashoka Bhawan (Admin Block), 2NDFloor,PlotNo.IIF/2,StreetNo.329,ActionAreaII,Newtown,Rajarhat,Kolkata700156

    8. LAST DATE & TIME OFRECEIPTOFTENDERS

    20.03.2020UpTo5.00PM

    9. DATE AND TIME OFOPENING TENDERS(TechnicalBid)

    21.03.2020(Saturday)at12.00AM

    10. PLACE OF OPENINGTENDER

    State Bank Institute of Leadership, Ashoka Bhawan (AdminBlock),PlotNo.IIF/2,StreetNo.329,ActionAreaII,Newtown,Rajarhat,Kolkata700156

    12. VALIDITYFOROFFER 6(Six)MonthsfromTheDateofOpeningofTechnicalBid13. COMMENCEMENT OF WithIn15DaysonTheIssuanceofWorkOrder

  • TenderNo:KOL202003001

    Page4

    WORK14. PENALTY AsPerTermsandConditionsofTheTenderDocument19. PERIOD OF HONORING

    PAYMENTCERTIFICATE15DaysAfterReceiptofBill.

    20. INSURANCE AsPerTenderDocument21. WORKINGSCHEDULEFOR

    COMMERCIALBUILDINGSIn Co-Ordinationwith All the Other AgenciesWithout DisturbingtheFunctioning.

    22 CONTACTPERSON GiveDetailsforContact(Designation&PhoneNo.)IN CASE THE DATE OF OPENING OF TENDERS IS DECLARED AS A HOLIDAY, THE TENDERS WILL BEOPENEDONTHENEXTWORKINGDAYATTHESAMEPLACEANDTIME.SBI/SBIIMS RESERVES ITS RIGHTS TO ACCEPT/REJECT ANY/ALL TENDER WITHOUT ASSIGNING ANYREASONWHATSOEVERANDCANINCREASEORDECREASEMANPOWERTHEQUANTITIESOFANYITEMANDCONTRACTORHASTOEXECUTETHESAMEATTHERATEQUOTEDAPPROVEDMANPOWER.PleasenotethatwearenotconsideringMSMEcertificateforEMDandTenderFees.

    Sd/-VICEPRESIDENTANDCIRCLEHEAD

    TENDERSCHEDULE

    AvailabilityofTenderdocument :05.03.2020to20.03.2020.InBank’swebsite

    LastDateandtimeforsubmissionoftender :20.03.2020upto17:00HrsDateandtimeofopeningofTechnicalBid :21.03.2020(Saturday)at12.00AMAddressforCommunication : Deputy General Manager (Administration), State

    Bank Institute of Leadership, Ashoka Bhawan(Admin Block), Plot No. II F/2, Street No. 329,NewtownActionAreaII,Rajarhat,Kolkata700156ORVice President & Circle Head, SBI Infra ManagementSolutions Pvt. Ltd,Circle Office, 9th Floor, Block – “D”,SamriddhiBhavan,1,StrandRoad,Kolkata–700001.

    The complete tender documents can be downloaded from the State Bank of India website i.e.www.sbi.co.inunder“procurement”newssection.TechnicalbidtobesubmittedbyinterestedeligibletendereralongwiththerequisiteEMDofRs.55,000.00 intheformofaDemandDraft issuedbyanyNationalized/Scheduled Bank drawn in favour of “State Bank Institute of Leadership, Kolkata”payableatKolkataandanon-refundabletenderfeeofRs.3,000/-(RupeesThreeThousandonly)whichistobedepositedinonlinemode.TenderdocumentswithouttenderfeesandEarnestMoneyDeposit(EMD)shallberejectedsummarily.SBI/SBIIMSreservestherighttoincreaseordecreasethequantumofservicestobeprovidedandalsoreservestherighttoreject,cancelorreviseoracceptanyorallthetendersorpartoftenderswithoutgivinganyreasonsthereto.VicePresident&CircleHeadSBIInfraManagementSolutionsPvt.Ltd

  • TenderNo:KOL202003001

    Page5

    STATEBANKINSTITUTEOFLEADERSHIPPLOTNO.IIF/2,STREETNO.329,ACTIONAREAII,NEWTOWN,RAJARHAT,KOLKATA–700156

    HVAC&IBMSAMCANDOPERATIONSERVICESCONTRACT

    NOTICEOFINVITINGEXPRESSIONOFINTEREST

    DearSir,

    INVITATIONFORSUBMISSIONOFEXPRESSIONOFINTERESTFORHVAC&IBMSAMCANDOPERATIONSERVICESCONTRACT

    StateBankInstituteofLeadership,Kolkata(alsoreferredasSBILhereinafterinthisdocument)invitesTender in respect of the above mentioned work from reputed licensed organizations havingmanufacturing unit of screw chillers in India and Service setup at Kolkata with sound financialcapacity, required experience, expertise, adequate qualified personnel for undertakingComprehensiveAnnualMaintenanceContract(AMC)ofHVACandIBMSSystemsandprovidingtheManpowerSupportforDay-to-DayOperationandMaintenanceofHVACandIBMSSysteminstalledat SBIL subject to compliance of the following terms and conditions. This document contains 49pages,seriallynumbered.

    QUALIFYINGREQUIREMENTSFORTENDEREVALUATION:

    Applicants are required to comply with all the following basic qualifications. All thesequalificationsaremandatoryaswellasqualifying innature.Pricebidof thoseapplicantswhosatisfyallthesecriteriawillonlybeopened.Failingtoqualifyinoneormorepre-conditionsasdetailedbelowwillautomaticallyrendertheconcernedbidsineligibleforfurtherconsideration.

    1. TheapplicantmustbeanIndianRegistered,LicensedCompany (PublicLtd.orPrivateLtd.)/ Partnership Firm and should be aManufacturer of Screw Chillerwithin India and havingServicesetupatKolkata(India).

    2. Theapplicantmusthaveaproventrackrecordofminimum10yearsinrenderingHVAC&IBMSAMCandOperationService.

    3. Theapplicant shouldhaveminimum10years’ experience inhandingofAMCwithCarrierMake

    Chillershavingcapacity1000TR.

    4. The applicantmust have a fully operational service setup at Kolkata. Organization chart of theservicesetupneedstobefurnishedalongwiththetender.

    5. The Applicant must submit the document mentioning the confirmation from original OEM

    especiallyChillerandBMSSystemforsupplyoforiginalSpareParts,Softwareandanytechnicalsupportduringmaintenancefornext5years.

    6. TheApplicant should submitminimum3 relevantcertificates from their existingclients,where

    theyarehandlingtheComprehensiveAnnualMaintenanceforsamemakeofChillersuccessfullyforlastthreeyears.

    7. Applicant should have valid ESCO (Energy Service Companies) certificate underBEEMinistry of

    Power,Govt.ofIndia.CertificateindicatingESCOgradingalsoneedstobefurnished.8. ApplicantshouldhavevalidISO9001-2015/ISO14001-2015EMS&ISO45001:2018certification.

    9. The Applicant must have valid GST Certification, ESI & PF Registration, Professional Tax

    RegistrationandLabourLicensetocarryoutAMCWork.

    10. Applicantshouldhavevalidelectricallicense.

    11. The applicant must comply with all labour laws and should obtain all licenses, approval,permissionstocarryonthebusinessofHAVCmaintenanceandoperation.

  • TenderNo:KOL202003001

    Page6

    12. The applicantmust have aminimumannual turnover ofRs5 .00 crores (Rupees Five Croresonly)duringeachofthelastthreefinancialyears(2016-17,2017-18&2018-19).

    13. Firmshouldnothaveincurredinanylossinanyyearduringthelast5financialyears,2018-19,

    2017-18,2016-17.2015-16and2014-15.CertificatefromCharteredaccountantistobefurnishedinthisregard.

    14. Applicant should havequalified and trainedmanpower to do trouble shooting of chiller& IBMS

    makebeingquoted.

    15. Applicantparticipatinginthetendershouldnotbeajointventurecompany.

    16. The applicant must produce relevant documentary evidences of all certificates & licenses asstated above along with the pre- qualification application form. Non-disclosure of relevantinformationorfurnishingincorrectinformationordocumentswillinvitedisqualificationfromtheprocess.

    17. The applicant must furnish appropriate declarations in respect of the terms and conditions

    mentionedhereinalongwithhispre-qualificationapplicationforms.

    18. SBILwillnotberesponsibleinanymannerforthepostaldelayorlossornon-receiptoftenderdocuments.

    19. The Successful Bidderwill have to submit a sum of Rs. 5.00 Lacs (Rupees Five Lacs only) as

    SecurityDepositintheformofDemandDraft(DD)fromanyNationalizedBank/BankGuarantee(BG)fromanyNationalizedBankexceptSBIinfavorofSBIL,Kolkata.Formalities regarding release of the Security Deposit / Bank Guarantee are furnished underclausenumber4.5ofthisTenderDocument.

    Documentstobeenclosed:

    a. CertificateofIncorporation,Articles&MemorandumofAssociationincaseofacompany/PartnershipDeedincaseofapartnershipfirm.

    b. CertificateofRegistrationwithLabourDepartment,Govt.ofWestBengal(WB)/CentralGovt.(laterLocalCertificatetobegiven)

    c. CertificateofRegistrationwithProfessionalTaxOffice,Govt.ofWB/CentralGovt.

    d. CertificateofRegistrationunderGSTAct.

    e. CertificateofRegistrationunderShops&EstablishmentActandTradeLicense.

    f. CertificateofRegistrationwiththeOfficeoftheRegionalProvidentFundCommissioner.

    g. CertificateofRegistrationwithEmployees’StateInsuranceCorporation.

    h. Audited FinancialStatements(P&LandBalanceSheet) forthe last5financialyearalongwithcertificationfromCA..

    i. Banker’s solvency certificate (from a nationalized Bank) obtained within last threemonths,forminimumofRs.25.00lacs(Rstwentyfivelacs).

    j. IncomeTaxAssessmentcopiesforthelastthreefinancialyears.k. Performancecertificatefromprevious&presentclientsforlast3years.

    l. ValidCertificateofISOasmentionedabove.

    m. ValidESCO(EnergyServiceCompanies)certificateunderBEEMinistryofPower,Govt.ofIndia.CertificateindicatingESCOgradingshallbefurnished.

  • TenderNo:KOL202003001

    Page7

    STATEBANKINSTITUTEOFLEADERSHIPPLOTNO.IIF/2,STREETNO.329,ACTIONAREAII,NEWTOWN,RAJARHAT,KOLKATA–700156

    HVAC&IBMSAMCANDOPERATIONSERVICESCONTRACT

    PRE-QUALIFICATIONAPPLICATIONFORM

    1. NameoftheFirm/Organization/andaddress(withtelephonenumber)

    :

    2. NameoftheContactPersonwithTelephone/mobileNo.

    :

    3. E-Mail-id :

    4. DetailsofregistrationwithLabourdep’t./MCH(Central/State) :

    5. NameofDirectors/Partnerswiththeirtechnicalqualification :

    6.PastexperienceinthelongtermcontractHVAC&IBMSMaintenanceandOperationservices

    :

    Periodof

    Contract

    Nameofthe

    OrganizationforwhomHVAC&IBMSMaintenancecontractsundertaken

    Typeofthe

    Contractundertaken

    Valueofcontract&

    other

    details

    Remarks,ifany

    From To

    (Youcanuseadditionalsheets,ifrequired)

    7. DetailsofotherHVAC&IBMSMaintenanceandOperationServicesoftheunit

    :

    NameoftheServiceProvider

    Nameoftheclient,ifany

    TypeofServiceprovided

    Period

    From To

    (Youcanuseadditionalsheets,ifrequired)

  • TenderNo:KOL202003001

    Page8

    8. AnnualTurnoverduringthelastthreeyears(EnclosecopiesoflastthreeyearsAuditedFinancialStatements)

    :

    Year 2016-2017(Audited)

    2017-2018(Audited)

    2018-2019(Audited)

    UptoSep2019

    Turnover(Rs.)

    NetProfit(Rs.)

    9. WhetheranIncomeTaxAssessed?Ifyes,PermanentAccountNumber(PAN).

    EncloseacopyofthelatestAssessmentOrder

    :

    10.

    ContractLabour(R&A)ActLicenseNo.

    (Enclosephotocopy)

    :

    11. Registrationno.underShops&EstablishmentAct/TradeLicense

    (Enclosephotocopy)

    :

    12.

    GST/ESI/EPFregistrationno.,ifanyisavailable

    (Enclosephotocopy)

    EnclosecopyoflatestAssessmentOrder

    :

    13.

    EnclosePerformanceCertificatefrompreviousandpresentclients

    :

    14. Whether24X7serviceandsupportwillbeavailable

    :

    15.

    No.ofpersonsinemployment–Permanent

    Temporary

    :

    :

    16. NameandaddressofBankersandtypeoffacilityavailedfromthem

    :

  • TenderNo:KOL202003001

    Page9

    17.

    Namesofreferenceandtheiraddresseswithtelephonenumbers

    :

    Date:S ignatureoftheTenderer

    Withseal

    Name&Address:

    Note:Documentaryevidencesshouldbeenclosed,wherevernecessary

  • TenderNo:KOL202003001

    10

    STATEBANKINSTITUTEOFLEADERSHIP(SBIL)

    PlotNo.IIF/2,StreetNo.329,ActionareaII,Newtown,Rajarhat,Kolkata-700156

    Sealed tenders are invited (in 2 Part system) by The Director, SBIL, at the above office fromexperiencedHVAC&IBMSMaintenanceContractorsforoperationandmaintenanceHVAC&IBMSsystemsinSBILCampus.Agency/ContractorwhohasdonesimilartypeofworkofComprehensiveAMCnaturewithproventechnicalandfinancialcapacity,possessingrequiredinfrastructurefortheaboveworkonlywillbeconsidered.

    Nameofwork:-ComprehensiveAnnualMaintenanceContract(AMC)andOperationfor‘High&LowendHVAC&IBMSSystems’

    ADMIN,HUB,AUD,ED-HOSTEL,HOSTELBlockandotherfacilitiesatSBIL

    RefNo:

    ItemDescription

    COMPREHENSIVE ANNUAL MAINTENANCE (AMC) &OPERATION CONTRACT FOR ‘HIGH & LOW END HVAC &IBMSSYSTEMS’ATSBIL,KOLKATA

    EstimatedCost Rs.55,00,000/-perannum

    EMDAmount Rs.55,000/-

    LastDateforSaleof 20.03.2020

    Documents

    LastDateForSubmissionof upto17.00hrson20thMarch2020

    Tender

    DateofOpening 21.03.2020qt12noon

    TenderFee Rs.3000/-

    Periodofcontract 3+9months,Extendableto60months

    Tenderdocumentscanbeobtainedonwrittenrequestinthefirm’sletterhead,onanyworkingdayupto14.00Hrson20/03/2020onpaymentofthecostoftenderdocument,includingsalestaxincash(non-refundable) fromtheAccountsOfficer,StateBankInstituteofLeadership,KolkataCampus,WestBengal.Tenderswouldbeissuedonlytothosefulfillingthecriteriaspecifiedinthistenderdocument.

  • TenderNo:KOL202003001

    11

    TENDERSUBMISSION:

    Tenders shall be submitted in two parts simultaneously in separate sealed covers, super scribed as“COVER-I” and “COVER-II”. Tenders will be received up to17.00 hrs on20March, 2020 at the aboveaddress.

    COVER-I of the tender will be opened on 21/03/2020 at 12.00 noon in the presence of attendingtenderers.Opening ofCOVER-II (Pricebid)will be intimatedonly to those tendererswho are qualifiedafterevaluationofTechnicalBid.

  • Tender reference No: KOL202003001

    Page 12 of 48

    COVER-Ishallcontainthefollowing:

    1. EMD as specified above in the form of Demand Draft from any nationalized Bank, in favour of “State BankInstituteofLeadership”.CashorChequeoranyothermodefortheEMDwillnotbeaccepted.

    2. Entire tender document (Inclusive of Annexure-A to Annexure-E), duly signed & sealed in every page by thecontractor,alongwithtechnical information.“INOUREXPERIENCETHEFOLLOWINGMINIMUMMANPOWERISREQUIREDTOBEDEPLOYEDATSBILFORENSURINGTROUBLEFREEMAINTENANCE”works.

    MANPOWERDETAILS

    SlNo Natureofwork DeploymentDetails Strength OperationHrs

    A HVAC&IBMSandBMSOperator

    BMSOperator 3 24hrsbasis

    SupervisorskilledinbothHVAC&BMS 1 From9amto5pm

    HVACOperator 5 24hrsbasis

    Helper 5 24hrsbasis

    However contractors can specify manpower deployment pattern they propose to adopt for this work after goingthroughthescopeofwork,as it iscompletelycontractor’sresponsibilitytofulfilSBILrequirements.Butmanpowerdeploymentshallnotbelessthanthefiguresindicatedabove.

    3. Anydeviationsfromthetenderconditions,specifications,makesetcinAnnexure-C.4. TheSupervisorshouldhaveaminimumqualificationofDiplomainElectrical/MechanicalEngineeringandhaving

    minimum5years’experienceandhavingapermanentemployeeoftheorganizationandalltheoperatorsshouldbeminimum ITI in AC / Electrical system and having minimum 5 years’ experience of operating the similar typeinstallation.

    5. TheBMSOperatorshouldbecertified&TrainedbytheBMSOEMSupplierandshouldhavingacapacitytodothebasiclevelprogrammingchangingactivities.

    6. Referenceofsimilarcompleted&on-goingworkswithproofintheformofupto3majorworkordersofhighestvalueforthelast3years.

    7. ConfirmationsayingthatScheduleI(AnnexureF)iscompletelyfilledandkeptinpricebid.8. ValidlabourlicensetoundertakeHVAC&IBMSAMCworks,9. PF,ESI,GSTregistrationcopiesetc.10. LatestsolvencycertificateissuedbytheBank11. Financialstatementforthelast5yearsandturnoverdetails12. Organizationdetails,proprietorship/ownershipdetailsalongwithdetailsoforganizationstaffMatrix.

    13. MajorclientlistwhereHVAC&IBMSmaintenanceworksarecarriedoutinthelast3yearswiththeiraddress,contactperson/snameandcontactdetails.

    14. ISOCertificate.15. ESCOCertificate

  • Tender reference No: KOL202003001

    Page 13 of 48

    COVER-II-Shallcontainthefollowing:-

    1. SCHEDULE-I(Annexure-F),asperthegivenformat

    If clarifications are sought by the contractor during the bidding period the same should be in writing. Both theclarifications from the tender and the response to the clarifications from SBIL should be in writing and all suchcorrespondencesshouldbeenclosedalongwithCOVER-I.

    Director,SBILdoesnotbindhimselftoacceptthelowestoranyothertender,andreservestheauthoritytorejectanyorallthetendersortoallotpartsoftheworkstodifferentagencieswithoutassigninganyreasonthereof.

    NOTE:

    1. Eachandeverypageoftheofferedbidshallbearthedatedsignatureandsealofthecontractor.

    2. Thevendors,whodownloadthetenderdocumentsfromtheinternetwebsite,shallsubmitaDDforRs.500/-ofascheduledBankguaranteedbytheReserveBankofIndia,alongwithtechnicalbid,infavourofStateBankInstitute of Leadership, Rajarhat, Kolkata-700156 towards tender document fees. And, such DD shall bedrawnonorbeforethelastdateoftendersale.

  • Tender reference No: KOL202003001

    Page 14 of 48

    STATEBANKINSTITUTEOFLEADERSHIP

    PlotNo.IIF/2,ActionareaII,StreetNo.329Newtown,Rajarhat,Kolkata-700156

    NAMEOFTHEWORK:ComprehensiveAnnualMaintenanceandOperationContractfor‘High&LowendHVAC&IBMSSystems’atSBIL(ADMIN,HUB,AUD,ED-HOSTEL,HOSTELBlock)andotherfacilitiesatSBIL.

    1. ScopeofContract

    1.1TheContractorwillprovideservicesatSTATEBANKINSTITUTEOFLEADERSHIPPlotNo.IIF/2,ActionareaII,StreetNo.329Newtown,Rajarhat,Kolkata-700156

    a) Annexure–A–Scopeofwork&TentativeGuidelinesfortheWorkInvolvedintheScope

    b) Annexure–B–GeneralTermsandconditions.c) Annexure–C–ScheduleofDeviationsd) Annexure–D–StatutoryObligation.e) Annexure–E–Undertakingfromthecontractorf) Annexure–F–Schedule-I(PriceBreakupforMaintenanceworks)

    1.2Thedetails of rates and the number of personnel required for carrying out thework shall be indicated by theContractorintheAnnexure“B”.

    1.3OncetheWorkOrderisissued,theContractorwillreceiveinstructionsfromanOfficerdesignatedforthispurpose(Officer-in-Charge)orhisauthorizednomineeand the Contractorherebyundertakes toabidebyhis/heranysuggestions/instructions,etc.asregardsservicescoveredinthiscontract.

    1.4Addition/alterationsinscopeofwork:AnyalterationsoradditionstothescopeofworkwillbecommunicatedtotheContractorand theContractorshall carry themout.Foranyreduction/ increase in theScopeofwork, theincrease/decreaseintheratesshallbenegotiatedandfinalizedonmutuallyagreedbasis.

    2.Qualityandscopeofservices

    2.1TheContractorshallappointtrainedstaffhavingaminimumqualificationasmentionedbelowandagoodbearingandmaintainhighstandardsofturnout,maintainadequatestafftoensurethereisnoholdupofanyserviceforany reason whatsoever. Any deficiency in the number of staff deployed will entail penal reduction from thecompensationpayableasdecidedbytheSBIL.ThesuccessfulContractorassoonastheagreementissignedshallsubmitalistoftheirworkmen/supervisor/othersalongwithcopyofappointmentorderissuedtothem.Asandwhenthereisachangeinthestaffposted,arevisedlistshallbesubmittedalongwithcopyofappointmentorderissuedtothenewappointee/appointees,simultaneously.

    2.2ItisnormallyunderstoodandagreedbetweenboththepartiesthatSBILwillnotberesponsibleorbeliableforanylaws that are in force / that may come into force from time to time in respect of personnel engaged by theContractorandhewillbesolelyresponsibleforthetermsandconditionsoftheirservices,safety,health,statutoryrequirement,etc.

  • Tender reference No: KOL202003001

    Page 15 of 48

    2.3TheContractorshalldeputesuchofficersandsupervisorsasproposedbyhim,whoshallbeavailableonsitetosupervise the Contract employees and interact on daily basis with Officer-in-Charge regarding delivering thespecifiedservices.

    2.4ItisunderstoodandagreedthattheContractorwillbeheldresponsibleforanydisciplinarymattersarisingoutoftheir employees and the Contractor will take appropriate disciplinary action against those employees foundindulginginanyactofindisciplineinCenter’spremisesorinConnectionwiththeservicesreferredtoherein.

    2.5TheContractorwillimmediatelyreplaceanyemployeefoundtobeunfitinanymannerimmediatelyoronreceiptofadvicefromanyauthorizedpersoninSBIL.

    2.6TheContractorshallmaintainproperanddetailedrecordforthejobcarriedoutbytheiremployeesandshallalsomaintain all records and returns as necessary for carrying out thework smoothly and as provided under theContractLabourAct,MinimumWagesAct,ESIAct,PFAct,etc,asrelevantandapplicablefromtimetotime.

    2.7TheContractorshallbesolelyresponsibletocomplywithalllegalandstatutoryrequirementsthatariseoutofthisagreementandinrespectoftheemployeesengagedbytheContractorinfulfilmentofthecontractualobligationsstatedherein.AnindicativelistofthesestatutoryobligationsisatAnnexure“D”.Itisunderstoodandagreedthatthe Contractorwill provide suitable uniformswith company insignia, badges/ID cardswith photos and safetyequipment and shoes to their employees. It is Contractor’s responsibility to have them periodically checkedmedicallysoastoensurethatmedicallyfitstaffonlyisdeployedforthework.

    2.8 a) The Contract employees should be covered under all statutory requirements like ESI, PF, ELIetc. by theContractorandtheContractorshallcomplywithalltheformalitiesinthisregard.CopyofChallanandScheduleofContractEmployees forpaymentofESI/PF/ELI,etc. tobe furnished (whether running/monthlyor final)by thecontractoralongwiththeirmonthlyPaymentforOperationandmaintenancework.

    b) TheContractorshallpaysalaryandotherallowances/benefitsasindicatedbytheContractorintheirtenderandacceptedbySBIL.Suchsalaryshallbesameormorethanminimumwages.

    c) TheSBILwillhavetherighttoinspect/callforbooks/registers,documentsinrelationtoallmattersreferredto,inthistenderoragreedlateron.TheSBILwillalsohaveallrightstomakerecoveriesfromthecompensation,ifanythatanystatutoryagencyimposesupontheSBILduetotheContractor'snon-compliancewithstatutoryobligations.A listof theseasapplicableatpresent is setout inAnnexure 'D'attached.All theContractemployeesshouldbecoveredunderallstatutoryrequirementslikeESI,PF,etc.bytheContractorandtheContractorshallcomplywithalltheformalitiesinthisregard.CopyofchallanandScheduleofContractEmployeesforpaymentofESI/PF/ELI,etc.willbefurnishedbythecontractorforreimbursement.

    d) Thecontractorshallmaintainamusterrole,wagesregisterofallmenemployedbythemandallotherdocumentsand submit it to the SBIL on the 1st of everymonth for the previousmonthor as necessary for inspection.TheContractor shall provide all facilities for inspection /books / personnel on demand by SBIL or any StatutoryAuthority.

  • Tender reference No: KOL202003001

    Page 16 of 48

    e) ThecontractorshouldprovidePFA/cnumber,ESICardandPhotoIdentityCardtothecontractemployeespostedatSBIL.Thisshouldbedoneimmediatelybutnotlaterthanonemonthfromthedateofsigningjointagreement.

    f)ContractorshouldnotdeputeanyChildLabouratSite.

    2.9ItisclearlyunderstoodandagreeduponthatneithertheContractornorContractemployeesshallhaveanyclaimonemploymentwithSBILatanypointoftimeandthisarrangementispurelybetweentheContractorandtheSBILforspecificservicesfortheperiodspecified.

    2.10ThesuccessfulContractorshallindemnify/deemedtohaveindemnifiedtheSBILforallclaims/lossesarisingoutofthistender.TheContractorisdeemedtohaveindemnifiedtheSBILagainstanyclaimbyanyauthorityoncetheworkorderisawarded.IntheeventtheSBILhastopayanyindividual,statutorybodyoranyagencyforreasonsdirectlyorindirectlyattributabletothistender,theContractoronlyshallpaysuchclaim/damagesandeveniftheSBIL is called upon to pay, suchdamages/penaltiesand or cost shall be recovered from the contractor's dues/amountpayableorshallbepaidbytheContractorondemandfromSBIL.

    2.11TheContractorshallfollowallrulesasmaybeexistingormaybeframedfromtimetotimeatSBILonallaspectscoveringthistender.Materialmovement,entry/exitofpersonnel, identitycard,safety,etc.shallbeaccordingtoproceduresexistinginSBILasamendedfromtimetotime.

    2.12.TherateQuotedbytheContractorshouldincludeallstatutorycostlikeESI,PF,ELI,Bonusetc.asperMinimumWagesact.

    3. Tenure&Termination

    3.1ThecontractwiththeSBILwillbeinitiallyforaperiodof3monthsandiftheservicesarefoundtobesatisfactory,thecontractmaybeextended fora further periodof9months.TheSBILreserves thesole right toextend thecontractforfurtherperiodbutnotexceeding5yearsfromthedateofinitialengagementonthesametermsandconditions.TheSBILreservestherighttoterminatetheContractduringthependencyoftheContractperiodiftheperformanceisfoundunsatisfactory.

    3.2Exceptasprovided inClause3.6below, theContract couldbe terminatedbyeithersidebygivingonemonth’snotice inwriting. If the notice period is not given or if a shorter notice is given by the Contractor, the entiresecurity deposit would be forfeited. Any other costs and / or damages incurred by the SBIL to maintain theservicescontractedtotheContractor,onaccountofsuchshortnoticewillbedeductedfromtheduespayabletotheContractor,orshallbepaidbytheContractorondemandifsuchduesfallshortofsuchcosts.

    3.3 In thecaseof failure tocomplete thecontract inasper the terms&conditionsofsuchengagementwithinthecontractperiodspecifiedinthetenderandincorporatedinthecontractandifsuchworkisexecutedbyanyotherpartyengagedbySBILatahigherratetheContractorshallbeliabletopaySBILthedifferencebetweenexistingrateandtherateofthenewContract.

    3.4RiskClause:Notwithstandingtheothertermstherein,SBILatitsoptionwillbeentitledtoterminatethecontractandtoavailservicefromelsewhereattheriskandcostofcontractoreitherthewholeofthecontractoranypartwhich thecontractorhasfailed toperform in theopinionof theSBILwithin the timestipulatedor if thesame

  • Tender reference No: KOL202003001

    Page 17 of 48

    performanceisnotavailable,thebestandthenearestavailablesubstitutethereof.ThecontractorshallbeliableforanylosswhichtheSBILmaysustainbyreasonofsuchriskinadditiontopenalty.

    3.5 Insolvencyandbreachofcontract:TheSBILmay,atany time,bynoticeinwritingsummarily terminatethecontractwithoutcompensationtotheContractorinanyofthefollowingevents:

    (a) IftheContractorbeinganindividualorafirmifanypartnerinthecontractor’sfirmshallbeadjudgedinsolventor shall have a receiving order or order for administration of his estate made against him or shall take anyproceedings for liquidation or composition under any insolvency act for the time being in force ormake anyconveyance or assignment of his Effects or enter into an arrangement or composition with his creditors orsuspendpayment,orifthefirmbedissolvedunderthePartnershipAct,or

    (b) Ifthecontractorbeingacompanyshallpassaresolutionorthecourtshallmakeanorderfortheliquidationofitsaffairsorareceiverormanageronbehalfofthedebentureholdersshallbeappointedorcircumstanceshallhavearisenwhichentitlethecourtordebentureholderstoappointareceiverormanager,or

    (c) If the contractor commits any breach of contract not herein specifically provided always that suchdetermination shall not prejudice any right ofaction or remedywhich shall have then accrued or shall accruethereaftertotheSBILprovidedalsothatthecontractorshallbeliabletopaytheSBILforanyextraexpenditureheistherebyputtobutshallnotbeentitledtoanygainonre-tender.

    (d) IntheeventofinadequateorunsatisfactoryperformanceofdutiesbytheContractor,theSBILshallhavetherighttobringtothenoticeoftheContractorthedefault(s)ontheirpartandtheContractorshallensurethatthesaiddefault(s)is/arenotrepeatedand/oraredulyremedied,withinaperiodofthreedaysfromthereceiptofthesaidnotice.Failingsuchremedialaction,orintheeventofthesaiddefault(s)’sbeinginadequatelycorrected,theSBILshallhavetherighttoimmediatelyterminatetheagreement.

    3.6 Notwithstanding any other clause herein, if there is any act or omission by the Contractor or the Contractemployeeswhichjeopardizesthesafety/securityoftheSBILincluding,butnotlimitedto:

    a) TheftorpilferageofpropertyofSBILb) Fire,flooding,breakageordamagec) ViolenceorphysicalattackontheCampus

    d) AnyactorincidentwhichmayprovedetrimentaltotheinterestsofSBIL.The contractwould be terminated without any notice. Further, the Contractorwould be levied penalties, as foundappropriatebythedeemedauthority.ThedecisionoftheSBILDirectorshallbefinalinsuchmatters.

  • Tender reference No: KOL202003001

    Page 18 of 48

    4.PaymentTerms:

    ForMaintenanceServices:

    Noadvancewillbepaid.SBILwillpaythepaymentquarterlybasisandcompletionofquarterlyservices.TheBillshouldbesubmittedalongwithquarterlyservicereportdulysignedbySBILauthorizedpersonal.

    ForDaytoDayOperationservices:

    Within10daysonnextmonthaftersubmissionofInvoicealongwithallrelevantdocumentsasmentionedindetailscopeofworkalongwithESI,PFChallancopy.

    4.1.1 Thecontractorshallsubmitbillsafterthecompletionofeverycalendarmonthandnormallypaymentwillbereleasedwithin15workingdaysfromthedateofsubmissionofbillifthebilliscompleteandcorrectinallrespects.ContractorshouldsubmittheBillalongwiththeChillanCopyforPF,ESI,ELIetc.

    4.2.1 ThemonthlyrunningbilloftheContractorwillbecomepayableattheendofeachmonthonsubmissionofamonthly claim to the Accounts Officer, and on due certification by the Officer-in -Charge of satisfactoryservices against the claim. The Contractor’s payment will be released only after disbursing the salary tocontractemployeeseverymonth.

    4.2.2.TheOfficer-in-ChargeisauthorizedtodeductanyamountsasdeterminedbytheSBILDirectorfromtheamountsduetotheContractorforanydeficiencyinservices,providedbytheContractor.

    4.2.3.Payment of Contractor's bill shall normally bemadewithin 15 days of submission subject to the claim beingfoundproperinallrespectsandinaccordancewiththetermsandconditionsofthecontract.Allpaymentswillbemadeafterdeductionoftaxesanddutiesatsourceasapplicablefromtimetotime.

    4.3Paymentstothecontractemployeesshallbedisbursedbythe7thofthesucceedingmonthinthepresenceoftheOfficer-in-Charge,oranyauthorizedofficerofSBIL.If7thhappenstobeaholiday,paymentsshallbemadethepreviousworkingday.TheContractorshallnotifyallhisemployees/workersofthisdateintheirappointmentorder,andfollowthisverystrictly,whethertheSBILhaspaidtheContractor'sbillornot.ThepaymentofsalaryandallotherbenefitssuchasbonusandovertimetothecontractemployeesshallbedisbursedinthepresenceofOfficer-in-ChargeoranyauthorizedofficerofSBIL.

    4.4Noclaimswillbeentertainedinrespectofanydiscrepancyordefectorshortclaimifsuchdemandisnotmadewithin90daysofpaymentofthefinalbill.

    4.5SecurityDeposit:

    Theperson/personswhosetender(s)maybeacceptedshallpermitSBILatthetimeofmakinganypaymenttohimforworkdoneunderthecontracttodeductasumattherateof10%ofthegrossamountofeachrunningbilltillthesumalongwiththesumalreadydepositedasearnestmoney,willamounttosecuritydepositof10%ofthetenderedvalueofthework,subjecttoamaximumofRs.5.00Lakhs.SuchdeductionswillbemadeandheldbySBIL by way of Security Deposit unless he / they has / have deposited the amount of Security at the ratementionedaboveincashorintheformofGovernmentSecuritiesoffixeddepositreceipts.IncaseafixeddepositofanyBankifsubmittedbythecontractortoSBILaspartofthesecuritydepositandtheBankisunabletoobtainpayment against the said fixed deposit receipt, the loss caused thereby shall fall on the contractor and thecontractorshallforthwithondemandfurnishadditionalsecuritytotheSBILtomakegoodthedeficit.

  • Tender reference No: KOL202003001

    Page 19 of 48

    SecurityDepositwillbereleasedonlyafterthecompletionofthedefectsliabilityperiodof3monthsafterthedateof completion of thework provided that there are no defects or loss or damage caused to the Bank and/ormaterials/articles/equipmentprovidedtothemaredulyaccountedforandreturnedtotheBankingoodworkingorderandconditionby thecontractortothesatisfactionoftheBankandallhisdues totheBankandallotherliabilitiesunderanylaworstatuteotherwisearisingoutoforinconnectionwithorinrespectoftheservicesortowardsitsemployeesengagedatthesite(SBIL)bythecontractorarefullysettled.

    Moreover, Security Deposit will not be refunded till clearance certificate from labour officer is obtained byContractor.However,ifthereisgenuinedifficultytoobtainaclearancecertificate,Engineer–InChargewillmakeareferencetoLabourOfficerbeforereleasingSecurityDeposit.Ifnoreplyisreceivedwithinareasonableperiod,say1monthfromthedateofsuchreferencethenEngineer–In–Chargemaymakehisdecisiontoreleasebasedonhisdiscretion.

    4.6ItisimportantfortheContractortonotethat,theratequotedshallbeinclusiveofalltaxesandduties/escalationandshallremainvalidfortheperiodoftheagreement,i.e.5yearsfromthedateofWorkOrder.Anyincreaseordecreaseintheratesshallbeonlyinrespectofstatutoryduties/leviesandsuchclaim/sshallbevalidonlywithadequate documentary evidence. Anydecrease in the duties/levies during the period ofagreement, shall entailcorrespondingreductioninthecontractamount.Ifnodetailsorbreak-upoftaxes,duties/levies,etc.areindicated,itwillbeassumedthatthequotesubmittedisinclusiveofalltaxes/levies/duties,etc.

    4.7TheContractorshallpayanyclaimmadebytheSBILforanydeficiency(bothtangibleandintangible) inservice.SuchamountmayalsobedeductedfrombillspayabletotheContractor.ItmaybenotedthattheSBILshallhavethe right to forfeit the Security Deposit in full or part for any due/damages caused by the Contractor. If theSecurityDepositoroutstandingbillsoftheContractorisfoundinadequate,thensuchmonetaryrecoveriesshallbeeffected fromanyamountpayable to theContractoragainst thisoranyothercontractuntil theduesof theSBILarefullysettled.IftheclaimoftheSBILcouldnotbemetinthismanner,theContractorshallpayupallsuchclaimsifademandismadebySBIL.

    5. Safety,SecurityandInsurance

    5.1TheContractor shall follow all security rules of the SBILand instructions received from time totime regardingpersonnelidentitycards,materialmovement,etc,oftheContractor.

    5.2Duringthependencyoftheagreement,thecontractorshallbeliablefullytocompensateallconcernedforanyloss,damage of construction of works, construction, plant &machinery, person, property, etc. including third partyrisksarisingduetocausesattributabletotheagreement.ThedecisionoftheSBILDirectorwillbefinal&willbebindingonbothparties.

    ThecontractorshalltakeEmployeesLiabilityInsuranceofprescribedvaluefortheiremployees.Itmustadequatelycoverallemployees/workersunderWorkmenCompensationAct,1928asamendedfromtimetotime.Beforestartingthework,theContractorshallproducetheoriginalinsurancepolicyandthelicenseoftheworkerswhereapplicabletotheSBIL.

    6. Miscellaneous6.1Theworkmentioned in the schedule is only indicative. The SBIL reserves the right to increase or decrease the

    quantumofwork.Thecontractorshallexecutetheworkonthesametermsandconditionsandratesthroughouttheperiodofagreement.

  • Tender reference No: KOL202003001

    Page 20 of 48

    6.2Thecontractororhissupervisorshallmeet thedesignatedOfficerof theSBILeveryday to receive thedetailsofissues / complaints to be attended and after attending to these complaints, a report on the same has to besubmittedtotheconcernedOfficer.

    7. DisputeandResolutionAnydispute or differences thatmay arise between the parties shall be referred to the sole arbitration of the SBILDirectororhisnomineesand theContractorshallhavenoright toobject to theappointmentof theDirectororhisnomineeasthesolearbitrator.Thedecisionofthearbitratorshallbefinalandbindingontheparties.Thevenueforarbitration shall be Kolkata and no other place. The provisions of the Arbitration and Conciliation act, 1996 asamendedfromtimetotimeshallapply.ThecourtsinKolkatashallhaveexclusivejurisdictiontodealwithanyoralldisputesbetweentheparties.

    8. PrimacyofDocuments

    Thetenderdocuments,subsequentcommunicationexchangedandtheworkorderaswellasallannexureshallbepartandparcelofthisagreement.Ifthereisanydiscrepancybetweentheabovedocuments,thestatementinthefollowingdocumentswillapplywithprimacyforcommunicationsissuedaftertheworkorder,anypre-ordercorrespondenceasacceptedjointly,followedbyworkorder,tenderdocumentsandannexurethereof,i.e.tenderdocumentsandannexurehave least primary, if anyclause or detail there hasbeen supersededby communicationafter the opening ofbids ifjointlyaccepted,workorderorsubsequentcommunicationtotheContractor.

    9. AmendmentstoWorkOrder/Agreement:

    AnyamendmenttotheWorkOrder/agreementshallbevalidonlyifbothpartieshaveagreedtosuchamendment(s)inwritingdulyauthenticatedbyauthorizedpersonnelofbothparties.

  • Tender reference No: KOL202003001

    Page 21 of 48

    ANNEXURE-A

    Operation andMaintenanceof ‘High&LowendHVAC& IBMSSystems’ATSBIL(ADMIN,HUB,AUD,ED-HOSTEL,HOSTELBlock)andotherfacilitiesatSBIL

    SBILhasvariousair-conditionedfacilities.Hence,theessenceofthiscontractistoachieve‘ZeroBreak-down’andtomaintainthesystemsuchthatitisalwaysnormal,availableandcanbeusedforitsoptimumperformance.Alleffortsare to be made with up to date maintenance in achieving this, by using predictive & pro-active maintenancetechniquesattimes,and,bystrictlyadheringtopreventivemaintenancepractices&schedules.

    Air-conditioningcontractorswithproventrackrecord&confidentinachievingthistaskareonlyeligibletocompetein this AMC tender & only such firmswill be considered for contract engagement. Please enclose the documentssupportingtheAMCtrackrecordsetc.

    Contractorsshallengageanddeploy technical staffoneverydaybasis,whohashands-onexperience inACsystemmaintenanceandtroubleshootingtomeetourkindofrequirements.Soengagedsupervisors/techniciansshallhaveabilitytoreadACsystemdrawings,understandtherequirement&providetroublefreemaintenance.

    SCOPEOFWORK

    SITE:SBIL-PlotNo.IIF/2,ActionareaII,StreetNo.329Newtown,Rajarhat,Kolkata-700156

    MAINTENANCE&OPERATIONOFCHILLEDWATEROPERATEDACSYSTEM

    DailyOperation/routinemonitoring,scheduledpreventivemaintenance(servicing),breakdownmaintenanceofalltheAir-conditioningsysteminthecampusworkingonchilledwatersupply,usingallnecessaryspares.ThesystemhasAirhandlingunits(AHU),Fancoilunits(FCU),withnecessaryelectricalpowerandcontrols,airdistributionsystemwithair-ducts,dampers,grills,diffusers,chilledwaterlines,drainsystemetc.

    Followingistheindicativedetailoftheexistingsystem;

    ListofEquipment–HVAC&IBMSatSBIL

    HVAC&BMSEquipmentDetails

    Description Quantity

    HVACEquipmentDetails

    HighSideEquipmentDetails-Chillers

    WaterCooledScrewChillers(CARRIERMake)-250TREach 4

    LowSideEquipmentDetails

    Pumps&CoolingTowers

    PrimaryChilledWaterPump 5

    CondenserWaterPump 5

    SecondaryChilledWaterPump 12

    CoolingTower(CTFan=8Nos) 4

  • Tender reference No: KOL202003001

    Page 22 of 48

    AHU&FCU

    FloorMountedAirHandlingUnit(AHU) 28

    FanCoilUnit(FCU) 222

    CeilingSuspendedAirHandlingUnit(AHU) 1

    Exhaust/Supply/PressurizationSystem

    SmokeVentilationFan 2

    LiftPressurizationFan 6

    AxialFan 25

    JetFan 60

    PrecisionACUnit

    SchneiderPACUnit 2

    BMSSystemDetails

    SchneiderMitosisMakeBMSSystemalongwithServer,SupervisoryController,DDCController,Sensor,cablesetc. 1Lot

    HVAC&BMSDailyOperation&MaintenanceManpowerDetails

    BMSOperator(HighlySkilled) 3

    HVAC&BMSSupervisor 1

    HVACOperator(Skilled) 5

    HVACHelper(UnSkilled) 5

    TotalManpowerRequired 14

    InfewoftheAHUscoils&blowersareupgraded/modified.Currently,alltheAHUs&FCUsareingoodworkingcondition.

    DETAILSOFWORK:

    Daily operation / monitoring, scheduled annual preventive / routine & predictive maintenance, breakdownmaintenance includingrepair/ replacementofall sparepartsandconsumablesofentireexistingACsystem inthecampusworkingonchilledwater.Thesystemhaschilledwatersupply&returnlines,AHU/FCU,airsupply&returnducts,grills,diffusers,dampers,control&protectionsystem.Workshallbecarriedoutbycontinuousdeploymentofcompetent, experienced & trained staffmembers at site. This is a continuousmode operation &maintenance. Allemergenciesatalltimestobeattendedwithoutfail.

  • Tender reference No: KOL202003001

    Page 23 of 48

    TheAHU / FCUunitswhichare to bemaintainedwill be consisting of Cooling coils (heat exchangers), blowers,motors, heaters, PICV, humidistat’s, thermostats, pressure & temperature gauges, pulleys, V-belts, flexible hoses,hose clamps, hydraulic hoses with fixtures, water flow control valves, fasteners with all accessories, pre-filters,micron class filters, canvas, EPS &Nitral Rubber insulation, tar sheet, control transformer, fuse units, contactor,Push-buttons,connectors,controlunits&controlschemes,drainsystem,plenumarea,etc.completeset.Thechilledwaterlines,relatedcontrolvalves&accessoriesarealsotobemaintained.Problemsanywhereinentirenetworkofchilledwater supply& return lines like air locks, line blocks, leakages etc. are to be attended& rectified by thecontractor,tobringthesystemtonormalcy.

    All the air ducts, diffusers, dampers, grills, flow control valves, air filters etc. in the system are to be cleaned &maintainedperiodically.

    ADDITION&ALTERATIONWORKS:Alltheadditionandalterationjobsintheairconditioningsystemshallbecarriedoutbythemaintenancecontractorattheagreementrates.Ifthepricesarenotavailableintheagreement,thesameshall be paid at departmentally estimated rates (based on market rates). Rate analysis shall be produced by thecontractorwheneveraskedbythedepartment.

    Allfabricationworks,repairs,servicingofmachines/equipments/partstherein(orarrangementforthesame)withinthepurview(entireACsystem)ofthiscontract,shallhavetobecarriedoutbythecontractorwithinspecifiedtime.

    Ifthecontractorfailstocarryouttheassignedorentrustedwork,thedepartmentshallgettheworkdonebyengaginganyotheragencyandtwicethecostincurredshallberecoveredfromtheAMCcontractor.

    TheentireexistingACsystem(workingonchilledwater) iscoveredunderthescopeofthisAMC.Anyadditionsandalterationsmadeinthesystem(whetherbythecontractororbyanyotheragencyorbySBIL),uptoanextentof10%ofexistinginstalledAHU&FCUcapacitiesarecoveredunderthescopeofthiscontractforoperation&maintenance.

    SCHEDULING

    Inabroadmanner,theworkcanbescheduledasfollows;

    A) Dailyoperation

    The scope of work/duties for the tendered for providing required labour for HVAC and BMS Operation for thefollowing:

    1. SmoothChilleroperation,monitoring&maintaininglogsheet.Communicatewiththeclient&Electricalvendorasperrequirement.

    2. Starting&StoppingofallHVACequipments&BMSSystemasperrequirement.

    3. CheckingofallElectrical&BMSPanels,Starters,switches,power&controlconnections.

    4. Operations of all HVAC equipment’s like pumps, AHUs, chillers, cooling towers, make up water pumps, valves,treatedtanks,makeupwatertanks,levelchecking&maintaining.

  • Tender reference No: KOL202003001

    Page 24 of 48

    5. Measuring&keepingtherecordoftemperaturesofall floors/areas,ChilledwaterTemperatureintheChillerIn/Out,AHUin/out,Condenserwatertemperaturein/outinallequipments,Current&Voltageinallelectricalpanelsandequipmentsandambientasperapprovedlogsheetonbihourlybasis.

    6. TakenecessaryprintoutfromBMSforallperformancerelateddatainhourlybasis.

    7. ComparetheBMSDataandmanualDataandtakenecessaryactiononanyabnormalities.

    8. Monitoringenergymeterreadingsandelectricmeterreadingsonarecordbook.

    9. Observeanyabnormalnoise/vibration/erraticperformanceinthesystemandcontacttheAMCteam.

    10. Makingdailyreporttotheclientonly.

    11. OperationofAir-conditioningplantandtomaintainthefollowingconditionsintheAirconditionedareasinthebuildingpremises:

    Temperature

    (a) InSummerandMonsoons : 24°C±2°(PlmentioninCentigrade)

    (b) InWinter : 23°C±2°FDB

    RelativeHumidity

    (a) InSummerandMonsoons : Lessthan60%

    (b) InWinter : Notlessthan25%

    12. Toexecutealland/oranyworkrelatedtotheOperationofHVACSystem/Equipment(s).

    13. Toexecutetheworkunderthecontractasperanymodification/alterations/substitutionsand/oradditions

    14. Furnishoperationalchecklists/reportsondaily,weekly, fortnightlyandmonthlybasis(asapplicable)totheclientaspertheformatmutuallyagreedupon.

    15. Itwillbetheresponsibilityofthevendortogiveregulartrainingtoitsstaffdeployedatthesitetoenhancetheirskillsandachievethetargets.

    16. ToensureimplementationofalltheaspectsrelatingtotheBuildingManagementServicesofhigheststandardinmaintainingofElectricalsysteminthecomplex.

    17. It istheresponsibilityofthevendortomeetonceinamonthwiththeBuildingManagerandhandoverhimtherecordoftraininggiventoitsstaffdeployedatthesiteandwillalsosharethetrainingscheduleofthenextmonth.

    18. Itwillbetheresponsibilityofthevendortoget itsstaffverifiedbythelocalPoliceauthorityandsubmitreportalongwithrelevantdocumentsrelatingtoage,address,educational/technicalqualificationetc.

  • Tender reference No: KOL202003001

    Page 25 of 48

    19. Ensureavailabilityofelectricityinallpanelsandrestorationofpowerwithin2minutesoffailure.

    20. ReturnairtemperatureatAHUroomtobemaintainedat25deg+/-1degC.

    21. WaterlevelinCoolingTowerstobemaintainedfullandthereshouldnotbeanyoverflow.

    22. AllSOPsasmentionedinAnnexureVIIIaretobeimplementeddiligently.

    23. Alltechnicalandoperationaltrainingtobegiventoallstaffonregularbasis.

    24. Incidentreportingandincidentinvestigationpertainingtosafetyandsecurityistobedoneasperstandard.

    25. GoodconditionofPPEtobemaintainedatalltimes.

    26. HSEstandardstobemaintained.

    27. Shaft/electricalroom/AHUroom/etctobeclosedandcleanatalltimes.

    28. BMSOperation.

    29. KeepingallequipmentsexternalcleanedandAHUandplantRoometc.

    30. Checkingallrotatingmachineforsmoothnessofdrive,vibrationandnoiselevel.

    B) Dailymaintenancebutnotlimitedtotheitemsasmentionbelow.VendorShouldensureallrequiredmaintenancetoruntheSystemefficiently.

    1. Allequipment’srunningandstandby,tobemaintainedinworkingconditionatalltimes.InCaseofanyMinorFailure of anyEquipments / Components, vendor should attend the samewithin 3 hours and for anymajorproblemlikefailureofanycontrolcard,Compressoretc.vendorshouldattendwithin72hrs.Failureofthesamewillattractpenalty@800.00perhrs.basis.

    2. LeaktestingoftheChiller.

    3. AttendandrectificationofallmirrorbreakdownofACPlantinstantlywheresparepartsarenotrequiredforthesametoavoidanyinterruptionofACPlantoperation.

    C) MONTHLY Preventivemaintenance but not limited to the items asmention below. Vendor Should ensure allrequiredmaintenancetoruntheSystemefficiently.

    • CleaningoffiltersofallAHUs&FCUs.

    • Checking theperformanceof importantAHUs (likeADMIN,HUB,AUD,ED-HOSTEL,HOSTELBlock)parameterslikeCFM,Current,Voltage,Chilledwaterinlet/out lettemperature&Pressure,operationofallvalves,controlsetcandrecordalldata.

    • CalibrationofallSensors/gaugesetcwithrespecttocalibratedmeasuringequipments.

    • MeasuringofVibrationandNoiseLevelofallrotatingmachineandsubmitthedetailsreporttoclient.

  • Tender reference No: KOL202003001

    Page 26 of 48

    • CheckingandadjustmentofVbeltdrives.

    D) Quarterlyallinclusive,comprehensivemaintenanceforHVACSystembutnotlimitedtotheitemsasmention

    below.VendorshouldensureallrequiredmaintenancetoruntheSystemefficiently.

    • Inspectconnectionforanywaterleaksinthecoilandconnection.Checkthetightnessofhose,fittings&tightenifnecessary.ThereshouldnotbeanyfloodingofwaterfromtheAHU.

    • Checkandcleandrainpan,condensatedrainpipeandfloordrainstoensurenochokingandflooding.• Cleaningofcoolingcoils,finsandfilters,air&waterflow,releaseofairlocketc.

    • Open up the electrical control panel, inspect for any blackening of contacts, loosening of connections,componentconditionetc.rectifyifanyabnormalityisnoticed.

    • Inspecttheconditionsofthethermometersandpressuregaugesforproperfunction.• Checkforproperoperationoftheassociatedmeasuring,controlandsafetydevicelikethermostat,humidistat,

    PICVetc.Resetifrequired.

    • Check,reportandrectify,ifanyabnormalnoise/vibrationisobserved.• Checkandre-tightenanylooseboltsandnutsinpropersequence.• Cleanallthetypeairfilters.• Checkthefanbeltsforpropertension,andreplaceifnecessary,andexaminethefansforcorrectalignment,

    lubricatethebearingasrequired.• Inspecttheconditionofinsulationmaterialsandrectifyifnecessary.• Cleanthewaterstrainerofchilledwatersystem.• Checkingforleakageofoilandrefrigerantforchiller.• Toppingupsystemwithrefrigerantandoilrequiredforchiller.• Checkingtheoperationofoilseparator,motorprotector, flowswitch,slidevalvemechanism,overloadetcfor

    chiller.• Checkingconditionofoilfilterforchiller.• CheckingofMicroprocessorcontrolpanelforchiller.• Checkingthreephasevoltage&currentbalanceforchiller.• Anymaterials,partsandsparesforwatercooledscrewchillerpackage.• EntireAHUroomtobethoroughlycleanedwithvacuumcleaner&tobemadeclean&dustfree.• InspectionandcleaningofallfiltersasrequiredforAHU&FCU.• Checking of operation of fan, impeller, drive pulley, belt tension, bearing noise, abnormal sound, motor

    vibrationandnecessaryrectificationifrequired.• CleaningofdraintraysanddrainpipesforAHU&FCU.• CheckingandrectificationofAHUstarter,fusesandallelectricalconnectionasrequired.• Recordingthevaluesofsettings&temperature&RHlevelsmaintainedineacharea• Necessarydocumentationofalldatabeforeandaftermaintenance.• Checking&Rectificationofglandpacking/Mechanicalsealsforchilledwaterpump.• CheckingofallbearingforpumpandcarryoutGreasingofbearingsifrequired.• Checkingalignmentofpumpandmotorandmaintainrecordsforalignmentcheckingthroughdialgauge.• Checkingandrectificationofoperationofpumpandmotorsbearing,noise,abnormalsound,motorvibration.

    E) Quarterlyallinclusive,comprehensivemaintenanceforBMSSystembutnot limitedtotheitemsasmentionbelow.VendorshouldensureallrequiredmaintenancetoruntheSystemefficiently.

    • VisualcheckingofallBMSfielddevicelikeDDC,Controllerswitch,valves,Sensor,damper,metersetc.

    • VisualcheckingofallBMSgraphicsofallintegratedequipmentformBMSUserinterface.

    • CheckingofallAL,DO,DIandAOcommandofequipmentforBMSUserinterface.

    • CheckingofAlarm&Eventchartofpopupmessagesanalysistheirreason.

  • Tender reference No: KOL202003001

    Page 27 of 48

    • CheckingandfunctioningofallfileddeviceslikeDampers,Fans,Valves,Sensors,etc.ineveryquarter.

    • Checking of the integrations of BMS User-interface with relate IBMS system (i.e., Energy Monitoring, Fireintegrations,DGintegrations,Electricalintegrations,etc.)

    • CalibrationoftheSensor&transducerwithacalibratedtemperature/pressuresensor.

    • SoftwareCalibrationandupdating.

    F) Quarterlyallinclusive,comprehensivemaintenanceforHVACElectricalSystem.butnotlimitedtotheitemsasmentionbelow.VendorShouldensureallrequiredmaintenancetoruntheSystemefficiently.

    • CheckingofLTPanel,ChillerPanels,ChillerCSM,Starterpanels&automaticlightingsystems.

    • CheckingofDistributionBoards,MCB,RCCB,MCCB,ELCB,OLCD,VCB,MCCB&etc.

    • Checkingandrectificationoftheelectricalpanelsandelectricalconnectionsasperrequirement.

    • CheckingfunctionalityofenergymonitoringsystemthroughEBI.

    G) YEARLYPreventiveallinclusive,comprehensivemaintenancebutnot limitedtotheitemsasmentionbelow.VendorShouldensureallrequiredmaintenancetoruntheSystemefficiently.

    • PerformallDaily,Monthly&quarterlyservices.

    • Overall servicing of the unit, cleaning, reduction of noise level, checking of mechanical assemblies, foaminsulatorsoverthepipes.

    • De-scaling of copper tubes of the cooling coil (the water circuit) by suitable means as per manufacturer’srecommendationandgeneralstandards.

    • Parametercheckingbefore&afterservicing.

    • Airflowchecking&adjustment/balancing,ifrequired

    • CheckingofIRvalueformotorandheaterbanks.

    • Checkingandcalibrationoftemperatureandpressuregaugesonsupply&returnchilledwaterlinesandreplacementofthesameifrequired.

    • Checkingofunitefficiency, total capacitydeliveryof theunit&bringingit tooptimumperformance level, airflow andwater temperature measurements on supply & return ends, maintaining the lab temperature andtemperature&RHadjustments.

    • General checking of electrical switchgears controls etc. All electrical system should be checked throughcompetentpersonsasperrelevantIndianStandardandasperelectricityAct1910.

  • Tender reference No: KOL202003001

    Page 28 of 48

    • • Cleaningofductingsystemhavingdiffusers,grills,dampersetc.

    • Necessarydocumentationofparameters(before&afterservicingwork)andsubmissionofchecklist.

    • Replacement/cleaningofCoolingtowerFillsandCoolingtowerBasin.TheCostofFillstobeincludedintheAMCCost

    • Replacement/CleaningofAllAHUFilters.TheReplacementofDamageFiltersisalsoincludedintheAMCCost.

    • ReplacementofPressureGauges,Thermometer,Sensorsifrequired.

    • Annualservicingofallelectricalpanels.

    • AnnualservicingofAllChillers,Compressors,Microprocessorcontrolpanels.

    • UpdatingofallsoftwareandarrangementoflicensedsoftwarefromOEM.Thecopyoflicensesoftwaretobesubmittedtoclient.

    • All repairing, servicing etc. are including of supply of all spare parts incluing all electrical components,fuses,MCBetc.

    • Repairing/replacementofVFDDrivesforMotors&AHU.

    • Paintingofallequipments.

    • RectificationofDamageofcoolingcoilsifrequired.• OverhaulingofCompressor&allMotors.

    • RewindingofCompressormotorsandallmotorsifrequired.

    • Servicingofallvalvesincludingsupplyofgasketetc.

    NOTE:

    1. Ifitisrequiredtocleanthecoolingcoilbywaterjet,thesamehastobedonebyremovingthecoolingcoilwithallprecautionarymeasures&takingittoaconvenientplaceforfullcleaningofwater&aircircuits.Coiltobecleanedwithsuitablechemical&waterjet.ThisworkistobedonecarefullywithoutdamagingtheAHU&thecoil.ThisisalsoincludedintheAMCscopeatnoextracost.

    2. Coil,fins,filtersetc.aretobethoroughlycleanedtoachievedesiredairandwaterflowrates.3. Allthemaintenance/servicingworksshouldbecarriedoutinsuchawaysothattheequipment/unitcanbe

    used for itsoptimumperformances.Anyworkwhich is found toberequired foroptimumperformanceof thesystemhastobedone.

    4. Necessarycareshouldbetakenwhilecarryingoutalltypesofmaintenance/servicingofequipmenttoavoiddamages.Anydamagesofequipment/equipmentpartsduringtheserviceshastobereplacedfreeofcost.

  • Tender reference No: KOL202003001

    Page 29 of 48

    5. Contractorshouldsupplyallnecessarymaterialslikesuitablegradeofgrease/lubricant,cottonwaste,cleaningbrushetc.,tocarryoutservicingwithoutanyextracost.

    H)BREAKDOWNMAINTENANCE,butnot limitedtotheitemsasmentionbelow.Vendorshouldensureall requiredmaintenancetoruntheSystemefficiently.

    Anybreakdowncomplaintshouldbeattendedimmediatelytoavoiddisturbanceininstitute’sactivities.Spares&toolsrequiredtoattendanybreakdownhastobemaintained.

    Afterattendingtobreakdowns,theunit/systemshallbecloselyobserved/monitorednextdayandparametersshallbechecked&recorded.

    FINECLAUSE:Ifcomplaintsarenotattendedwithin4hoursforMinorinnature&within72hrsforMajorinnaturelikerepairingofCompressor,ControlCardsetc.thefinewillbeimposedattherateofRs.800.00perhrsbasis.

    REPAIRANDREPLACEMENTOFPARTS:

    During routine / periodic maintenance and during breakdown maintenance the tender shall repair faulty parts /equipmentwithhisresources.Repairshallbedoneinsuchawaythatitshouldnotaffecttheperformance&lifeoftheequipments,andwhiledoingmaintenancework,careshouldbetakenthatwatershouldnotcomeoutfromtheunittothelabarea.

    IfequipmentwhichisbeyondrepairshallbereplacedandwillbepaidseparatelyasapprovedbyEngineer-in-Charge.PleasereferAnnexure-Iforreplacementofparts/equipments.

    Alltheworkstobedoneasperdaily/monthly/halfyearlyoryearlyschedule.Incase,ifitrequiresthesameworktobedonein-between,sameshallbeattendedwithoutanyextracost,intheinterestofthesystem.

    Thiscontractincludessupplyandreplacementofallgenuinespareparts/consumablesoftheunitlikeblower,motor,V-belts, bearings, shaft, keyways, grip screws, fastener items, cooling coil, filters, hoses, hose clamps, switchgear&control items,OLRs,contactors,pushbuttonstations,wingnuts, indication lamps,PICV, tarfelt, elemexconnections,wiringaccessories,nipples,waterflowvalves,foaminsulation,acousticinsulation,canvas,dampers,diffusers,grillsetc.,

    The essence of the contract is to maintain the Air-conditioning & BMS system in such away that it gives desiredoptimum performance. Repair / replacement of all the parts / equipments required for proper functioning of themachine,whetherspecifiedornot,areincludedinthescopeofwork.

    PERSONNELTOWORKATSBIL;

    Thecontractorhastomanage&executealltheentrustedwork.

    For the purpose of continuous monitoring andmaintenance of the system throughout the year, contractor has todeployadequatenumberofqualifiedandexperiencedstaffmembers(Supervisor,technicians,helpers)atsiteoneverydaybasistocarryoutthededicatedwork.

  • Tender reference No: KOL202003001

    Page 30 of 48

    These staff members shall carryout the works as per the plans & schedules in consultation with the concernedengineer.ThesestaffmembersshallalsocarryoutallotherworksasentrustedbytheconcernedengineerpertainingtoACrelatedworkofSBILandshallneversay‘no’toanyoftherequirementsofSBIL.

    Dependingon thequantumofworkandexigencies, themanpowerdeployedshallvaryas required.Thecontractor,afterstudyingandunderstanding/gaugingtherequirementsofSBIL,shallfixastaffpatternathis/herdiscretionfornormalrunningofthesystem,andstrictlyadheretoit(whichmayincreaseduringexigencies).Thefollowingarethequalification&experiencepre-requisitesofthestaffdeployed;

    SlNo Natureofwork DeploymentDetails Strength

    A HVACandBMSOperation

    BMSOperator(Skilled) 3

    SupervisorforbothBMS&HVAC(HighlySkilled) 1

    HVACOperator(Skilled) 5

    Helper(Semi-Skilled) 5

  • Tender reference No: KOL202003001

    Page 31 of 48

    Thefollowingarethequalification&experiencepre-requisitesofthestaffdeployed:

    QUALIFICATIONS&EXPERIENCE:

    Supervisor,BMSOperatorandHVACOperator

    :ITI/Diploma(Air-conditioning)having4to5yearsrelevantExperience.Highlyskilled/Skilled.

    Helper :Literatewith2or3years’experience,preferablyinHVAC&IBMSmaintenance(semi-skilled)

    It is fully the responsibility of the contractor to deploy qualified staff with hands on experience, relevantLicense/permits to handle electrical, Air conditioningworks. They should be fully conversantwith relevant IndianStandardsandshouldfollowelectrical&Industrialsafetynorms/practices.

    Contractor should provideUniforms, Shoes, safety&protection gear, IdentityCards,working tools etc. to the staffdeployed,atnoextracost.

    Contractorwill ensureconsistencyofworkandwork force, correct troubleshooting,goodworkmanship, followallsafety procedures andwillmake all necessary efforts tomaintain healthy environment and reliable services.Highattritionrateofstaffisnotacceptable,andshallremainlessthan25%peryear

    Anyair-conditioningwork/exigencyofSBILevenifitisnotspecificallymentionedinthisdocumentanddonotincurcostinspares/materialshallbecarriedoutbythedeployedstaffatnoextracost.

    Ifanyof thestaffmemberappointedbyContractor is found tobe ‘notcompetent’,hehas tobereplacedbyarightpersonwithinastipulatedtimemaximum15daysfromdateofnoticeasgivenbyEngineerIncharge,SBIL.

    All the relevant documents pertaining to staff deployed, like copies of job appointment orderwith the contractor,addressproof,photocopyofIDcardetc.andanyotherdetailsassoughtshallbeprovidedtoSBIL,bythecontractorunderhisresponsibilityforthecorrectness.

    Wages of the staff deployed should not be less than as that mentioned in MinimumWage Act applicable to therespective category/experience, as on date. The ESI, PF, gratuity, bonus etc., and labour law, other rules & normsrequirementasfoundrequiredforcontractsofthisnatureshouldbemet.Thesamedetailsshallbesubmittedalongwithtenderbid.

    Innocase,thecontractororhis/heremployeesshallclaimjob/employmentwithSBIL.NotransportfacilityshallbeprovidedforthecontractorsemployeesbySBIL.

  • Tender reference No: KOL202003001

    Page 32 of 48

    It ispurelycontractor’sresponsibilitytogethisstaffacquaintedwiththesitecondition,operationandmaintenanceprocedure,Equipmentdetail,Safetydevices,Scopeofworketc.

    In case of delay, repetition ofwork, non-compliance,and inadequate staff etc. finewill be imposed as per the fineclausementioned.

    Safetyaspectsinworkplaceshavetobefollowedasperrelevantstandards&codes.Anyaccidentordamagetodeathwillbetreatedasnegligence&itispurelytheresponsibilityofcontractor.SBILisnotresponsibleforanyaccidentsordamagestodeath.Safetyofallthestaffunderthiscontractisthesoleresponsibilityofthecontractor.

    Contractorisresponsibleforthebehaviour&conductofhisworkmenandhencetheyshouldbeproperlyeducatedandcontrolled.

    TESTING,MEASURINGEQUIPMENTS,TOOLS&TACKLES:

    Allthetoolsrequiredforcarryingouttheworkstipulatedinthisdocumentshallbeprovidedbythecontractoratsite.But,thefollowingminimumsareamustatalltimes.

    Allthetechniciansandsupervisorsshouldbegivenwiththefollowing;

    1. Testlampseteach(3ph.&1Ph.)2. Threescrewdrivers(onelightduty&oneheavyduty)3. Cuttingpliers,500Vgrade4. Livelinetester,500V5. Megger1000V

    Followingcalibrated,wellmaintainedinstrumentsshouldalwaysbeavailableatsite;

    1. Clampmultimeter-4No2. Anemometer-3No3. Digitalthermometers&oneRHmeter-4No+1No4. Onemercurythermometer

    Followingtoolsshouldalwaysbeavailableatsite;

    1. Twosetsof6–7to30–32size(metric)doubleendopenspanner2. Twonos.adjustablewrencheseach(OneNo.8inch&oneNo.12inch)–total4No’s

    3. Threesetofallenkeys(2setmetric&1setinch)4.Screwdriverset(normal&star)-3set

    5. Hacksawcuttingsetswithspareblades-2sets6. Suitablebearingpuller-2No7. Vacuum&blowaircleaner-2No8. Waterpump,1ph.1HP

    Othertools&tackles;instrumentsetc.asandwhenrequiredshallbearrangedbycontractoratnoextracost.

  • Tender reference No: KOL202003001

    Page 33 of 48

    All these shall be suitably kept at site, with contractors own security arrangement. These items should always beavailableforwork.

    Noworkshallbepartiallyorfullystoppedforwantofpersonnelortoolsorinstruments.Ifsuchaneventoccurs,thefinewillbelevied.

    FINECLAUSE:

    TheAvailability& functioning ofAC&BMS system is very essential and critical.Non-availabilitymay resultmanytangible&nontangiblelossesinresearchwork,equipments,animals,tissuesetc.

    Hencealltheworkroutine,servicing,breakdownmaintenancehastobecarriedoutinaccordancewithallstandardsandstatutorynormswithminimumtimeandmaximumaccuracytoensureMaximumavailability.Failureinmeetingtheaboverequirementswillattractthe‘fine’clauseasbelow.

    Contractorshoulddeputeexperiencedpersonneltocarryoutmaintenanceworkbothlow&highsideinsuchawaythattherepetitionoftheproblemshouldbeavoided.

    a) Absenteeism:Noabsenteeismshallbeallowed.Incaseofabsenceofanystaffintheagreedstaffpattern,finewillbeimposedatoneandhalftimestherateforthedaythestaffremainsabsent.

    b) Non-Complianceofwork:Intheeventoffailureofcomplianceofawardedworkinstipulatedtimefinewillbeimposedasperdoubleofactualexpenditureincurredinattendingthesamebyotheragency.

    c) Incaseofrepeatedproblemswheretheservicepersonnelfailtodiagnosetheproblemproperly,finewillbeimposedattherateofRs.450.00perrepeats.

    SBIL/concernedengineerwillbeauthorizedtodeductamountfromthecontractorbillorsecuritydepositorinitiateanyotheractionasfoundsuitable.

    SpecificNote

    Contractormustvisitthesite;understandthesitecondition,typeofworkinvolved,quantumofworketc.forcarryingoutworks,beforequoting.

    Quotingfirmshouldhavesimilarkindofexperienceofhavingmaintainedatleasttwositeswithminimum50Nos.ofAHU/FCUunits.Supportingcertificatesinthisregardtobeenclosedinthequote.

    TOTALITY:AlltheAC&BMSrelatedworksincludingallspareparts,consumableetcinthiscontract.SBILislookingatatotalwork/troubleshootingsolutionthroughthiscontract,whichshallbemetbythecontractor.Contractorshall

  • Tender reference No: KOL202003001

    Page 34 of 48

    neversay‘no’toanyoftheACrelatedworkrequirementofSBILwhichisfoundtobereasonabletobeentrustedontohimbyEngineerIncharge.

    Quotingfirms,familiarwithworkinginsimilarkindofinstallation&proventechnical&financialrecord&havingPF,ESIregistration&labourlicenseonlyshallquote.Previousmonthpaidchallanstobeproducedeverymonthtoclaimthebills.

    Documentation–Submissionofdaily/monthly/quarterly/yearlyreportsasperSBILformatsfor:

    a) MaintainingIndividualmaintenancechecklist/Servicecardforallequipments/units.b) Preparationofscheduleofwork/updatingofrecords.c) Theperformancedetails,observationremarksd) Inventoryandhistoryrecords.e) SmoothChilleroperation,monitoring&maintaininglogsheet.

    The contractor should ensure that the staff deployed will come by wearing uniforms, safety shoes and displayingidentity cards on person. The deployed staff shall report to concerned engineer and carry outwork as per plan &schedule.Theyshouldsubmitthereportofworkdoneduringthedaywhichshallbeinspected&acceptedbyconcernedengineer.

    AllworkstobecarriedoutinaccordancewithrelevantIndianStandards.Forcarryingoutabovejobthecontractorhastomakehisownarrangementsformen,tools,tackles,spares,materials,testingandmeasuringequipment,safetyandprotectivegear/devices,transportation,etc.Ifanysmallvalueitems(valueoftheitemlessthan5000/-andnotcoveredinannexures)tobesupplied,thesameneedtobesuppliedatthemarketrate/manufacturer’spricelistinconsultationwiththeEngineerincharge.Forallsuchworksrateanalysisshallbeprovided.

    Anyair-conditioningrelatedwork/requirementofSBIL,evenifitisnotspecifiedinthisdocument,Doesnotincurcostinspares/materials,shallbecarriedoutbythestaffdeployedatsite,atnoextracost.Astheworkinvolvedisspecificinnature,thecontractorwillensurepropersupervisionatalltimes.Incaseofdeficiencyfinewillbeimposed.Runningofthesystemunderabnormalconditionorinriskwillattractfine.

    Contractorwillberesponsibleforanyactofsabotage,misdeed,in-discipline,andnegligenceonthepartofcontractororhisemployees.Penaltyorfineorlegalaction,asdecidedbyDirector,SBILshallbeimposedonthecontractor.

    IMPORTANT: Cleanliness and aesthetic finish are very important in SBIL. Hence whatever kind of work whethermaintenance,shifting,newworketc.areaandgenerateddust&debrisshouldbeproperlycleaned.Workfinishshouldbeneatandappealing.Allareaswherework is carriedout shallbecleanedand left spic&spanaftercompletionofwork.

  • Tender reference No: KOL202003001

    Page 35 of 48

    Annexure–B

    GENERALTERMSANDCONDITIONSOFCONTRACT

    STATEBANKINSTITUTEOFLEADERSHIP

    PLOTNO.IIF/2,ACTIONAREAII,STREETNo.329NEWTOWN,RAJARHAT,KOLKATA-700156

    INVITATIONFORTENDERSFORCOMPREHENSIVEAMCandOPERATIONSERVICESOFHVAC&IBMSSYSTEM

    ATSBIL,KOLKATA

    Note:

    1. Theemployees/workersemployedshallbetrainedandexperiencedtohandletheservicesaspertheScopeofworkmentionedintheAnnexure'A'.Ifsuchexperiencedhandsarenotavailable,eitherbecausetheserviceisextremelyspecialized and only in house training is possible, at least a certain percentage of employees/workers shall beexperienced/trainedwhoshallbeabletoimparttraining/expertisetoothers.

    2. TheContractorshallprovidethenameanddetailsofhispersonnel.Alistofallthenamesshallbesubmittedatthebeginning of the contract, along with a copy of each appointment order and whenever there is a change. NopersonnelwillbechangedunlessSBILhasaskedforitorwithoutadvanceapprovalofSBIL.

    3. TheContractorshallensurethatnocontractemployeesnoranyonefromhissideuseSBILtransporttocometotheworkspotorreturn.TheContractorshalluseemergencyserviceslikemedicalhelpandemergencyvehiclesofSBILin theeventofanyaccidentoremergency tohisemployees, thoughall responsibility for suchaccidentsandanyinjury/deathandorloss/damagewillfullyrestwiththeContractor.

    4. Atallpointoftime,theremustbeaminimumof90%attendanceofworkersperday.Effortsshouldbemadetoensure100%attendanceonregularbasis.Shortageofmanpowerorabsenteeismbeyond thispercentagewillbepenalizedincludingterminationofthecontract.Paymentwillhoweverberestrictedtoactualnumberofpeopleasphysicallyprovidedineachmonth.

    5. TheTenderermustindicatethedeviationinAnnexure–C,withreasonsthereofandonlyifsuchdeviation(s)is/arepartoftheworkorderissuedbySBIL,willthedeviation(s)becomepartoftheagreement.

    6. The Contractor shall supply 2 sets of uniform, includingwinter garments & shoeswithin amonth of award of

    contractandfreshtwosetswillbeissuedifthecontractisrenewedbeyondoneyearbythe13thmonthonrenewalfor2ndyear.

  • Tender reference No: KOL202003001

    Page 36 of 48

    ANEXURE–C

    SCHEDULEOFDEVIATIONS

    Sl. RequirementoftheSBIL Sl.No.Asper Deviation

    No. schedule Proposed.

    NameandAddressoftheTenderer SignatureoftheTenderer

  • Tender reference No: KOL202003001

    Page 37 of 48

    ANNEXURE–D

    STATUTORYOBLIGATIONS:

    TheContractorwill strictly observe and follow the following statutory regulations/actsaswell as anynew rules /changes as applicable, during the period of this contract. He shall be solely responsible for failure to fulfil thesestatutory obligations. The successful bidder shall indemnify / is deemed to have indemnified SBIL against all suchliabilitieswhichare likely toarise out of the Contractor’s failure to fulfil such statutory obligations. All documents,registerspertainingtothiscontractshallbemaintainedmeticulouslyandshallbeprovidedperiodicallyforinspection.The salient features of the statutory regulations/acts are listed below and it is the responsibility of the selectedContractorthattheseregulations/actsandtheiramendmentsfromtimetotimearestrictlyadheredtointotality.Evenif the Contractor appointed for this contract may be exempt from any or all of the following employee -friendlylegislation,itisincumbentonallContractorstocoveralltheiremployees/workmencoverbythistende5rwiththesecover/benefits.

    1.TheContractLabour(Abolition&RegulationsAct,1970):

    TheContractorshallobtainandproducelicensefromtheLabourCommissioner’soffice.Theywillmaintainandsubmit tous for inspectionondemandsuchrecordsasMusterRoll,PaymentRegister,AdvanceRegister,FinesRegister,etc.

    2. PaymentofWagesAct:

    ItisnecessarythattheContractor’semployeesarepaidtheirwagesaspercentralGovt.wagesact.payableforonemonthofworkingby7thofthesucceedingcalendarmonth.

    3. ProvidentFundAct:ThecontractsshallcovertheiremployeesundertheProvidentFundSchemeasperCentralGovt.rule.

    4. EmployeesStateInsuranceScheme:

    ThecontractshallcoverallyouremployeesunderEmployeesStateInsuranceSchemeasprovidedforundertherelevantrulesandshallremitthepremiumwithoutdefault.IncaseiftheESIcoverageisnotpossible,theyhavetobecoveredunderequivalentandsuitableinsurance.

    5. MinimumWagesAct:

    RateofCentralMinimumWagesascirculatedfromtimetotimebytheGovernmentofIndia,MinistryofLabour&Employment,OfficeoftheChiefLabourCommissioner(C),NewDelhi,videitsnotificationwillbefollowed.

  • Tender reference No: KOL202003001

    Page 38 of 48

    6. Workmen'sCompensation(ELI):

    All employees/ workers shall be covered for injury / death underWorkmen's Compensation Act 1923 by anEmployer'sLiabilityInsuranceinthenameoftheContractortocoverallemployedbytheContractorinSBIL.

    7. PaymentofBonus:

    BonuswillbepaidaspertheapplicableprovisionsofBonusAct,1965.

    Miscellaneous

    SBILwillnotberesponsiblefordeath,accidentorinjurytotheContractor’semployeesengagedbyhim,whichmayarise in the course of their duty at our premises, nor shall we be responsible and be liable to pay damages orcompensation to such persons or to third parties. The Contractor shall at all times indemnify and keep SBILindemnified against all claims which may be under the Workmen’s Compensation Act, 1923, or any statutorymodificationsthereoforotherwisefororinrespectofanydamagesorcompensationpayableinconsequenceofanyaccidentorinjurysustainedbyanyworkmanorotherperson/personattheSBIL.DamagestoSBILpremises,building,equipments etc, if found attributable to the Contractor or hisworkmen, such damages shall bemade good by theContractor.

    INWITNESSWHEREOFthepartiesheretohavesetandsubscribedtheirrespectivesignaturesandsealtothewritinghereinaboveonthedate,monthandyearmentionedherein.

    “SBIL” “CONTRACTOR”

    WITNESS

  • Tender reference No: KOL202003001

    Page 39 of 48

    ANNEXURE–E

    STATEBANKINSTITUTEOFLEADERSHIPPLOTNO.IIF/2,ACTIONAREAII,STREETNo.329NEWTOWN,RAJARHAT,KOLKATA–700156

    HVAC&IBMSCOMPREHENSIVEAMCANDOPERATIONSERVICESCONTRACT

    UNDERTAKINGBYTHETENDERER

    1. I/weintendtocarryoutthesubjectworkbyresortingtoengage…………….Nos.ofworkforceinamonth.

    SlNo Natureofwork DeploymentDetails Strength

    A HVACandBMSOperator

    BMSOperator 3

    SupervisorFORHVAC&BMS 1

    HVACOperator 5

    Helper 5

    2. I/Weundertaketopay thewagesequaltoormore thantheminimumwagesasapplicable(WagesfixedbyMinistryofLabour,GovernmentofIndia(or)GovernmentofWestBengal(or)Departmentrecommendedwageswhicheverishigher).

    3. I/WeundertaketocontributeforworkerstowardsPF,ESI,andELIfromtheemployer’ssideasfixedbytherelevantauthorities.

    4. I/WeundertaketopaytheBonusattherateof8.33%ofthetotal.

    5. I/Weare fully responsible for the safety and security of themen,material, tools& equipmentusedinthescopeofthecontract.

    NameandAddressoftheTenderer SignatureoftheTenderer

  • Tender reference No: KOL202003001

    Page 40 of 48

    (NameandAddressoftheIssuingBank)

    TheDy.GeneralManager(Admin),

    StateBankofInstituteofLeadership,

    Plotno.II-F/2,Roadno.329

    Rajarhat,Newtown

    Kolkata–700156

    DearSir,

    SolvencyCertificate

    This is to state that to the best of our knowledge and information M/s

    …..............................................................................................................,customerofourBankisrespectableandcanbetreatedasgood

    uptoasumofRupees…...................................................(Rupeesinwords).

    It is certified that this information is furnished without any risk and responsibility on our parting any respect

    whatover more particularly eitheras guarantor or otherwise.This certificate is issued at the specific request of the

    customer.

    Yoursfaithfully,

    BranchManager

  • Tender reference No: KOL202003001

    Page 41 of 48

    ANNEXURE-F

    (Rs.)

    PRICEBIDFORMAT

    SL.NO DESCRIPTION QUANTITY UNITS AMOUNT

    1 Comprehensive (all inclusive supply & labour of Spare parts, consumable etc as per tender scope)AnnualMaintenanceServiceContractofComplete(BothHigh&Lowend)HVACSystematSBILwithallequipmentsandaccessoriesforfiveyearsfromthedateofawardofcontract

    1.1 1styearfromthedateofawardofcontract 1 Lot.

    1.2 2ndyearfromthedateofawardofcontract 1 Lot.

    1.3 3rdyearfromthedateofawardofcontract 1 Lot.

    1.4 4thyearfromthedateofawardofcontract 1 Lot.

    1.5 5thyearfromthedateofawardofcontract 1 Lot.

    A TOTALHVACAMCPricefor5Years(1.1to1.5)

    2.0 Comprehensive Annual Maintenance Service Contract of Complete IBMS System at SBIL with allequipmentsandaccessoriesforfiveyearsfromthedateofawardofcontract

    2.1 1styearfromthedateofawardofcontract 1 Lot.

    2.2 2ndyearfromthedateofawardofcontract 1 Lot.

    2.3 3rdyearfromthedateofawardofcontract 1 Lot.

    2.4 4thyearfromthedateofawardofcontract 1 Lot.

    2.5 5thyearfromthedateofawardofcontract 1 Lot.

    B TOTALIBMSAMCPricefor5Years(1.1to1.5)

    3.0 DaytoDayOperationServiceContractofHVAC&IBMSSystematSBIL

    SL.NO Service&ServiceHeads Total Rate/month/manpower

    Cost/month

    3.1 HighlySkilled(Supervisor) 1

    3.2 Skilled(BMS&HVACOperator) 8

    3.3 Semi-Skilled(Helper) 5

    Note : The detail cost break up for each category of employee likeBasic, ESI, PF, Bonus etc. to be provided by the bidder as perAnnexureonthenextpage.Therateshouldcomplywiththepresentrate of Central Govt.MinimumWages Act. Any change in future inCentral Govt. norms, will be applicable and salary falling belowCentralGovt.MinimumWageswillberevisedaccordingly.

  • Tender reference No: KOL202003001

    Page 42 of 48

    C TotalManpowerCost(permonth)

    3.4 Service Charges per Person Per Month subject to maximumRs.2160/-

    D TotalServiceChargespermonthfor14manpower

    E Totalcostforonemonthtowardsmanpowercost,includingservicecharges(C+D)

    F TotalcostforDaytoDayOperationcontractofHVAC&BMASEquipmentsfor1Year(EX12)

    G TotalcostforDaytoDayOperationServiceContractofHVAC&IBMSSystematSBILfor5Years(FX5)

    H TotalBidAmount(A+B+G)

  • Tender reference No: KOL202003001

    Page 43 of 48

    ANNEXURE

    Break-upofRateofSalaryPerMonthPerEmployee

    Note:

    a) ModalitiesforpaymentofGratuity,ifconsideredaspayablewillbedecidedlateron.

    b) Medical Insurance for thosepositionswhicharenoteligible forESI.Total sumassuredperemployeewillbeRs.2.00lacs.However,maximumpremiumreimbursablebytheBankwillberestrictedtoRs.5000.00/employee/annum.Intheeventofresignation/termination/substitutionofanyemployeeinsuchpositionspremiumformedicalinsuranceofthenewemployeewillnotbereimbursedbytheBank.

    c) Accidental Insurance Coverage of Rs.5 lacs per employee is to be arranged by the Contractor. Premium(MaximumRs.15peremployeepermonth)amountwillbereimbursedbytheBank.

    SlNo Position Supervisor BMS/HVACOperator

    Helper

    CategoryasperMinimumWagesAct Highly

    SkilledSkilled Semi-

    Skilled

    Rs. Rs. Rs.

    1 MinWages/day 797.00 733.00 666.00

    2 Basic(MinWagesX26) 20722.00 19058.00 17316.00

    3 HRA 1036.10 952.90 865.80

    4 OtherAllowance

    5 UniformAllowance 200.00 200.00 200.00

    6 PF

    7 ESI

    8Bonus(OnlyforeligibleemployeesasperBonusAct,1965)

    9 LeaveWages

    10 TotalSalaryPerMonth

  • Tender reference No: KOL202003001

    Page 44 of 48

    Annexure-II

    The steps involved in making the payment through SB Collect are as under:-

    1. The Vendor needs to use SBI internet banking site http://www/onlinesbi.com/.

    2. Select “SB Collect” from Top Menu, that will lead to the next page:

    3. “Proceed” will lead to the next page”

    4. Select “All India” in State of Corporate/Institution” & select “Commercial Services” in “Type of Corporate/Institution”.

    5. “Go” will lead to the next page”

    6. Select “SBI Infra Management Solutions” in Commercial Services Name and “Submit”

    7. Select “Tender Application Fee” in “Payment Category” and enter the “Tender ID” exactly as we preloaded with characters in Uppercase only in place of Circle Codes.

    8. The next page will be ready with few of the Preloaded Tender Details:

    9. The Vender will have to fill up the fields properly and upon making the payment a receipt will be generated with a Reference No.

    NOTE: Any type of vender, whether dealing with SBI or other bank can use the SB Collect facility.

    Even a contractor not dealing with any bank can use this portal and generate challan and deposit by cash in any SBI branch. The bank charges for cash deposit wil1l be also borne by the vender himself.

  • Tender reference No: KOL202003001

    Page 45 of 48

  • Tender reference No: KOL202003001

    Page 46 of 48

  • Tender reference No: KOL202003001

    Page 47 of 48

  • Tender reference No: KOL202003001

    Page 48 of 48

    SPECIAL NOTE:

    1. VENDORS ARE REQUESTED TO SUBMIT THE COPY OF PAYMENT RECEIPT OF TENDER APPLICATION FEE ALONG WITH THE TECHNICAL BID IN HARD COPY. 2. VENDORS ARE REQUESTED TO CONTACT THE CONCERNED EIC/PERSON OF SBI OF SBIMSPL, CO-KOL FOR ANY FURTHER QUARRY RELATED TO THIS PROJECT.