Top Banner
NIPER, S.A.S NAGAR Page 1 INDEX 2. Operation & Maintenance (CMC & AMC) of Centralized Air Conditioning Plant and other Air Conditioning Equipments at NIPER, S.A.S. Nagar. S. No. Description of Items Pages TECHNICAL BID 1. Index 1 2. Notice Inviting e-Tender 2 3. Check List 3 4. Form 6 for e-Tendering 4 - 7 5. Information & Instructions for Bidders 8 - 9 6. Tender & Contract 10 11 7. Integrity Pact 12 18 8. General Terms & Conditions of Contract 19 - 29 9. Scope of Works 30 - 38 10. Terms & Conditions to be read with Scope of Work 39 - 42 11. List of Air Conditioning Equipments under CMC/AMC 43 - 44 12. Special Conditions of Contract 45 - 50 PRICE BID 13. BOQ Part A (Services) 51 - 52 14. BOQ Part B (Manpower for Operation and Maintenance) 53 - 55 15. Summary of total Cost of BOQ Part A and Part B (Annexure-II) 56 **************
56

technical bid - NIPER SAS Nagar......

Apr 20, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 1

INDEX

2. Operation & Maintenance (CMC & AMC) of Centralized Air Conditioning Plant and

other Air Conditioning Equipments at NIPER, S.A.S. Nagar.

S. No. Description of Items Pages

TECHNICAL BID

1. Index 1

2. Notice Inviting e-Tender 2

3. Check List 3

4. Form 6 for e-Tendering 4 - 7

5. Information & Instructions for Bidders 8 - 9

6. Tender & Contract 10 – 11

7. Integrity Pact 12 – 18

8. General Terms & Conditions of Contract 19 - 29

9. Scope of Works 30 - 38

10. Terms & Conditions to be read with Scope of Work 39 - 42

11. List of Air Conditioning Equipments under CMC/AMC 43 - 44

12. Special Conditions of Contract 45 - 50

PRICE BID

13. BOQ – Part A (Services) 51 - 52

14. BOQ – Part B (Manpower for Operation and Maintenance) 53 - 55

15. Summary of total Cost of BOQ Part A and Part B (Annexure-II) 56

**************

Page 2: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 2

NOTICE INVITING e-TENDERS

The National Institute of Pharmaceutical Education & Research (NIPER), Sector-67, S.A.S. Nagar-160062

invites online item rate bids on behalf of the Director NIPER, S.A.S. Nagar from agencies enlisted with CPWD, State PWD, MES and Railway dealing in similar type of jobs on two bid system (Eligibility Bid &

Financial Bid) for the following work :-

NIT No.: T6/2020, Name of Work: Operation & Maintenance (CMC & AMC) of Centralized

Air Conditioning Plant and other Air Conditioning Equipments at NIPER, S.A.S. Nagar,

Estimated Cost: Rs. 36.55 Lakh, Earnest Money : Rs. 73,100/-, Period of Completion: One Year, Last date

and time of submission of bid: 29.09.2020 upto 5:00 PM, Date and time of opening of Eligibility

bid: 30.09.2020 at 11.00 AM,

Earnest Money Deposit (EMD) for an amount of Rs. 73,100/- (Rupees Seventy Three Thousand

One Hundred only) which is refundable by RTGS/NEFT favour of “Director NIPER”, having

A/c No. 55034549623, IFS Code SBIN0051018, State bank of India, NIPER Branch Sector 67,

SAS Nagar, Mohali,. It is further required that the the E-receipt/UTR No./proof of deposit of

EMD attached with technical bid

The tender forms and other details can be obtained from the website:

http://tenderwizard.com/NIPER and official website of the NIPER, S.A.S. Nagar at http://niper/gov.in.

Press notice is also available on NIPER website. The contractors are requested to get their firm registered on the

website http://tenderwizard.com/ NIPER , for participating in e-tendering process

.

For participating in the above e-tender, the bidder shall have to get themselves registered with

http://tenderwizard.com/NIPER and get user ID & password. Class 3 Digital Signature

Certificate (DSC) is mandatory to participate in the e-tendering process. . It is advisable to

complete the online submission process well before time to avoid any delay in submission For

any clarification/difficulty regarding e-tendering Process flow please contact on helpdesk

numbers 09257209340, 08045628821, 0172-5035950

SECTION-I PRESS NOTICE

Page 3: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 3

SECTION-II CHECK LIST

CHECK LIST FOR CONTRACTORS FOR SUBMISSION OF TENDERS ONLINE:

1. THE CONTRACTOR MUST UPLOAD THE NECESSARY DOCUMENTS AS MENTIONED IN LIST OF DOCUMENTS TO BE SCANNED AND UPLOADED WITHIN THE PERIOD OF BID

SUBMISSION AT PAGE 8 OF BID DOCUMENTS.

2. IF ANY DISCREPANCY IS NOTICED BETWEEN UPLOADED EMD AT THE TIME OF

SUBMISSION OF BID AND EMD SUBMITTED BY THE BIDDERS IN THE OFFICE OF

BID OPENING AUTHORITY, THE BID SUBMITTED SHALL BECOME INVALID.

3. TENDER TO BE WITNESSED AT SPECIFIED PAGE OF TENDERED DOCUMENTS AT THE TIME OF DRAWING AGREEMENT WITH THE SUCCESSFUL BIDDER

4. THE TENDER / TENDERS CONTAINING CONDITIONS CONTRARY TO THOSE SPECIFIED IN

THIS DOCUMENT SHALL BE SUMMARILY REJECTED.

5. THE INTENDING BIDDER SHALL QUOTE HIS ITEM RATES IN FIGURE ONLY. THE ITEM

RATES IN WORDS & AMOUNT IS GENERATED AUTOMATICALLY. THEREFORE, THE ITEM RATE QUOTED BY THE BIDDER IN FIGURES IS TO BE TAKEN AS CORRECT.

6. THE CONTRACTOR(S) SHALL QUOTE THE RATES KEEPING IN MIND, GENERAL CONDITIONS OF CONTRACT, TECHNICAL SPECIFICATIONS, SPECIAL CONDITIONS OF

CONTRACT ETC.

7. THE BIDDER CAN UPLOAD HIS BID ONLY AFTER SUBMISSION OF E-TENDER

PROCESSING FEE AS MENTIONED AT PAGE 4 OF THE BID DOCUMENTS.

8. ONCE THE BID UPLOADED BY THE BIDDER IS WITHDRAWN, HE WILL NOT BE ALLOWED

TO RESUBMIT HIS BID, HOWEVER, HE CAN EDIT HIS BID ANY NUMBER OF TIMES BUT

BEFORE LAST DATE & TIME OF SUBMISSION OF BID.

Page 4: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 4

SECTION-III Form- 6 FOR

e TENDERING

1. Bids are invited on behalf of the Director NIPER, S.A.S. Nagar from the Specialized agencies dealing

in similar type of jobs for the work of "Operation & Maintenance (CMC & AMC) of

Centralized Air Conditioning Plant and other Air Conditioning Equipments at

NIPER, S.A.S. Nagar".

1.1 The work is estimated to cost Rs. 36.55 Lakh. This estimate, however, is given merely as a rough guide.

1.2 Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not accepted

1.2.1 Intending bidders is eligible to submit the bid provided he has definite proof from the appropriate

authority, which shall be to the satisfaction of the competent authority, of having:-

Average annual financial turnover during the last 3 years ending 31st March of previous financial year

should be at least Rs. 18.28 lakhs.

Should not have incurred loss in more than 2 years during the last 3 years ending 31st March of previous

financial year.

Satisfactorily completed three similar jobs each costing not less than Rs 14.62 Lakh OR two similar jobs

each costing not less than Rs. 21.93 Lakh OR one similar jobs costing not less than Rs. 29.24 Lakh in last 7 years ending previous day of last date of submission of bids.

(Similar jobs shall mean "Operation & Maintenance (Comprehensive) of Centralized Air

Conditioning Plant having total chiller capacity of minimum 400TR including other Air

Conditioning equipments like cooling towers, pumps, electrical panels, hot water

generators, AHUs, FCUs” for at least two years in continuation in any govt.

organizations/PSU’s/Railways/Govt institutes/Govt. hospitals. The value of executed works shall be brought to current costing level by enhancing the actual value of

work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of

applications for bids.

1.2.2 To become eligible, the bidders shall have to furnish an affidavit as under:-

I/We undertake and confirm that eligible similar works(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of

Department, then I/we shall be debarred for bidding in NIPER, S.A.S. Nagar in future forever. Also, if

such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. (Scanned

copy to be uploaded at the time of submission of bid)

1.2.3 The bidders should have Valid PAN No. 1.2.4 The bidders should have Certificate of Registration for GST.

1.2.5 The bidders should have ESI & EPF No.

1.2.6 The bidders should have enlistment./registration with CPWD/state PWD/PSU’s/Govt institution (who have received similar nature of services)

1.2.7 The bidders should have financial certificate from CA for the last three financial years with profit and

Loss statement.

1.2.8 The bidders should have work experience in form of completion certificate of particular awarded orders. 1.2.9 The bidders should have valid Electric license.

1.2.10 The bidders should have firm/company registration certificate: Proprietorship/partnership deed/ltd

company / as applicable. 1.2.11 The bidder should have of Power of Attorney, if applicable.

1.2.12 The bidders should have OHSAS 18001 certificate.

Page 5: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 5

1.2.13 It is presumed that all the bidders who have submitted the bid have gone through the entire bid

documents including integrity pact and that all the terms & conditions are acceptable to them.

1.2.14 If any agency/contractor has more than 2 (two) projects pending for more than 1 (one) year after schedule date of completion or has any 1 (one) project pending for more than 2 (two ) years after

schedule date of completion at NIPER, S.A.S. Nagar, he is not eligible for tendering.

2. Agreement shall be drawn with the successful bidders on General Conditions of Contract which is

available with the concerned office and official website of the Institute http://niper/gov.in. and the bidders shall quote his rates as per various terms and conditions of the said form subject to the exclusions /

modifications attached at along with amendments uploaded on the official website of the Institute which

will form part of the agreement.

3. The site for the work is available

4. The bid document consisting of plans, specifications, the schedule of quantities of various types of

items to be executed and the set of terms and conditions of the contract to be complied with and other

necessary documents except General Conditions of Contract Form can be seen on website

http://tenderwizard.com/NIPER and official website of the NIPER, S.A.S. Nagar at http://niper/gov.in. free of cost.

5. After submission of the bid the contractor can re-submit revised bid any number of times but before

last time and date of submission of bid as notified.

6. While submitting the revised bid, contractor can revise the rate of one or more item(s) any

number of times (he need not re-enter rate of all the items) but before last time and date of

submission of bid as notified.

7. When bids are invited in three stage system and if it is desired to submit revised financial bid

then it shall be mandatory to submit revised financial bid. If not submitted then the bid submitted

earlier shall become invalid.

8. The tenderer shall be required to submit the Earnest Money Deposit (EMD) for an amount

of Rs. 73,100/- (Rupees Seventy Three Thousand One Hundred only)) which is refundable

by RTGS/NEFT favour of “Director NIPER”, having A/c No. 55034549623, IFS Code

SBIN0051018, State bank of India, NIPER Branch Sector 67, SAS Nagar, Mohali,. It is

further required that the the E-receipt/UTR No./proof of deposit of EMD attached with

technical bid and e_tendering mode along with other relevant documents. In case of non

receipt of tender fee and earnest money in tender, the tender will be straightway rejected.

Interested contractor who wish to participate in the bid has also to make following payments

within the period of bid submission:

e-tender processing fee - Rs. __________/- plus GST as applicable shall be payable to M/s ITI Limited

through their e-gateway by credit /debit card, internet banking or RGTS/NEFT facility.

Copy of certificate of work experience and other documents as specified in the press notice shall be scanned and uploaded to the e-Tendering website within the period of bid submission. However, certified

copy of all the scanned and uploaded documents as specified in press notice shall have to be submitted by

the lowest bidder within a week physically in the office of tender opening authority.

Online bid documents submitted by intending bidders shall be opened only of those bidders, who has deposited e-Tender Processing Fee with M/s ITI Limited and Earnest Money Deposit and other

documents scanned and uploaded are found in order.

The bid submitted shall be opened on 30.09.2020 at 11.00 AM

9. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:

Page 6: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 6

(i) The bidder is found ineligible.

(ii) The bidder does not upload all the documents (PAN No. & GST registration etc.) as stipulated in the

bid document. (iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and

hard copies as submitted physically by the lowest bidder in the office of bid opening authority.

(iv) The intending bidder does not deposit EMD online

(v) If a tenderer does not quote any percentage above / below on the total amount of the tender or any

section/ sub head, the tender shall be treated as invalid and will not be considered as lowest tenderer.

(vi) If a tendered amount works out to "Zero" as per percentage quoted by the bidder, the tender shall be

treated as invalid and will not be considered as lowest tenderer.

10. The contractor whose bid is accepted, will be required to furnish Performance Guarantee of 5% (Five

Percent) of the tendered amount within the period specified. This guarantee shall be in the form of Deposit at

Call receipt of any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled

bank/Pay order of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government

Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India

in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee

within the stipulated period including the extended period if any, the Earnest Money deposited by the

contractor shall be forfeited automatically without any notice to the contractor. The Earnest Money

deposited along with bid shall be returned after receiving the aforesaid performance guarantee.

The contractor whose bid is accepted will also be required to furnish either copy of applicable licenses/

registrations or proof of applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW

Welfare Board including Provident Fund Code No. if applicable and also ensure the compliance of aforesaid

provisions by the contractor, if any engaged by the sub contractor for the said work and Programme Chart

(Time and Progress) within the Period specified.

Performance guarantee shall be released to the contractor only after the release of any liability with

respect to completion status of works/workers/manpower engaged under this contract and

satisfactory handing over the site to the NIPER, S.A.S. Nagar.

11. The description of the work is as follows:

"Operation & Maintenance (CMC & AMC) of Centralized Air Conditioning Plant

and other Air Conditioning Equipments at NIPER, S.A.S. Nagar".

Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is

practicable), the form and nature of the site, the means of access to the site, the accommodation they

may require and in general shall themselves obtain all necessary information as to risks, contingencies

and other circumstances which may influence or affect their bid. A bidders shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charge consequent on any

misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging and

maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and all other services required for executing the work

unless otherwise specifically provided for in the contract documents. Submission of a bid by a bidders

implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and

plant, etc. will be issued to him by the Government and local conditions and other factors having a

bearing on the execution of the work.

12. Director, NIPER, S.A.S. Nagar does not bind itself to accept the lowest or any other bid and reserves to itself the authority to reject any or all the bids received without the assignment of any reason. All bids

in which any of the prescribed condition is not fulfilled or any condition including that of conditional

rebate is put forth by the bidders shall be summarily rejected. 13. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids

submitted by the contractors who resort to canvassing will be liable for rejection.

14. Director, NIPER, S.A.S. Nagar reserves to himself the right of accepting the whole or any part of the

bid and the bidders shall be bound to perform the same at the rate quoted.

Page 7: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 7

15. The contractor shall not be permitted to bid for works in the Institute’s Engineering Department

(responsible for award and execution of contracts) in which his near relative is posted as Divisional

Accountant or as an officer in any capacity between the grades of Assistant Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are

subsequently employed by him and who are near relatives to any gazetted officer in the Institute. Any

breach of this condition by the contractor would render him liable to be removed from the approved list

of contractors of NIPER 16. No Engineer or other officers employed in Engineering or Administrative duties in Institute is allowed

to work as a contractor for a period of one year after his retirement from Institute’s service without the

previous permission of the competent authority in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not

obtained the permission of the competent authority as aforesaid before submission of the tender or

engagement in the contractor’s service.

17. The bid for the works shall remain open for acceptance for a period of Ninety (90) days from the date of opening of bids. If any bidders withdraws his tender before the said period or issue of letter of

acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the bid

which are not acceptable to the department, then the Institute shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidders shall

not be allowed to participate in the rebidding process of the work.

18. SIGNING OF CONTRACT The successful tenderer/ contractor, on acceptance of his tender by the Accepting authority shall, within

15 days from the stipulated date of start of the work sign the contract consisting of:

i) The notice inviting tender, all the documents including drawings if any forming the tender as issued at

the time of invitation of tender and accepting thereof together with any correspondence leading thereto.

ii) Standard form as mentioned consisting of:

a) Various standard clauses with corrections up to date as stipulated along with annexure thereto. b) Safety codes.

c) Model rules for the protection of health, sanitary arrangements for the workers employed by the

contractor. d) Contractor’s labour regulations.

List of acts and omissions for which fines can be imposed.

19. For Composite Bids (Not Applicable)

20. All the payments to the contractor shall be deposited in their bank account through RTGS and the contractor shall submit the detail of his bank account & IFSC code after award of work including any

statutory details required if any as applicable .

21. In case, date for opening of Eligibility / Financial bid is declared/happens to be public holiday, the

Eligibility / Financial bid will be opened on the next working day.

Page 8: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 8

SECTION-IV

INFORMATION AND INSTRUCTIONS FOR BIDDERS

FOR E-TENDERING FORMING PART OF BID

DOCUMENT

On behalf of the Director, NIPER, S.A.S. Nagar invites online item wise rate bids from the Specialized

agencies dealing in similar type of jobs on two bid system for the following work:-

1. NIT No. T6/2020

2. Name of work & Location "Operation & Maintenance (CMC &

AMC) of Centralized Air Conditioning

Plant and other Air Conditioning

Equipments at NIPER, S.A.S. Nagar".

3. Estimated cost put to bid Rs. 36.55 lacs

4. Earnest Money Rs. 73,100 /-

5. Period of Completion 1 Year

6. Last date & time of submission of

bid, Online EMD, e-tender

processing fee and other documents

as specified in the press notice

29 .09.2020 upto 5:00 PM

7. Date &Time of opening of Eligibility

bid

30 .09.2020 at 11.00 AM

8. Date &Time of opening of financial

bid

Define Later

1. Contractors who fulfill the following requirements shall be eligible to apply.

a). Joint ventures are not accepted b) Should have satisfactorily completed the jobs as mentioned below during the last Seven years

ending previous day of last date of submission of bids.

Three similar jobs each costing not less than Rs. 14.62 Lakh OR two similar jobs each costing not less than Rs. 21.93 Lakh OR one similar jobs costing not less than Rs. 29.24 Lakh in last 7 years ending

previous day of last date of submission of bids. (Similar jobs shall mean " (Similar jobs shall mean "

"Operation & Maintenance (CMC & AMC) of Centralized Air Conditioning Plant

and other Air Conditioning Equipments in govt organizations/PSU’s /reputed

Pharmaceutical companies.

The value of executed works shall be brought to current costing level by enhancing the actual value of work

at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of applications

for bids.

2. The intending bidder must read the terms and conditions of Form-6 carefully. He should only submit his bid if he considers himself eligible and he is in possession of all the documents required.

3. Information and Instructions for bidders posted on website shall form of bid document.

4. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary

documents can be seen and downloaded from the website: http://tenderwizard.com/NIPER and official

website of the NIPER, S.A.S. Nagar at http://niper/gov.in free of cost.

5. But the bid can only can only be submitted after depositing Processing Fee in favour of ITI Limited

and uploading the mandatory scanned documents and other documents as specified.

Page 9: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 9

6. Those contractors not registered on the website mentioned above, are required to get registered beforehand. If needed they can be imparted training on online bidding process as per details available on the website.

7. The intending bidder must have valid class-III digital signature to submit the bid.

8. On opening date, the contractor can login and see the bid opening process. After opening of bids he will

receive the competitor bid sheets.

9. Contractor can upload documents in the form of JPG format and PDF format.

10. Contractor must ensure to quote item wise rate in the Schedule of Quantity. The column meant for quoting item wise rate in figures appears in pink colour and the moment rate is entered, it turns sky blue.

11. The Eligibility bid shall be opened first on due date and time as mentioned above. The financial bid of

contractors qualifying the eligibility bid shall be opened at a later date as mentioned in the Press Notice Inviting Tender.

12. The agency shall submit the status of his firm w.r.t. proprietory firm / partnership firm or Limited company

as per detail given below:-

If the bidder is a proprietary firm, a self undertaking of the proprietorship shall be uploaded by the bidder.

If the bidder is a firm in partnership, the bid documents shall be signed by all the partners of the firm above their full typewritten names and current addresses, or, alternatively, by a partner holding power of attorney

for the firm. In the later case a certified copy of the power of attorney should be uploaded. In both cases a

certified copy of the partnership deed and current address of all the partners of the firm should also be uploaded.

If the bidder is a limited company or a corporation, the bid documents shall be signed by a duly authorized person holding power of attorney for signing the bid documents accompanied by a copy of the power of

attorney / Authorization Letter. The bidder should also furnish a copy of the Memorandum of Articles of

Association duly attested by a Public Notary.

13. LIST OF DOCUMENTS TO BE SCANNED AND UPLOADED WITHIN THE PERIOD OF BID

SUBMISSION:

a. Scanned copy of Online deposited proof of EMD.

b. Scanned copy of Enlistment./registration with CPWD/state PWD/PSU’s/Govt institution (who have

received similar nature of services)

c. Scanned copy of PAN Card. d. Scanned copy of GST registration

e. Scanned copy of EPF and ESI registration of individual company/firm.

f. Scanned copy of financial certificate from CA for the last three financial years with profit and Loss statement.

g. Scanned copy of work experience.

h. Scanned copy of valid Electric license. i. Scanned copy of registration : Proprietorship/partnership deed/ltd company / as applicable.

j. Scanned copy of Power of Attorney.

k. Scanned copy of Tender Acceptance Letter.

l. Scanned copy of registered service centre within tricity/ 50 km radius of NIPER, SAS Nagar.

m. Scanned copy of OHSAS 18001 certificate

Page 10: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 10

Form- 7/8

SECTION-V TENDER AND CONTRACT

Item wise Rate Tender & Contract For Works

Tender for the work of "Operation & Maintenance (CMC & AMC) of Centralized Air

Conditioning Plant and other Air Conditioning Equipments at NIPER, S.A.S. Nagar" only.

(i) To be submitted online - 29.09.2020 upto 05.00 AM

(ii) Eligibility Bid To be opened online - 30.09.2020 upto 11.00 AM

(iii) Financial Bid To be opened online - Define Later

TENDER

I/we have read and examined the notice inviting tender, Drawings and Designs, General Rules and Directions, conditions of Contract, clauses of contract, special conditions, additional terms & conditions &

specifications, schedule of rate and other documents and rules referred to in the conditions of contract and all

other contents in the tender documents for the work .

I/we hereby tender for the execution of the work specified for the Institute within the time

specified in relevant clause. schedule of quantities and in accordance in all respects with the

specifications, designs, drawings and instructions in writing referred to general rules and Directions and

in relevant Clauses of the conditions of contract and with such materials as are provided for, by, and in

respects in accordance with, such conditions so far as applicable.

I/we agree to keep the tender open for 90 days from the due date of opening of financial bid and not to make

any modifications in its terms and conditions.

A sum of Rs. 73,100/- is hereby forwarded in the shape of deposit at call receipt of a scheduled bank/

demand draft of a scheduled bank/ Fixed deposit receipt of scheduled bank in favour of the Director, NIPER,

payable at Chandigarh/S.A.S. Nagar as earnest money. If I/We, fail to furnish the prescribed performance

guarantee within prescribed period. I/We agree that the said the Director, NIPER or his successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely.

Further, if I/We fail to commence work as specified, I/We agree that Director NIPER or the successors in office

shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely. The said performance guarantee shall be a guarantee to

execute all the works referred to in the tender documents upon the terms and conditions contained or referred to

therein and to carry out such deviation as may be ordered upto maximum of the percentage mentioned in tender documents and those in excess of that limit at the rates to be determined in accordance with the provision

contained in tender form. Further, I/We agree that in case of forfeiture of Earnest Money & Performance

Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

Page 11: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 11

I/We undertake and confirm that eligible similar work(s) has/have not been got executed through

another contractor on back to back basis. Further that, if such a violation comes to the notice of institute, then

I/We shall be debarred for tendering in NIPER, S.A.S. Nagar in future forever. Also, if such a violation comes to the notice of institute before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire

amount of Earnest Money Deposit/Performance Guarantee.

I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived there

from to any person other than a person to whom I/We am/are authorized to communicate the same or use the

information in any manner prejudicial to the safety of the Institute.

Dated:- Signature of Contractor

Postal Address:

Witness:

Address: Telephone No.:

Fax No.:

Occupation: E-Mail.:

A C C E P T A N C E

The above tender (as modified by you as provided in the letters mentioned hereunder) is

accepted by me for and on behalf of the Institute for a sum of Rs.______________________________

The letters referred to below shall form part of this contract agreement:

i) __________________________________________________________________

ii) __________________________________________________________________ iii) _________________________________________________________________

For & on behalf of the Director,

Dated________ NIPER, S.A.S. Nagar.

Page 12: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 12

SECTION-VI INTEGRITY PACT

To,

………………………..,

………………………..,

………………………..

Sub: NIT No. for the work "Operation & Maintenance (CMC &

AMC) of Centralized Air Conditioning Plant and other Air Conditioning

Equipments at NIPER, S.A.S. Nagar".

Dear Sir,

It is here by declared that NIPER, S.A.S. Nagar is committed to follow the principle of

transparency, equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the

Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents, failing which the

tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be summarily

rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the same

shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the Institute.

Yours faithfully

For & on behalf of the Director,

Dated________ NIPER, S.A.S. Nagar.

Page 13: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 13

To,

NIPER, S.A.S. Nagar, ………………………..,

………………………..

Sub: Submission of Tender for the work of "Operation & Maintenance (CMC & AMC)

of Centralized Air Conditioning Plant and other Air Conditioning

Equipments at NIPER, S.A.S. Nagar". Dear Sir,

I/We acknowledge that NIPER, S.A.S. Nagar is committed to follow the principles thereof as

enumerated in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition

that I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing

which I/We will stand disqualified from the tendering process.

I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN

UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT. I/We confirm acceptance

and compliance with the Integrity Agreement in letter and spirit and further agree that execution of the said

Integrity Agreement shall be separate and distinct from the main contract, which will come into existence when

tender/bid is finally accepted by NIPER, S.A.S. Nagar. I/We acknowledge and accept the duration of the

Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity

Agreement, while submitting the tender/bid, NIPER, S.A.S. Nagar shall have unqualified, absolute and

unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and

conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Page 14: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 14

To be signed by the bidder and same signatory competent / authorized to sign the relevant contract on

behalf of Institute.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this ........... day of ...........20...... BETWEEN

Director, NIPER, S.A.S. Nagar (Hereinafter referred as the (Address of Division) ‘Principal/Owner’, which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns)

AND ............................................................................................................. (Name and Address of the Individual/firm/Company) through .................................................................... (Hereinafter referred to as the

(Details of duly authorized signatory) “Bidder/Contractor” and which expression shall unless repugnant to the

meaning or context hereof include its successors and permitted assigns) Preamble WHEREAS the Principal /

Owner has floated the Tender (NIT No.................................) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for

.......................................................................................... (Name of work) hereinafter referred to as the

“Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,

regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and

Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity

Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also

be read as integral part and parcel of the Tender/Bid documents and Contract between the parties. NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as

follows and this Pact witnesses as under:

Article 1: Commitment of the Principal/Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in

connection with the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the same

information and will not provide to any Bidder(s) confidential / additional information through which the

Bidder(s) could obtain an advantage in relation to the Tender process or the Contract execution.

(c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose conduct in the

past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal

offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform

the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down

policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)

1) It is required that each Bidder/Contractor (including their respective officers, employees and agents) adhere

to the highest ethical standards, and report to the Institute all suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the tendering process and throughout the

negotiation or award of a contract.

Page 15: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 15

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption. He

commits himself to observe the following principles during his participation in the Tender process and during

the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give to

any of the Principal/Owner’s employees involved in the Tender process or execution of the Contract or to any

third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the Tender process or during the execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications,

subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to

cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the

Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to others, any information or documents provided by the Principal/Owner as part of the business relationship,

regarding plans, technical proposals and business details, including information contained or transmitted

electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of agents/representatives

in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on behalf of the foreign principal or the foreign

principal directly could bid in a tender but not both. Further, in cases where an agent participate in a tender on

behalf of one manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with the first manufacturer in a subsequent/parallel tender for the same item.

d) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per proforma enclosed) any and all payments he has made, is committed to or intends to make to agents, brokers or any other

intermediaries in connection with the award of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to omit offences outlined above or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent practice means a willful misrepresentation or omission of facts or submission of fake/forged documents in order

to induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage by or causing

damage to justified interest of others and/or to influence the procurement process to the detriment of the

Institute interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive Practices (means the act of obtaining something, compelling an action or influencing a decision through intimidation,

threat or the use of force directly or indirectly, where potential or actual injury may befall upon a person, his/

her reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its

established policies and laid down procedures, the Principal/Owner shall have the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to

respect and uphold the Principal/Owner’s absolute right:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a

transgression through a violation of Article 2 above or in any other form, such as to put his reliability or

credibility in question, the Principal/Owner after giving 14 days notice to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if already

executed or exclude the Bidder/Contractor from future contract award processes.

Page 16: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 16

The imposition and duration of the exclusion will be determined by the severity of transgression and determined

by the Principal/Owner. Such exclusion may be forever or for a limited period as decided by the

Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has disqualified the

Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the Contract or

has accrued the right to terminate/determine the Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have accrued to the Principal/Owner, may in its considered opinion

forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the

Bidder/Contractor. 3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of an

employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within the

meaning of Indian Penal code (IPC)/Prevention of Corruption Act, or if the Principal/Owner has substantive

suspicion in this regard, the Principal/Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other Company in

any country confirming to the anticorruption approach or with Central Government or State Government or any other Central/State Public Sector Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process or

action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit by

the Principal/ Owner. 3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and has

installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke the

exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/ Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity

with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of the principles laid

down in this agreement/Pact by any of its Subcontractors/ sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and Contractors. 3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the

Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender

process, from the Tender process.

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12 months after the completion of work under the contract or till the continuation of defect liability period, whichever is

more and for all other bidders, till the Contract has been awarded. If any claim is made/lodged during the time,

the same shall be binding and continue to be valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by the Competent Authority of NIPER, S.A.S. Nagar.

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the S.A.S. Nagar/ Chandigarh.

2) Changes and supplements need to be made in writing. Side agreements have not been made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or

more partner holding power of attorney signed by all partners and consortium members. In case of a Company, the Pact must be signed by a representative duly authorized by board resolution.

Page 17: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 17

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid.

In this case, the parties will strive to come to an agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising

between the parties with regard to the terms of this Integrity Agreement / Pact, any action taken by the

Owner/Principal in accordance with this Integrity Agreement/ Pact or interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies

belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative and not

alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the Tender/Contact documents with regard any of the provisions

covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first

above mentioned in the presence of following witnesses:

...............................................................

(For and on behalf of Principal/Owner)

.................................................................

(For and on behalf of Bidder/Contractor)

WITNESSES:

1. .............................................. (signature, name and address)

2. ............................................... (signature, name and address)

Place:

Dated :

Page 18: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 18

PERFORMA FOR BANK GUARANTEE (PERFORMANCE)

Whereas the National Institute of Pharmaceutical Education & Research (hereinafter called NIPER which

expression shall include its successors and assigns) having awarded a work order/ contract No.

________________________________________ dated _______________(hereinafter called the contract ) for

______________ to M/s _______________________ hereinafter of _________________________subject to the terms and

conditions contained in the contract.

Whereas the terms and conditions of the contract require the contractor to furnish a bank guarantee for

Rs._____________________ (Rs. _____________________________) being _________% of the total value of the contract

for proper execution and due fulfillment of the terms and conditions contained in the contact.

We, the ____________________ Bank, (hereinafter called the “Bank” ) do herby unconditionally and irrevocably

undertake to pay to NIPER immediately on demand in writing an without protest/ or demur all moneys payable

by the contractor to NIPER in connection with the execution of and performance of the works/ equipment ,

inclusive of any loss, damages, charges, caused to or suffered by NIPER by reasons of any breach by the

contained n the contract as specified in notice of demand made by NIPER to the bank. Any such demand

made by NIPER on the bank shall be conclusive evidence of the amount due and payable by the bank under

this guarantee. However, the bank’s liability under this guarantee shall be limited to Rs. ____________ in the

aggregate and the bank hereby agreed to the following terms and conditions:-

I. This guarantee shall be a continuing guarantee an irrevocable for all claims of NIER as specified above

and shall be valid during the period specified for the performance of the contract including the period of

maintenance/ warranty i.e. up to_______________________.

II. We, the said bank further agree with NIPER that NIPER shall have the fullest liberty without our consent

and without affecting in any manner our obligations the terms and conditions of the said contract or to

extend time for performance of contact by the contractor from time to time any of the powers exercisable

by contract and to bear or enforce any of the terms and conditions relating to the said contract an we

shall not be relieved from our liability by reason of any such variations of extension being granted to the

contractor or for any forbearance, act or omission on the part of NIPER or any indulgence by NIPER to the

contractor of by any such matter or thing whatsoever, which under the law relating to the sureties, would,

but for this provision, have effect of so relieving us.

III. This guarantee/ undertaking shall be in addition to any other guarantee or security whatsoever NIPER

may now or at any time have in relation to the company shall have full recourse to or enforce the security

in preference to any other security or guarantee which the NIPER may have or obtained and there shall be

no forbearance on the part of the company in enforcing or requiring enforcement of any other security

which shall have the effect of releasing the Bank from its liability. It shall not be necessary for NIPER to

proceed against the said contractor before proceedings against the Bank.

IV. This guarantee/ undertaking shall not be determined or affected by the liquidation or winding up,

dissolution or change of constitution or insolvency of the supplier but shall in all respects and for all purposes

be binding and operative until payment of all money payable to NIPER in terms thief and paid by the Bank V. The bank hereby waives all rights at any time inconsistent with the terms of this Guarantee and the

obligations of the Bank ‘in terms hereof shall not be otherwise affected or suspended by reasons of any

dispute or disputes having been raised by the contractor (whether or not pending before any arbitrator,

Tribunal or court) or any denial of liability by the contractor stopping or preventing or purporting to stop or

prevent any payment by the bank to NIPER in terms hereof.

We, the said bank lastly undertake not to revoke this guarantee during its currency except with the previous

consent of NIPER in writing. Unless a claim is made in writing within six month from the date of expiry of this

guarantee i.e. …………………….. We hall be relieved from all liabilities under this guarantee thereafter.

Signed

This……………………………….day of ………………20………..at………

For and on behalf of Bank

WITNESS:

1._______________________________

2._______________________________

Page 19: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 19

SECTION-VII GENERAL TERMS AND CONDITIONS OF CONTRACT

1. Definitions & Interpretation

Definitions 1.1 In these General Conditions of Contract the following expression shall have the definitions and

interpretations given hereunder : 1.2 `NIPER’ shall mean National Institute Pharmaceutical Education and Research. The rights and

obligations of the NIPER exercisable under the Contract, other than those exercisable by the Engineer-in-Charge or authorized officials. The said Authority shall be Accepting Authority for the purpose of the contract and shall have full powers to revise, amend, withdraw or cancel the actions taken by the Authorized Officials in respect of the powers exercisable by the Engineer-in-Charge, if deemed fit .

1.3 `Contractor’ shall mean an individual or firm (Proprietary or Partnership) whether incorporated or not, that has entered into Contract with the NIPER, SAS Nagar and shall include his/its heirs, legal representatives, successors and assigns, successors in interest of individuals or persons composing such firms or successors of such firms or the permitted assigns of such individual or firm . Changes in the constitution of the firm , if any shall be immediately notified to the NIPER, in writing, and approval obtained for continued performance of the Contract.

1.4 `Contract’ shall mean, collectively all covenants, terms and stipulations contained in the various portions of the Contract Agreement and the Appendices thereto.

1.5 `Work’ shall mean the works to be executed in accordance with the Contract. 1.6 `Engineer-in-Charge’ shall mean the officer of the NIPER designated or any other officer appointed by

The Director, NIPER from time to time and notified to the Contract as authorized to act as Engineer-in-Charge for the purpose of the Contract.

1.7 `Drawings’ shall mean, collectively all the drawings made a part thereof, and also altogether new drawings issued by the Engineer-in-Charge in terms of the maintenance /machining/new components /spares not available in market or such supplementary drawings as the Engineer-in-Charge may issue from time to time in order to elucidate the said services or to show details not shown thereon.

1.8 `Specifications’ shall mean, collectively all the terms and stipulations contained or referred to in the General Conditions of Contract, Special Conditions of Contract, Detailed Technical Specifications, Schedule of Quantities & Rates, and shall include all such amendments, revisions, removals or additions as may be made during the period of execution of the works and all written instructions to be issued by the Engineer in terms of the Contract, pertaining to the method and manner of performing the work or to the quantities and qualities of the work to be performed or materials to be furnished under this Contract.

1.9 Wherever in this Contract the words `Directed’, `Required’, `Permitted’, `Ordered’, `Designed’, `Considered’, `Necessary’, or like words are used, it shall be understood that the said directions, requirements, permission, order, design, etc., of the Engineer-in-Charge or the NIPER are intended. Similarly, words `Approved’, `Acceptable’, `Satisfactory’, or like words shall mean approved by or acceptable or satisfactory to the Engineer-in-Charge or the NIPER as the case may be, unless any other meaning is plainly intended.

1.10 `Site’ shall mean the location (s) and other place (s) on, under, in, into or through which the works of are to be executed and shall include any other land (s) or place (s) provided by the NIPER for the purpose of the Contract.

1.11 `Contract Value’ shall mean : The total amount collectively for Part “A” and Part “B” of the PRICE BID shall be taken as the contract value as quoted by tenderer.

1.12 `Deviation’ shall mean an order given by the Engineer-in-Charge to effect an alteration in addition to, or deduction from or variation from the scope or nature of work to done in terms of the original Contract.

Page 20: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 20

1.13 `Notice in Writing’ or `Written Notice’ shall mean a notice in written, typed or printed characters sent (unless delivered personally) either by Registered Post to the last known private or business address or Registered Office of the addressee and shall be deemed to have been received when in the ordinary course of post it would have been delivered by Fax/Email.

1.14 Unless otherwise specified, the latest IS Specifications and Code of Practice for respective items of works shall be deemed to be applicable to the work.

1.15 If there is anything inconsistent between these General Conditions of Contract and the Special Conditions of Contract attached hereto, the latter shall prevail.

1.16 Singular and Plural i. Where the context so requires, words imparting the singular shall include the plural and vice-versa.

1.17 Heading or Notes i) Headings and marginal notes to these General Conditions of Contract shall not be deemed to form

part thereof or be taken into consideration in the interpretation or construction thereof or of the Contract.

1.18 OHSAS shall mean Occupational health and Safety Management system. 2. GENERAL OBLIGATIONS 2.1 Location of Work and Inspection of Site

The Contractor shall be deemed to have quoted after having satisfied himself as to the nature of the job and he shall be deemed also to have inspected the Site of the Works and surroundings, the means of access thereto and to have generally obtained his own information on all matters and things which can in any way influence his tender. No claims for extra works or otherwise will be allowed in consequence of any misunderstanding, error or incorrect information on the above mentioned points nor shall be Contract be nullified in consequence of any such misunderstanding, incorrect information.

2.1.1 During the period of contract the assets such as machinery /equipments and area of operation as mentioned in Scope of work shall be in the jurisdiction of contractor to maintain and upkeep .Thecontractor shall in no way have any claim for its ownership Scope of Work and Terms & Conditions to be read with Scope of Work.

2.2.1 The Scope of Work is detailed in Appendix -8 & Appendix -9 enclosed. 2.2.2. The Scope of Work detailed therein is only indicative of the probable nature of works and the entire

scope of work is not limited to the information furnished therein. 2.2 Employment of Efficient and Competent Staff on Works 2.3.1. The Contractor shall provide and employ on the site in connection with the works only such efficient,

qualified and Competent manpower and other skilled, semi-skilled and unskilled labour as are necessary for the proper supervision and timely execution of the works. Orders given to the Contractor’s Engineers/Supervisors shall be considered to have the same force as if these had been given to the Contractor himself.

2.3.2. The contractor shall engage obedient, honest and trust worthy laborers for work. If in the opinion of the Engineer, any labour is found to be not suitable for work or is of doubtful character, the suitable action for his removal from his assigned duties and job shall be taken by NIPER authority without giving any notice.

2.3.3. The contractor shall engage Technical supervisor, AC Plant Operator, AC Electrician, AC Plant Helper , AC Mechanic (Mech) as per Head No. 3 in Scope of Work. These workmen are for day to day maintenance & operation. For major maintenance extra manpower may be required that will be arranged by Contractor & no additional payment will be made against that. The works as required shall have to br completed within the time frame allotted to Agency by Engineer-in charge

2.3.4. The contractor will issue one pair safety shoes and insulated gloves to all workmen once in a year of contract period.

2.3.5. Defective Work, if any, shall be brought to the notice of the Contractor by the Engineer-in-charge or his representative,Contractor shall at once take necessary steps to set right the defective work. For the work, which is no satisfactorily completed by the Contractor, the NIPER reserves the right to deduct from the bills, the amount proportional to the work not done. The Engineer-in-Charge may

Page 21: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 21

also engage the required skilled/semi skilled / un-skilled labour force for completing the unsatisfactory work at the cost of the contractor and deduct the wages/payment to be paid from his monthly bills.

2.3.6. Notwithstanding the provisions mentioned above, the Engineer-in-Charge shall be at liberty to object to and require the Contractor to remove forthwith from the works any person who, in the opinion of the Engineer-in-Charge misconducts himself or is incompetent or negligent in the performance of his duties and such person shall not be again employed upon the works without the written permission of the Engineer-in-Charge. Any person so removed from the works shall be replaced by the Contractor as soon as possible( maximum upto one week) by a Competent substitute.

2.3.7. Any of the contractors employees proceeding on leave shall be immediately replaced by the contractor at his own expenses so as to maintain satisfactory level of service at all time.

2.3.8. There should not be any employee employer relationship of company’s employees with the NIPER. Further no underage employee should be on roll.

2.4 Assignment and Sub-Letting 2.4.1 The Contractor shall not assign or sub-let the whole or any portion or portions of the Contract or allow

any person to become interested therein in any manner whatsoever without the prior written approval of the NIPER . Provided that the provision of labour on a piece work basis shall not establish any contractual relationship between the sub-contractor and the NIPER and shall not relieve the Contractor from any liability or obligation under the Contract and he shall be responsible for the acts, defaults and neglects of any sub-contractor, his agents, servants or workmen as fully as if they were the acts, defaults or neglects of the Contractor, his agents, servants or workmen. Deposit of statutory liabilities of workers deployed shall be from the contract Agency’s account . No subletting of said liabilities deposits shall be acceptable to NIPER.

2.5 Contractor’s Co-ordination 2.5.1 If during the course of the Contractor work, other works of the NIPER or of other NIPER’s contractors

are also in progress within the same plant/site the Contractor is to use his best efforts to work in harmony with all the others and in the best overall interest of the Project/Work.

2.6 Electricity and Water Supply 2.6.1 Electricity power supply required for the centralized air-conditioning plant and other AC machines

under the contract only will be provided by the NIPER. 2.7 Compliance with Local Laws etc. 2.7.1 The Contractor shall comply with all Acts, Rules, Bye-Laws, Regulations and all other statutory

requirements local Authorities for the payment of all fees and other charges and giving and receiving of all necessary notices, and keep the Engineer-in-Charge informed of the said compliance with such Act, Rules, Bye-Laws, Regulations, Statutory requirements, payments made, notices issued and received.

2.8 Statutory and Other Obligations regarding Workmen 2.8.1 It is obligatory on the part of the Contractor to forward the declaration forms to the ESI authorities for

issue of ESIC number, make timely contribution towards ESI furnish returns periodically etc, in accordance with the provision of ESI Act 1948 in respect of labour engaged by him for all works executed in the NIPER. The Contractor should contact the jurisdictional ESI authorities and arrange to observe all formalities such as preparation of ESI cards, identification cards, making remittance etc. as per governed laws .

2.8.2 It is also obligatory on the part of the contractor to make timely contribution towards EPF in accordance with the provision of PF Act in respect of labour engaged by him for all works executed in the NIPER and copies of Muster Roll, wage Register, EPF & ESI remittance shall be furnished to the Engineer-in-Charge for verification and records.

2.8.3 The contractor to note that, workers engaged by them even for a part of the day need to be covered under ESI.

2.8.4 The contractor is also required to furnish the complete data in respect of the workers engaged by him against the work order/ job contract etc. to Engineer-in-Charge of work from time to time as per requirement.

Page 22: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 22

2.9 Safety Regulations 2.9.1 During the execution of work, unless otherwise specified, the Contractor shall at his own cost provide

the materials necessary for the safety of all the workmen and shall ensure that no damage, injury or loss is caused or is likely to be caused to any person or property.

2.9.2 The Contractor shall be responsible to take all precautions to ensure the safety of the public whether on public or NIPER property and shall post such lookout men as may in the opinion of the Engineer-in-Charge is required.

2.9.3 The Contractor must take sufficient care in moving machineries and equipment and other materials from one place to another so that they do not cause any damage to the property of the NIPER or the public, particularly to structures, overhead wires and cables (laid underground or otherwise). In the event of any damages resulting to any property loss aforesaid, the cost of such damages including eventual loss of working hours in any Plant as estimated by the NIPER shall be borne by the Contractor.

2.9.4 In case of dismantling/demolition, the Contractor shall take necessary care not to damage the existing structure/ materials while executing the proposed work and any damage, if caused, should be rectified by the Contractor at his cost so as to restore the structure/ materials, as they existed earlier.

2.9.5 The Contractor should take care of all safety precautions in respect of Laborers engaged by him by providing adequate safety appliances. He should also see that the safety practices are adopted at all times to avoid any untoward incidents failing which he will be liable for penalty and also for compensation to be paid to his laborers as deemed fit by the Competent Authority, NIPER.

2.9.6 The contractor shall report all accidents immediately to the Engineer-in-Charge who will make arrangement for forwarding of the reports to the concerned authorities.

2.10 Nuisance 2.10.1 The Contractor shall not at any time do cause or permit any one to do or cause any nuisance on the

site or do on the site or do anything which shall cause unnecessary disturbance or inconvenience to the NIPER or to the owners, tenants or occupiers near the site and to the Public generally.

2.11 Compliance of Instructions 2.11.1 Whenever the Contractor fails to comply with the instructions of the Engineer-in-Charge. It shall be

lawful for the Engineer-in-Charge to get the work done through other Contractors or departmentally or otherwise and the cost incurred on the said works thereof shall be deducted from monthly bills /Security deposits etc of the contractor with NIPER .

2.12 Execution of Works 2.12.1 The Scope of work indicates the quantum and quantities to be executed. But it is to be clearly

understood that these quantum/quantities are approximate and are liable to omission, variations, alterations by deductions or additions or deletions at the discretion of the NIPER. The Contractor shall neither be entitled for any revision of rates owing to variations in actual quantities of work done in relation to the rates owing to variations in actual quantities of work done in relation to the quantities indicated in the Scope of work nor shall be entitled to any loss of consequential profits or for any other damages arising thereof. The Contractor shall be paid only for the actual quantities of work executed and according to the accepted tender rates/cost.

2.12.2 The quoted rates shall remain same during the entire period of Annual Contract for PART “A” of PRICE BID . For PART “B” (Manpower ) of the PRICE BID , the change/ amendments if any , in Variable dearness allowance ( VDA ) or allied aspects over the minimum wages as applicable from time to time shall be payable to the Contractor for disbursement of same to workmen deployed at site .

2.12.3 The rates indicated against each item in the Price bid shall be deemed to compensate for all minor works which are not specifically mentioned, but are fairly and obviously intended and are essential for the full and final completion of the works as per the guide lines of Engineer-in-Charge. The Contractor is not entitled to make any extra claims on this account.

2.12.4 Probable items envisaged have been indicated in the Scope of work(Appendix-8).The quantum of work under each item is at discretion of the NIPER.

2.13 The Tenderers are requested to quote their minimum price.

Page 23: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 23

2.14 Storage of Materials 2.14.1 Contractors shall make necessary storage arrangements for storing the consumable materials, tools

and tackles etc., required for the work at their cost. Space for keeping almirahs, tables, chairs and other furniture items shall be provided in Central AC Plant by NIPER.

2.15 Workmanship and Testing 2.15.1 Great care shall be taken while executing the work not to damage any part of the buildings,

equipments, machineries and any property of the NIPER etc. Any damage, if caused, shall be rectified by the Contractor at his own cost. Specially mentioned or not, but which are essential for the full and satisfactory completion of the works and the quoted rates amount in figures and words per year shall be deemed to include all the above and the Contractor is not entitled for any extra claim on such account.

2.15.2 The tenderer shall take into account in his tender, all incidental `minor’ works whether specifically mentioned or not, but which are essential for the satisfactory completion of the work and quoted rates shall be deemed to include all the above and contractor is not entitled for any extra claim on such account.

2.16 Indemnity and Insurance 2.16.1 The contractor shall be responsible to observe and comply with all labour Laws/Rules/Regulations

enforced of Central Govt. organizations in Punjab. The contractor shall indemnify and keep indemnified the company against all losses and claims for injuries or damages to any person or property whatsoever which may arise out of or in consequence of the execution of work awarded and against all claims, demands, proceedings, damage costs, charges and expenses what so ever in respect of relation thereto.

2.16.2 The contractor shall obtain, at his expense, an insurance policy in the joint names of the NIPER and the contractor covering the following risk and lodge the policy with the NIPER :-

2.16.2.1 Works including temporary structures, machinery, materials, tools, spares etc. on the site against damage by fire, burglary, strikes, riots and civil commotion and natural calamities like flood, earthquake, explosion etc.

2.16.2.1 Damages to third party including the NIPER’s staff, visitors, neighbors and other passer by against any claim that may arise due to accidents on account of the incidental risk which may occur during the execution of work. All claim amounts against the policy shall be payable to the NIPER and not to the contractor. He shall keep the applicable policies renewed from time to time until the certificate of completion is issued by the NIPER.

2.17 Commencement of Works 2.17.1 The work will be commenced immediately from the date of award of Work Order. 2.17.2 If the Contractor commits default in commencing the execution of the work as aforesaid, the NIPER

shall, without prejudice to any other right or remedy, be at liberty to forfeit the Earnest Money/ Security Deposit absolutely.

2.17.3 The contractor shall specify the List of working days, holidays which shall be permitted subject to the approval of NIPER for contractor staff. However, NIPER reserves to call the Contractors to work on declared holidays also with prior notice to the contractors. Contractor shall have to arrange the labour force as required for the work in consultation with the Engineer-in-Charge.

2.18 Liquidated Damages 2.18.1 In case, the whole Air Conditioning System whether under CMC or AMC is rendered inoperative and

the same is not put into satisfactory working condition within 24 hours period from the time of intimation which will be recorded in the complaint register duly signed by the Engineer-in-Charge for the following reasons :-

2.18.1.1 For want of consumables and spares. 2.18.1.2 In case preventive maintenance is not carried out as per schedule. 2.18.1.3 In case of breakdown. 2.18.2 A penalty at the rate of Rs. 2000/- per day per air conditioning system when whole Air Condition

system is inoperative shall be applicable and shall be deducted from the bills of the contractor.

Page 24: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 24

2.18.3 A penalty of Rs. 500/- per day will be levied on contractor in case of delay in rectifying other complaints within 24 hrs of registration of complaint in case complaints to be attended at site/factory.

2.18.4 A penalty of Rs. 500/- per day in case of delay in rectifying complaints within 12 days in case of condensers/ pumps/motors/cooling tower, gear boxes, valves etc. and any other major repair is needed outside NIPER at hired agencies works under contractor’s obligation, after lodging the complaint as justified by Engineer-in-Charge.

2.18.5 A penalty of Rs. 500/- per day will be levied on contractor in case carrying out delay in preventive maintenance as per maintenance schedule.

2.18.6 Penalty regarding the time frame in case of major repairs such as rewinding of 75 TR compressors of Chillers, repair/replacement of main screw of chillers, replacement of condenser tubing, major alignment of screws, replacement of main bearing etc. In case of above major repairs or during the time the chiller machine is not in functional condition, the Agency may use the chiller machine no 4 at site subject to permission of the Engineer-in-Charge. The time period of use of this chiller machine shall be limited to period of maximum 45 days and beyond that the usage of chiller shall be chargeable @ 5000/- per week and that also limited to 2 months. In case the agency is still not able to rectify the fault, it will be presumed that the Agency is incapable and not resourceful enough to carry out the work within stipulated time period. In such situation the order of the agency shall stand cancelled. No compensation to the Contractor shall be applicable under these circumstances.

2.18.7 Penalty on Manpower 1 The Contractor employees will record attendance with entry time as specified by Engineer-in-

Charge, NIPER and will not move within NIPER other than duty hours & specified locations. Absence/Late coming of workmen will be considered serious. It will attract deduction @ minimum wage rate as on date (a) + 50% extra of minimum wages per day as penalty if workmen is absent for more than 2 days in a month.

2 The amount of Liquidated Damages may be adjusted or set off against any sum(s) payable to the contractor under this or any other Contract with the NIPER.

3 The levy of Liquidated damages shall be applicable without prejudice to any other right or remedy of the NIPER.

Environment Protection 2.19 The Contractor may use and issue instructions to his employees regarding the proper uses of

refrigerants and chemicals required to be carrying out maintenance of the Air Conditioning Equipment. Necessary safety precautions needs to be adhered to.

2.20 The Contractor may also ensure that the special training should be given to the personnel applying chemicals, stacking and disposals etc.

2.21 The Contractor shall be fully responsible for damage for materials and manpower deployed by him at NIPER site during the period of contract.

2.22. Rights, Remedies and Powers Determination of contract due to Contractor’s Default : If the Contractor :

2.22.1 Abandons the Contract. 2.22.2 At any time defaults in proceeding with the works with due diligence and continues to do so after a

notice in writing of 7 days from the Engineer-in-charge/ authorized officials; or 2.22.3 Commits default in complying with any of the terms and conditions of the Contract and does not

remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to him in that behalf by the Engineer; or

2.22.4 Persistently disregards the instructions of the Engineer-in-charge / authorized officials or contravenes any provision of the Contract; or

2.22.5 Fails to remove materials from the Site or to pull down and redo the work after receiving from the Engineer notice to the effect that the said materials or works have been rejected; or

Page 25: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 25

2.22.6 Fails to complete with work on or before the stipulated date (s) of completion and does not complete them within the period specified in a notice given in writing in that behalf by the Engineer; or

2.22.7 Offers or gives or agrees to give to any person in the NIPER’s service or to any other person on this behalf, any gift or consideration of any kind as an inducement or reward for doing or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of this or any other Contract for the NIPER; or

2.22.8 Shall enter into a contract with the NIPER in connection with which commission has been paid or agreed to be paid by him or to his knowledge unless the particulars of any such commission and the terms of payment thereof have previously been disclosed in writing to the NIPER/Engineer-in-Charge.

2.22.9 Shall obtain a Contract with the Company as a result of ring tendering or other non-bonafide methods of competitive tendering; or

2.22.10 Being an individual or if a firm, any partner thereof, shall at any time be adjudged insolvent or have a receiving order for administration of his estate mad against him or shall take any proceedings for liquidation or composition (other than a voluntary liquidation for the purpose of amalgamation or reconstruction) under any Insolvency Act for the time being in force or make any conveyance or assignment of his effects or composition or arrangement for the benefit of his creditors of purport so to do, or if any application be made under any Insolvency Act for the time being in force for the sequestration of his estates or if a trust deed be executed by him for benefit of his creditors; or

2.22.11 Being a NIPER, shall pass a resolution or the Court shall make an order for liquidation of its affairs, or a receiver or manager on behalf of the debenture holders shall be appointed or circumstances shall arise which entitle the Court or debenture holders to appoint a receiver or manager; or

2.22.12 Shall suffer an execution being levied on his goods and allow it to be continued for a period of 21 days ; or

2.22.13 Assigns, transfers, sub-lets (engagement of labour on a price-work basis or of labour with materials not to be incorporated in the work, shall not be deemed to be subletting) or attempts to assign, transfer or sub-let the entire works or any portion thereof without the prior written approval of the NIPER; the NIPER may, without prejudice to any other right or remedy which shall have accrued or shall accrue thereafter to the NIPER by written notice determine the contract either as a whole or in part.

2.22.14 Upon such determination of the Contract either in whole or in part, the Security Deposit with the NIPER in respect of the Contract shall stand forfeited to the NIPER without in any way affecting the Rights of the NIPER under clause indicated below.

2.23 Rights of the NIPER after determination of the Contract due to Contractor’s Default: 2.23.1 The Engineer-in-charge shall on such determination of the Contract have powers to : 2.23.1.1 Take possession of the site and any materials, spares, implements, stores etc., thereon; and/ or 2.23.1.2 Carry out the incomplete work by any means at the risk and cost of the Contractor. 2.23.2 On determination of the Contract in full or in part; the Engineer shall determine the quantum of

amount, if any, that is recoverable from the Contractor for completion of the works or part of the workers or in case the works or part of the works is not to be completed, the loss or damage suffered by the NIPER. In determining the amount, credit shall be given to the Contractor for the value of the work executed by him upto the time of cancellation or the value of Contractor’s materials taken over and incorporated in the work. In order to measure the work completed fill the date of determination and the Contractor’s materials to be taken over, the Engineer-in-charge shall give 7 days notice to the Contractor requiring him to be present so as to record the details of work in his presence. If the Contractor fails to be present in response to the notice, the recording of the details of work shall be proceeded with ex-parte and the details of work as recorded shall be binding on the Contractor.

2.23.3 The NIPER shall have the right to use Contractor’s plant, machinery and material on the balance works but shall not in any way be responsible for any damage or loss of the same and the Contractor shall not be entitled to any compensation there for.

2.23.4 Any excess expenditure incurred or to be incurred by the NIPER in completing the works or part of the works or the excess loss or damages suffered or may be suffered by the NIPER as aforesaid after

Page 26: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 26

allowing necessary credits, shall be recovered from any moneys due to the Contractors on any account and if such moneys are not sufficient, the Contractor shall be called upon in writing to pay the same within 30 days.

2.23.5 If the Contractor shall fail to pay the required sum within the aforesaid period of 30 days, the Engineer-in-Charge shall have the right to sell any or all of the Contractor’s unused materials, machinery, implements, temporary storage area,spares etc., and apply the proceeds of sale thereof towards the satisfaction of any sums due from the Contractor under the Contract and if thereafter be any balance still outstanding from the Contractor, the Contractor shall, upon demand, pay the Company the money due and it shall be deemed as a debt due by the contractor to the NIPER and shall be recovered accordingly.

2.23.6 Any sums in excess of the amounts due to the NIPER and unsold materials, etc. shall be returned to the Contractor, it is always understood that if the actual cost of completion by the NIPER of the balance works or part of the work is less than the amount which the contractor would have become eligible had he completed the works or part of the works under the terms of contract, the contractor shall not be entitled to claim such benefit to his advantage.

2.24 Cancellation of Contract by the NIPER 2.24.1 If it is time after the commencement of work, the NIPER shall decide that the whole work or any

specific part thereof is not required to be carried out, necessary notice in writing shall be given to the Contractor. The Contractor shall take immediate action to stop all activity relating to the cancelled work. The Contractor shall have no claim to any payment of compensation or otherwise whatsoever on account of any profit or advantage which he might have derived from the execution of work in full but which he did not derive in consequence of the foreclosure of the whole or part of the work.

2.24.2 The Contractor shall be paid at contract rates the full amount for the works executed at site (less any amount due to the NIPER) and, in addition, a reasonable amount to cover the cost incurred on materials which will not be of any alternative use to the Contractor (which shall then become the property of the NIPER), transportation costs in respect of the tools,spares, plant and materials retained by the Contractor from the work place to his permanent stores or any other works, whichever is less, and a reasonable proportion of the expenditure incurred on preliminary works such as spares ,refrigerants, machinery etc. All payments other than at Contractor rates shall be based on a detailed claim to be submitted by the Contractor supported by cash vouchers or other documents covering the incurrence of such costs. If called upon by the Engineer-in-Charge, the Contractor shall also furnish his Books of Accounts and other documents which the Engineer-in-Charge may consider necessary to enable him to certify the reasonableness of the amount payable under this clause.

2.24.3 The materials supplied by the NIPER, which are rendered surplus on account of the cancellation, shall be returned promptly by the Contractor subject to normal wastages allowed under the Contract. He shall be debited with the losses due to any deterioration or damage, which might have been caused while the materials were in the custody of the Contractor. If so directed, he shall transport such materials to the NIPER stores and shall be paid for such transport at a reasonable compensation.

2.25. Settlement of Disputes Decision by the NIPER and Engineer-in-Charge

2.25.1 To prevent disputes and litigations, it shall be accepted as an inseparable part of the Contract. That in matters regarding materials, workmanship, removal of improper work, interpretation of Contract, drawings and specifications, mode of procedure and carrying out the work, the decision of the NIPER shall be final and binding on the Contractor and if any technical question which may arise touching the Contract, the Engineer-in-Charge’s decision shall be final and conclusive. The claim, if any, arising out of any decision given by the Engineer-in-Charge shall be sent in writing to the Engineer-in-Charge within 15 days from the date of such decision given by the Engineer-in-Charge and if the claim is not accepted and the Contractor is aggrieved by such non-acceptance, such dispute may be referred by him for Arbitration.

2.26 Arbitration

Page 27: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 27

2.26.1 In case any dispute or difference shall arise between the NIPER (or the Engineer-in-Charge on the their behalf) and the Contractor on any matter within the scope of this Contract except as to matters entirely left to the decision of the NIPER or the Engineer-in-Charge under the provisions of this Agreement, dispute or difference and such disputes or difference shall be referred to a sole Arbitrator to be selected by the Contractor from among the panel of three nominees to be indicated by the NIPER at the time of reference of the disputes to arbitration. The award of the Arbitrator shall be final and binding on both parties. The procedure laid down in Indian Arbitration Act of 1996 and the rules made there under from time to time shall apply in the matter of the reference. Only Courts at SAS Nagar(Mohali) shall have jurisdiction to entertain a claim or for enforcement of the award.

2.26.2 Notwithstanding reference of any matter for arbitration, the Contractor shall continue to execute the Contractor in all respects except to the extent such execution itself is the subject matter for the arbitration.

2.26.3 It is a term of the Contract that the party invoking arbitration shall specify the dispute or dispute to be referred to arbitration under this clause together with the amount or amounts claimed in respect of each such dispute.

2.26.4 It is also a term of the Contract that if the Contractor does not make any demand for Arbitrator in respect of any claim(s) in writing within 90 days of receiving the intimation from the NIPER that the bill is ready for payment, the claim of the Contractor will be deemed to have been waived and absolutely barred and the NIPER shall be discharged and released of all liabilities under the Contract in respect of the claims.

2.26.5 If the Contractor fails to perform the Contract or fails to carry out the Contract to the satisfaction of the NIPER, within the period fixed for the purpose or at any time repudiates the Contract before the expiry of such period, The Director, NIPER or any other officer from NIPER, so authorised, may (without prejudice to the right of the NIPER), recover from the Contractor, damages for the breach of Contract, terminate the Contract as a whole or terminate a part of Contract at the risk and cost of the Contractor, without prior notice and get the balance work executed through some other Agency and hold the Contractor liable for all losses for all losses and expenses incurred by the NIPER.

2.26.6 In case of omission of any conditions in this tender documents, the standard govt. rules and regulations shall invariably be come into force. However, the decision of The Director, NIPER, S.A.S Nagar shall be final in all the matters concerning with this contract and binding on the Contractor.

2.26.7 The contractor shall fulfill and diligently comply with all the directions in general or specific orders given by NIPER from time to time and all such orders will comprise part of the agreement.

2.26.8 The quoting Agency may visit the site to analyze the scope of work before quoting the rates against E-tender.

2.26.9 If during the period of contract the contractor is found to be indulging in illegal activities/fraudently handling the records /misbehaving with the Staff of NIPER or not performing the assigned tasks as deemed fit by Engineer-in-charge within the time frame allotted, the contractor shall be debarred with immediate effect from executing the contract of CMC/AMC services of the NIPER without giving any notice. The Director NIPER/Engineer-in –charge reserves right to Black List the Contractor from NIPER .

2.26.9 List if acts and omissions for which fines can be imposed In accordance with rule 7 (v) of contractor’s Labour Regulations to be displayed prominently at the site of work both in English and Local Language.

1. Willful insubordination or disobedience, whether or in combination with others 2. Theft, Fraud, or dishonesty in connection with the contractors besides a business or property of NIPER. 3. Taking or giving bribes or any illegal gratification. 4. Habitual late, attendance 5. Drunkenness, fighting, riotous or disorderly or indifferent behavior. 6. Habitual negligence 7. Smoking near or around the area where combustible or other materials are locked. 8. Habitual indiscipline 9. Causing damage to work in the progress or to property of NIPER or of the contractor.

Page 28: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 28

10. Sleepy on duty. 11. Giving false information regarding name, age, father’s name etc 12. Maligning or slowing down the work. 13. Habitual loss of wage cards supplied by the employer 14. Unauthorized use of employer's property or manufacturing or making of unauthorized articles at the work place. 15. Bad workmanship in construction and maintenance by skilled workers which is not approved by NIPER and for

which the contractors are compelled to undertake rectifications. 16. Making false complaints and/ or misleading statements. 17. Engaging on trade within the premises of the establishments. 18. Any unauthorized divulgence of business affairs of the employees. 19. Collection or canvassing for the collection of any money within the premises of an establishment. unless

authorized by the employer. 20. Holding the meetings inside the premises without previous sanction of the employer 21. Threatening or intimidating any workmen or employer during the working hours within the premises.

2.27 The Bidder should furnish the Certificate. That I/We hereby declare that I/We have not been black-listed, debarred/suspended by any Govt./Semi/Corporation/ Pvt. Organisation during the last five years.

2.28

And Further that “I/We undertake and confirm that eligible similar work (s) has/have not been executed through

another contractor on back to back basis. Further that, if such a violation comes to the notice of Department then I/We shall be debarred for tendering in NIPER in future forever. Also, if such a violation comes to the notice of Department before date of start of work, The Director, NIPER / Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee”.

(Signature of the Tenderer)

Page 29: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 29

UNDERTAKING

The Tenderer shall give an undertaking to the effect in the form of an Affidavit on non-judicial stamp paper of Rs. 100/- duly attested by the Notary Public/ Ist Class Magistrate and the same shall be part of the Tender.

TO WHOM IT MAY CONCERN

i) “That we M/S with their registered office at __________________________________________________shall deposit all the contributions like EPF, ESI, EDLI (Employees Deposit Linked Insurance Scheme and Service Tax etc. with the appropriate authorities regularly and that we, M/S with their registered office shall be responsible for implementation of provisions of Labour Laws and rules as made applicable by the concerned Govt.deptt in respect of contract worker for which the contract has been awarded”. *“Further, we M/S shall deposit employers and employees contributions towards EPF, ESI, EDLI and Service Tax by the due dates and supply the monthly returns of their contribution towards EPF, ESI, and Service Tax to NIPER ,SAS Nagar failing which further payments to Contractor shall be withheld by NIPER. ii) In the event of any penalty imposed by the concerned Department due to delay deposit, the same shall be paid by the Contractor. Further, ESI code in respect of each such Contract employee will be required to be submitted to the Department for onward transmission to the ESI Department as per standing requirement. iii) The disbursement of wages to its Contract workers shall be made in each by the Contractor in the respective site by 7th of every month. It shall be ensured that the wages are directly deposited every month in the form of cheque/ on line deposit in the saving account of each worker in hired state bank located in SAS Nagar. Preference shall be given that saving account of all workers is in single bank to ease the transactions.

Signature of the Tenderer

Name of Contractor/Agency : Address :

Date and Stamp :

Page 30: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 30

SECTION-VIII SCOPE OF WORK

1. SCOPE OF WORK The Central ized Air Conditioning Plant and Air conditioning Equipments are located i n NIPER, Sector-67, S.A.S Nagar(Punjab). The main function of the Air -conditioning system is to mainta in atmospheri c temperature insi de the institutional bui ldings within the range of comfort cool ing except for the Animal House ,TB Lab, NTC, for the period of 09 months i .e. from Mar to Nov in a year, to the laboratories/ rooms of the Teaching & Research Blocks (03 s torey bui ldings x 09 Nos) ,Convention Centre cum Auditorium, Management Bui lding, Lecture Hal ls, Seminar Hal l , Cafeteria, Guest H ouse, NBC , Secretariat Bui lding , Administrative Bhawan, TDC pi lot plant , TDC dosage form plant , Infectious Centre , NTC, TB lab and Animal House etc. The Central AC plant consist of 0 3 Nos of Screw Chi l lers of capacity 155 TR each along with AHU’s and FCU’s located in respective Teaching & Research Blocks. The package AC machines located in Auditorium and Management Bui lding. The hot water generators faci l i ty has been provided for for Animal Houses , TB lab and NTC and are run for a period of tentatively 03 months i .e. Dec to Feb in a year as per the AC parameters required . The centra l ized heating system is not p rovided for other locations except The Air Conditioning System at NIPER has been divided into 03 heads as under : - PARTS OF SCOPE OF WORK : 1 . Comprehensive Maintenance Contract (CMC) of Chil lers and plant machinery in complete from high side upto air s ide in of f ice bui ldings 2. Annual Maintenance Contract for AC Equipments in office buildings 3. Annual Operation of chillers and Plant machinery in centralized A/C plant

Details of Head No. 1 3.1 CMC (preventive and breakdown) Maintenance Contract of Chillers (high side & air side)

This head consists maintenance of : a) Chiller machines (screw type) comp lete unit capacity 155TRx3nos=465

TR(m/c no 1,3,4 ) b) Chiller pumps cap 25 HP- 3nos c) Condensor pumps cap 20 HP – 5nos d) Cooling towers 200 TR -2 nos , 160 Tr -2nos e) Main supply electr ical panel 800 a mp -3 nos .En suring e lectrical supply from

substation. f) Interconnect ing suction& discharge pip elines of all sizes including

underground lines of chil lers from High side to air s ide in resea rch block s and condensers from ch illers to cooling towers in campus – Lot as installed on as is where is basis.

g) All sizes of butterf ly valves dia 65mm to 250mm, ball valves 15mm to 50mm installed on pipelines in central ized AC syste m high side to a ir side.

Page 31: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 31

h) Interconnect ing cables for electr ic supply a nd control cables f rom High s ide to air side in research b locks & off ice buildings - lot

i ) Air s ide (AHU’s , FCU’s ,exhaust units, VU’s TFA’s etc of al l capacit ies a s installed as per l i st ) in resea rch /off ice buildings

j ) All g ril ls , false ceil ings works in stalled for AHU’s, FCU’s etc,b in labs/ corridors of research Blocks .

The CMC wi l l be the period of 09 months ( ±15 days) i .e. from Mar to Nov in a year for the chi l ler machines total ing capacity of 465 TR capacity. Coverage : Spares, materials and services with labour is inclusive in CMC, (to be supplied and executed by the Contractor at site). Materials. 1. All OEM major and minor spares of Chiller machine 155 TR capacity such as Compressors, Condensers, PCB main control cards, any electronic device, knobs, oil level sensors, refrigerant pressure sensors, flow sensors, contactors, relays, indicators, refrigerants, refrigerant oil and transducers, copper tubing, filters (internal/external), drier core, expansion valves, bearings, main switches, electronic display units, de-scaling compounds etc. and any other parts/spares /consumables oils , gaskets required for operation and maintenance of the units at site . Works. The various works involved and which shall be covered under this Head include the followings :-

a) Rewinding of compressor motors capacity 77.5 TR x 6 Nos (3 sets of cap 155 TR chiller machines) as per manufacturers standard specifications complete with re-installation (flushing of nitrogen, refilling of R134a Freon gas, oil filling & replacement etc) and testing.

b) Repair/Replacement of Main driving screw of the compressor and main assembly bearings as and when required.

c) Repair/Replacement of Main Controlling Program Card (PCB) in the control panel including its programming and reinstallation in the chiller machine panel. The contractor has to keep ready stock of PCB duly programmed so that down time of machine is prevented.

d) Refilling/ Top up of refrigerant R-134a in the chiller machine. Stock of Refrigerants as per quantity required for top up or replacement during major maintenance should be kept ready at site throughout the year.

e) De-scaling of condensers of the chillers is required to be done with eco-friendly chemicals preferably in the month of May and followed by checking of condenser pressure of the chiller.

f) Repair/Replacement of various type of valves such as butterfly valves, ball valves etc. g) Replacement and reinstallation of defective pressure gauges, dual pressure cut off switches, Oil

pressure cut outs (HP,LP), oil level sensors, gas sensors ,transducers, temperature gauges, control valves, water pressure sensors, contactors etc.

h) Replacement of Refrigerant oil of specific quality as per manufacturers approved specifications after the recommended period of operation of chiller or if found unfit for use.

i) All Major repairs of chiller machines such as evaporative chiller coils leakages, replacement/plugging, condenser coils leakages and replacement of copper tubings if required as per directions of the Engineer in charge.

j) The operation of chillers shall be 24 hours daily in seasonal period. Periodic maintenance checks of technical parameters to be done daily basis as per the prescribed format.

k) Repair/replacement of balancing valves, butterfly valves, ball valves, strainers, in supply and return chilled water and condenser lines. Replacement /repair of damaged Pipe lines with AC system layout.

l) Repair/replacement of electrical control panels spares such as contactors, fuses, wiring, switches, terminals, knobs, relays etc., as required at site. The contractor has to keep ready stock of electrical spares as required at site throughout the year.

Page 32: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 32

m) 02 Nos preventive maintenance shall be provided by the Agency during the contract period. n) Service reports of the preventive and breakdown maintenance has to be prepared and shall be

submitted to Engineer-in-Charge, NIPER on monthly basis. o) Chilled water temperature at the discharge end of the chilled machine is to be kept at 6° to 7° Celsius

and suction temperature at entry point of chiller machine is to be maintained at 12° to 14° Celsius. The heat load of the user end point on the chiller machine is to be verified by the contractor by carrying out trial run for at least 12 hours of running of the chiller machines.

p) All the maintenance equipments, machinery tools and tackles required for carrying out maintenance activities should be kept at site in good working conditions. Vacuum pump, O2 gas cylinder, acetylene /LPG, charging line, Freon gas filled cylinders, flare nuts, pin valves, shut off electric supply valves, air and water pressure pumps, welding torches, blowers etc.

q) Allied factors related to operational and maintenance of chillers such as maintenance of electric supply panel, cabling, suction and discharge water pressure/volume checking and maintaining, vibration levels, abnormal sound, rpm control etc are in the scope of CMC.

r) Repair of gear box, fan blades of cooling tower. s) Repair and replacement of insulation and any kind of masonry work where it is dismantled for repair

work by the Agency. t) Repair/replacement of all types of copper gas filters and strainers under maintenance Repair and

reinstallation of spares of cooling Towers cap 150 to 200 TR(cooling tower motor, fan blade, sprinkler, coupler )including Fills to be replaced when damaged as per the workable /nonworkable technical conditions of the same as deemed fit by Engineer-in-charge (mech) (Material and Labour in the scope of Agency)

u) All spares to be utilized must be in original i.e. Original Equipment Manufacturer (OEM). The existing chiller machines are of Make-Carrier or approved by M/s carrier . The Contractor has to get approval of spares, accessories from the Engineer-in-Charge (Mech/ Elect) before installation on the chillers .

v) Digging of earth, dismantling work, welding, painting, insulation as required for repair of pipe lines and electrical/ control cables underground and over ground under false ceiling/ trenches (horizontal & vertical) in NIPER campus are in scope of contractor. The repair/replacement of pipe lines including insulation works etc beyond repairs, of all sizes upto 6 meters length and dia up to 200mm shall be in the scope of Contractor. However, where the pipelines are totally damaged beyond repair above 6 meters length then the new pipes shall be provided by NIPER or same can be informed to the contractor to execute the same with material in case of any emergency which shall be payable as per market rates with approval of the engineer-in-Charge/Competent authority NIPER.

3.1 Details of Head No. 2

CMC (Preventive and Break down) of Air handling units( AHU’s) ,Fan coil units (FCU’s ), ventilation units(VU’s) , TFA’s etc. installed in Block A, F, Central animal facility, TB lab, NTC(GLP) , TDC Dosage, TDC pilot plant , centre of infectious diseases (CID)etc shall be covered under this head . This head consists of AHU’s, FCU’s, Electrical Panels and Sub Panels, Piping, pressure valves, 3 way valves , Cabling 3 Phase/ Single Phase, control cabling, grills , trays, drain lines and related accessories as installed on as is where is basis to supply the chilled air in labs of research blocks . 3.1.1 The CMC wi l l be the period of 09 months i .e. from Mar to No v +/ - 15 days

approximate in a year for the chi l ler machines total ing capacity of 465 TR including related machinery at si te shal l be covered under this Head shall include the followings :-

3.1.2 AHU’s and FCU’s (AHUs – 36 Nos, VU-2 nos, TFA’s -2 nos, and FCUs – 170 Nos) AMC for maintenance (preventive and breakdown) of the these equipments the material/spares required and the labour involved shall be in the scope of agency.

Page 33: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 33

a) Rewinding of all motors of various capacities from 1/16 HP to 11 HP installed with AHU’s and FCU’s. Burnt /damaged copper wire from the motor re-winded can be retained by the Agency.

b) Cleaning of cooling coil all AHU’s and FCU’s should be done with C shine/coil clean / Vem clean to be done once in a year.

c) Repair of Shafts, pulleys, blower, foundation pad, motor mounting plates, dampers, fire dampers and belt guard of AHU’S.

d) Repair/replacement of cooling coils and drain tray and pipe. e) Repair/replacement of valves , strainers , motorized valve upto 65mm connected in the pipeline of

AHUs/FCUs. f) All electrical spares such as contactors, relays, MCCBs, MCBs and switch fuse units in sub panels of

AHU’s .

3.2 Details of Head No. 3 CMC (under heating) (Preventive and Breakdown) of Air handling units( AHU’s), Fan coil units (FCU’s ), ventilation units(VU’s) , TFA’s etc. installed in , Central animal facility, TB lab, NTC(GLP) , TDC Dosage, , etc shall be covered under this head . (Total capacity -110 TR ) The CMC shall be for the period of 03 months i .e. from Dec to Feb (+/ - 15 days approx in a year for the heating purpose This head consists of AHU’s, FCU’s, , Electrical Panels and Sub Panels, Piping, pressure valves, 3 way valves , Cabling 3 Phase/ Single Phase, control cabling, related accessories as installed 3.2.1 AHU’s ,FCU’s, TFA’s ,VU etc.

For maintenance (preventive and breakdown) of the these equipments the material/spares required and the labour involved shall be in the scope of agency .

g) Rewinding of all motors of various capacities from 1/16 HP to 11 HP installed with AHU’s and FCU’s. Burnt /damaged copper wire from the motor rewinded can be retained by the Agency.

h) Cleaning of cooling coil all AHU’s and FCU’s should be done with C shine/coil clean / Vem clean to be done once in a year.

i) Repair of cooling coils ,plugging, gas welding, base frame repair if required should be done. Replacement shall be done in case of beyond repair coils by NIPER. Agency shall have to do the replacement in case of emergency and cost shall be payable as per market rates for material only subject to approval of engineer-in-charge /competent authority ,NIPER

j) Repair/replacement of Shafts, pulleys, blower, foundation pad, motor mounting plates, dampers, fire dampers and belt guard of AHU’S.

k) Repair/replacement of cooling coils and drain tray and pipe. l) Repair/replacement of valves , strainers , motorized valve upto 65mm connected in the pipeline of

AHUs/FCUs. m) Repair/replacement of all electrical spares such as contactors, relays, MCCBs, MCBs and switch fuse

units in sub panels of AHU’s . 3.3 Details of Head No. 4

Hot Water Generator (As per Appendix-10 27 KW – 02 Nos and 60 KW – 01 No.) The location of these equipments are at central HWG room , TB lab, NTC etc. For maintenance (preventive and breakdown) of the these equipments the material/spares required and the labour involved shall be in the scope of agency .

The CMC (Preventive and Breakdown) shall be for the period of 03 months i .e. from Dec to Feb (+/ - 15 days approx in a year for the heating purpose. Following works shall be covered under this head :

Page 34: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 34

a) Replacement of damaged coil heater with new of equal capacity with gaskets etc for leak proof joints. b) Repair of frame work and outer shell including jointing/welding process. c) Repair/replacement of wiring and connectors. d) Repair of electrical panels, cabling, inter connections and indicators etc.

Since the said works are essential and of continous in nature ,so the replacement/repair works shall be executed by agency within 8 hours and necessary spares shall be kept in ready stock at site by agency . Storage space shall be provided by NIPER at site.

3.4 Details of Head No - 5 PACKAGED AC machines ( Units – 07 Nos ( 90TR ) The location of the Packaged units are Convention centre-auditorium- 3 nos (15 TRx 3 nos), BOG room/coference room -2 no(10TR), Seminar room -1 no (10TR), MBA building-1 no (15TR)

Scope :Spares and service / labour is in the scope of agency except compressors a) De-scaling of condenser of all package units with de-scaling agent of Nalco/scale foe are in the scope

with all material and labour. b) Refilling of Freon gas in case of any leakage during running or after repair in compressor or

replacement with new compressor along with filter. c) Repair and welding of pipeline including making space for the same as per site . d) Cost of terminal block/plate for Electrical connections shall be borne by the agency. e) Rewinding of pump motors/fan motors/blower motor and repair of all pumps/fan motor of cooling

tower including repair and replacement of damaged impeller/strainer/ seal/bush/shaft/bearing/glands/grease/dori etc.

f) All electrical spares such as contactors, relays, MCCBs, MCBs and switch fuse units. g) New Compressor for replacement if required shall be provided by NIPER. Installation and gas filling

etc shall be in the scope of Agency. h) Any other major work of damage machine housing,major damage i.e replacement of pipeline ,main

cable replacement shall be in scope of NIPER . Labour shall be in scope of Agency 3.6 Detala of Head No 6

AMC of cold room machines (1TR x3 nos) Spares and service/ labour is in the scope of agency except compressors

a) Refilling of gas in case of any leakage during running or after repair in compressor or replacement with new compressor along with filter ,any nimber of times required to make Machine fully functional Repair/replacement of gear box, ice flakes maker assembly including accessories etc

b) Cost of terminal block/plate for Electrical connections shall be borne by the agency. c) Rewinding motors/fan motors and repair/replacement of damaged impeller/strainer/

seal/bush/shaft/bearing/glands/grease/dori etc. d) All electrical spares such as contactors, relays, MCCBs, MCBs and switch fuse units. e) New Compressor for replacement if required shall be provided by NIPER. Installation in scope of

agency 3.5 Details of Head no 7

CMC (Preventive and Breakdown) of split AC machines Spares including compressor and service/ labour in scope of Agency

a) Coil cleaning of all above machines ( C-Shine/Vem clean/Coil clean) with all material and labour. b) Refilling of gas in case of any leakage after repair/reinstallation of new compressor. c) Replacement of Capacitors (starting/running)/ over load/ relay/ thermostat Electronic

PCB/Capillary/strainer/suction-discharge valve etc. d) Rewinding of blower/fan motor or replacement of damaged motor if required of various capacities

installed with Split A/C machines. e) Repair of Coils (evaporating and condenser) is in scope of Agency . f) In case of complete beyond repairs/damage of main coil, if required to be replaced shall be in scope of

NIPER. Labor for installation and gas filling in scope of Agency. In case of emergency, Agency may have

Page 35: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 35

to carry out the work which shall be payable as per market rates as per the approval of the Engineer-in-Charge/Competent Authority, NIPER, S.A.S. Nagar.

3.6 Details of Head No. 8

AMC of split AC machines (Total Capacity -312 TR) Scope : Spares including compressor and service/ labour in scope of Agency

g) Coil cleaning of all above machines ( C-Shine/Vem clean/Coil clean) with all material and labour. ) h) Refilling of gas in case of any leakage after repair/reinstallation of new compressor. i) Replacement of Capacitors (starting/running)/ over load/ relay/ thermostat Electronic

PCB/Capillary/strainer/suction-discharge valve etc. j) Rewinding of blower/fan motor or replacement of damaged motor if required of various capacities

installed with Window A/C/Split A/C/Water Cooler. k) Replacement of Knobs of operating AC’s l) New Compressor and coil for replacement if required shall be provided by NIPER . Installation and gas

filling/spares etc required shall be in scope of agency.

3.7 Details of Head no 9 AMC of window AC machines (Total Capacity -160 TR) Scope: Spares , service/ labour except compressor in scope of Agency

m) Coil cleaning of all above machines ( C-Shine/Vem clean/Coil clean) with all material and labour. ) n) Refilling of gas in case of any leakage after repair/reinstallation of new compressor. o) Replacement of Capacitors (starting/running)/ over load/ relay/ thermostat Electronic

PCB/Capillary/strainer/suction-discharge valve etc. p) Rewinding of blower/fan motor or replacement of damaged motor if required of various capacities

installed with Window A/C/Split A/C/Water Cooler. q) Replacement of Knobs of operating AC’s r) New Compressor for replacement if required shall be provided by NIPER . installation and gas

filling/spares etc reqd shall be in scope of agency. 3.8 Details of Head No 10

AMC of Water Coolers (Total Capacity 36TR) Location : as mentioned in list Scope: Spares Material and labour is in the scope of agency except compressors

a) Coil cleaning of all above machines ( C-Shine/Vem clean/Coil clean) with all material and labour. b) Refilling of gas in case of any leakage after repair/reinstallation of new compressor. c) Replacement of Capacitors (starting/running)/ over load/ relay/ thermostat Electronic

PCB/Capillary/strainer/suction-discharge valve etc d) Rewinding of blower/fan motor or replacement of damaged motor if required of various capacities

installed with Window A/C/Split A/C/Water Cooler e) New Compressor for replacement if required shall be provided by NIPER . installation and gas

filling/spares etc reqd shall be in scope of agency 3.10 Details of Head no -11

CMC of Ice Flaker machines 03 Nos (03 TR capacity) Location :as mentioned in list Scope : Spares and service/ labour is in the scope of agency including compressor.

a) Cleaning of cooling /condenser coil. b) Repair of ice cutter, bearings and gear box. - c) Repair and replacement of electrical, overload relay and control wiring. d) Repair and replacement of drain connection. e) Major repair such as replacement of storage tank sheet , side sheet covers shall be provided by NIPER 3.11. Details of head no -12

Air Coolers (size 6 ft – 11 Nos and 3 ft - 19 Nos.) Scope : All spares

a) Bush pads of all sizes shall be provided by the agency and to be replaced once in a year.

Page 36: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 36

b) Rewinding/replacement of blower motor/pump shall be in the scope of agency c) Minor body repairs shall be done by Agency. d) Major repair such as replacement of storage tank sheet , side sheet covers shall be provided by NIPER

Formats of all the respective AC machinery for carrying out maintenance on daily, weekly, monthly, yearly shall be provided by NIPER as per the scope of work.

3.12. In case of non execution of work within stipulated time set by Engineer-in-Charge from time to time as per requirements of the institute. It is expected that the contractor shall complete the job/assigned tasks within the time required so to actually complete the work. However, under various circumstances in which the contractor is not able to perform the job/assigned tasks within the time frame given or excuses/ explanations providing by the contractor are not accepted by the Engineer-in-Charge. The work shall be got done from outside Agency/ market at risk & cost of the contractor. The amount so incurred to complete the said job works shall be recoverable form the monthly services bill/Security Deposit. In addition, the penalty @ 1% per day of the cost of specific work in question, maximum upto limit of 1 month is also recoverable at the discretion of the Engineer-in-Charge/competent authority .

3.14 Manpower For General Shift

S.No. Designation Category Qty Qualification and Experience

(a) Technical supervisor

Highly Skilled 01 No

Diploma/ ITI in Air Conditioning and Refrigeration having experience of minimum five years in supervisor capacity engaged in operation and maintenance of centralised AC plant consisting of screw/centralized chillers, pumps, water coolers, window/split ACs, AHUs/ FCUs, electrical panels and allied fields in reputed companies/ Institutes. Sound health/ physical fitness/driving license is essential. Age –Upto 45 years. (relaxable for persons sound knowledge with good skills and hands on experience)

(b) AC Plant Operator

Skilled 01 No Minimum 10th passed with experience of 05 years / ITI AC & Ref with experience of 03 years in operation/maintenance of centralized AC plants consisting of screw/centralized chillers, pumps, water coolers, window/split ACs, AHUs/ FCUs, electrical panels and allied fields in reputed companies/ Institutes. Sound health/ physical fitness/ driving license is essential. Age –Upto 45 years. (relaxable for persons sound knowledge with good skills and hands on experience)

(c) AC Electrician

Skilled 01 No ITI (Electrical) having experience of minimum five years in Airconditioning maintenance works Electrician, engaged in handling & maintenance of centralised AC plant consisting of centralized chillers, pumps, water coolers, window/split ACs, AHUs/ FCUs, electrical panels, Motor terminal points, checking of motor windings and allied fields in reputed companies/ Institutes. Sound health/ physical fitness/ driving license is essential.

Page 37: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 37

Age –upto 45 years. (relaxable for persons sound knowledge with good skills and hands on experience)

(d) AC Plant Helper

Un-Skilled 01 No AC Plant Helper qualification Min 10th having 2-3 years of experience in the field of Air Conditioning. Sound health/ physical fitness /driving license is essential. Age –upto 40 years. (relaxable for persons sound knowledge with good skills and hands on experience)

(e) AC Mechanic (Mech)

Skilled 02 Nos ITI in Air Conditioning and Refrigeration having experience of minimum five years engaged in handling of centralised AC plant consisting of screw/centralized chillers, pumps, water coolers, window/split ACs, AHUs/ FCUs, electrical panels and allied fields in allied fields. Sound health/ physical fitness/ driving license is essential. Age –upto 45 years (relaxable for persons sound knowledge with good skills and hands on experience)

Manpower for Second Shift & Third Shift

a) AC Plant Operator

Skilled 02 Nos ITI AC & Ref with experience of 03 years/ Minimum 10th passed with experience of 05 years in operation of centralized AC plants system and having sound knowledge of air conditioning. Sound health/ physical fitness is essential. Age –upto 45 years. (relaxable for persons sound knowledge with good skills and hands on experience)

b) AC Plant Helper Semi Skilled 02 Qualification Minimum 10th having 2-3 years of experience in the field of Air Conditioning. Sound health/ physical fitness is essential. Upto 45 years (relaxable for persons sound knowledge with good skills and hands on experience)

Total Man Power – 10 Nos. (Highly Skilled – 01, Skilled – 06, Semi Skilled-01, Un-skilled-02). Note: Workers above 60 years of age are not permitted for service in the institute through contractor . Persons above the permissible age can be considered only under exceptional cases as per institutional requirements and after necessary approval of the competent authority. Note :- 1 Since the centralized Air Conditioning services are essential in nature, so the agencies manpower, if required by NIPER, may have to work extra 02 hours daily, without any additional cost to NIPER. Labour charges on this account shall be ubder Part’ A’ of the tender and in the scope of Agency.

Page 38: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 38

2. Engineer’s visit from Principal Company as and when required/ during emergencies to check the performances of all Screw chillers and Packaged plant and for carrying out preventive/breakdown maintenance under his(contractor’s) own supervision and cost . 3. All the workers engaged by the Contractor shall have to work as per the scope of the work mentioned at Head No. 1 to 11 of Part A(services) and Part B(manpower for operation& maintenance) of the BOQ. 4. All the manpower engaged by the contractor at NIPER site shall report to Engineer-in-Charge (Mechanical) for all type of various air conditioning works during the period of contract. 5. The contractor shall submit all proofs related to qualification and experience w.r.t workers deployed at NIPER site to engineer-in –charge ,NIPER after being awarded the contract.

(Signature of the Tenderer)

Page 39: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 39

SECTION-IX

TERMS AND CONDITIONS TO BE READ WITH SCOPE OF WORKS

1. TERMS AND CONDITIONS TO BE READ WITH SCOPE OF WORKS

1.1 Comprehensive Maintenance Contract (CMC) (preventive &breakdown) of Centralized Air Conditioning System complete with chillers capacity 155TR x 3 Nos, Cooling Towers, Pumping systems, interconnecting piping and cabling upto air side, AHUs/ FCUs/ TFA’s/ VUs, hot water generators , Electrical Panels etc as per s ite installations on as is and where is basis .

1.1.1 CMC shall be for Centralised airconditioning plant consisting of centralized screw type Chiller machines

, Capacity- 155 TR each Qty- 3 Nos, cooling towers, Pipelines both for chiller and condenser sides

including airside upto rooms/labs in Blocks (teaching &research), pumping system, AHU’s, FCU’s,

Ducting, Valves, allied false ceiling with A/C equipments and allied factors involved in operation and

maintenance of complete centralized AC system in the institute

1.1.2 CMC for the Centralised AC system complete as installed for cooling purpose shall be for a period of 9

months i.e. March to Nov in a year. Variation up to + - 15 days in cooling as per the requirement of the

institute due to change if any in the ambient temperature conditions or otherwise, are inclusive in

scope of work. The balance period i.e Dec to Feb ± 15 days shall be for heating in critical area marked

under Head no 3,4 of scope of work.

1.1.3 The Serial Nos of the chiller machines (03 Nos) under CMC are :-

Chiller Machine No 1 - 205189/24213, Capacity 155 TR Model 30HXC155A. Chiller Machine No 3 - 208232/120673 Capacity 155 TR Model 30 HXC155A Chiller Machine No 4 - 208233/120673, Capacity 155 TR Model 30HXC155A.

1.1.4 Work under CMC shall be as per the scope of work mentioned under Head No-1.

1.1.5 The Agency has to deploy one Engineer for emergency visits as and when required having vast

experience and well versed with the screw chillers/ centrifugal chiller machines under whose

supervision the maintenance work shall be undertaken at NIPER site.

1.1.6 The Agency may have to depute additional manpower if required to rectify the fault during major

maintenance or otherwise as per requirement at site.

1.1.7 Various factors involved for execution of the maintenance activity at NIPER or outside NIPER as

required such as transit of Spares, Insurance, Loading unloading, damaged material during transit or

during maintenance ,increase in cost of spares /labour etc shall be in scope of the Agency.

1.1.8 The Agency has to keep ready stock locally of all the spares including 75TR compressor with motor set

as required to carry out maintenance to avoid down time of the chiller due to procurement of spares.

Suitable penalty shall be imposed as deemed fit by the site Engineer in charge, NIPER if the spares are

not arranged within 12 hours from the time their requirement is generated.

1.1.9 The general fault should be rectified within 24 hours.

Page 40: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 40

1.1.10 In case of major repairs or during the time the chiller machine is not in functional condition, the

Agency may use the chiller machine no 4 at site subject to permission of the Engineer-in-Charge. The

time period of use of this chiller machine shall be limited to period of maximum 45 days and beyond

that the usage of chiller shall be chargeable @ 5000/- per week and that also limited to 2 months. In

case the agency is still not able to rectify the fault, it will be presumed that the Agency is incapable and

not resourceful enough to carry out the work within stipulated time period. In such situation the

order of the agency shall stand cancelled.

1.1.11 Necessary preventive maintenance shall have to be carried out by the agency as per the schedule to

ensure uninterrupted operation of the chiller machines during the season period.

1.2 Annual Maintenance Contract for AC Equipments. AMC shall be for all AC equipments installed in NIPER as per list enclosed and shall also include the followings :- Packaged Air Conditioners and their cooling Towers, Split/Window ACs, water coolers, Hot Water Generator,cold room machines , Ice Flakers machines, Air Coolers, Piping & Electricals wiring, control cabling , etc as mentioned in BOQ and list of equipments .

1.2.1 AMC for cooling equipments of the list shall be for a period of 9 months i.e. March to Nov in a year. Variation up to + - 15 days in cooling or heating as per the requirement of the institute due to change if any in the ambient temperature conditions or otherwise, are inclusive in scope of work.

1.2.2 Work under AMC shall be as per the scope of work . 1.2.3 The Agency has to deploy one Engineer for emergency visits as and when required having vast

experience and well versed with the screw chillers machines, AHU’s ,FCU’s, TFA’s,VU’s split ac’s, window AC’s, cold room machines,packaged AC machines etc as installed at site and under whose supervision the maintenance work shall be undertaken at NIPER site.

1.2.4 The Agency may have to depute additional manpower if required to rectify the fault during major maintenance or otherwise as per requirement at site.

1.2.5 Various factors involved for execution of the maintenance activity at NIPER or outside NIPER as required such as transit of Spares, Insurance, Loading unloading, damaged material during transit or during maintenance ,increase in cost of spares /labour etc. shall be in scope of the Agency.

1.2.6 The Agency has to keep ready stock/ arrange within maximum 12 hours all the spares as mentioned in the Scope of Work.

1.2.7 All the complains regarding air conditioning received from users in the campus shall be in the form the job cards to be provided by NIPER.

1.2.8 Spares not in the scope of Agency but required at site in emergency conditions the contractor may have to execute the job and payment shall be made subject to prior approval of the Engineer-in-Charge.

1.2.9 Any fault observed in the air conditioning machines including chillers shall be immediately reported to the Engineer-in-Charge.

1.2.10 All records pertaining to maintenance (preventive and break down) shall be kept updated for verification of Engineer-in-Charge.

1.2.11 Records of materials consumption shall be maintained by the Contractor. 1.2.12 The general fault should be rectified within 24 hours.

1.3 Operation of Air-conditioning Plant and AC Equipments (Head no- 13) 1.3.1 Work under Operation shall be as per the Scope of Work (Part B of the BOQ). 1.3.2 The centralized Air Conditioning plant shall have to run in 03 shifts daily. Any changes in timings of the

operation, if required shall be made by Engineer-in-Charge(Mech/Elec). 1.3.3 Being essential services it is required that tenderer has to provide manpower even on weekly offs or

holidays. 1.3.4 In case of any defects/ damages is occurred to any of the machine, part of the system during

operation of the system or otherwise due to negligent of the contractor or his worker, the same will

Page 41: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 41

have to be rectified by the contractor free of cost within the time period allotted by Engineer-in-Charge.

1.3.5 The tenderer will be responsible for smooth and trouble free running of installed system during each shift.

1.3.6 The contractor will also keep a Inspection Book for Inspecting Officer of the Department and shortcomings/ instructions of Inspecting Officer of Deptt. shall be recorded in it. The same has to be followed by the contractor.

1.3.7 The Contractor shall provide and employ on the site in connection with the works only such efficient and competent Engineers and Supervisors and other skilled, semi-skilled and unskilled labour as are necessary for the proper supervision and timely execution of the works. Orders given to the Contractor’s Engineer/Supervisors shall be considered to have the same force as if these had been given to the Contractor himself.

1.3.8 The contractor shall engage obedient, honest and trust worthy labourers for work. If in the opinion of the Engineer, any operator / labourer is found to be not suitable for work or is of doubtful character/conduct, he shall at once be removed from the service without any prior notice.

1.3.9 Defective work, if any, will be brought to the notice of the Contractor by the department. He shall at once take necessary steps to set right the defective work. For the work, which is not satisfactorily completed by the Contractor, the NIPER reserves the right to deduct from the bills, the amount proportional to the work not done. The Engineer-in-Charge may also engage the required skilled/ semiskilled/ unskilled labour force for completing the unsatisfactory work at the cost of the contractor and deduct the wages paid from monthly bills.

1.3.10 The Engineer-in-Charge shall be at liberty to object to and require the Contractor to remove forthwith from the works any person who, in the opinion of the Engineer misconducts himself or is incompetent or negligent in the performance of his duties and such person shall not be again employed upon the works without the written permission of the Engineer. Any person so removed from the works shall be replaced by the Contractor as soon as possible by a competent substitute.

1.3.11 All the workers so engaged by the Contractor should have sound health and physically fit. They must have good communication skills and should well conversant with Hindi, Punjab and English languages.

1.3.12 During the execution of services unless otherwise specified, the contractor shall at his own risk provide the material necessary for the safety of all the workmen and shall ensure that no damage, injury or loss is caused or is likely to be caused to any person or property.

1.3.13 The Contractor shall maintain all the service record of each and every Air Conditioning machine during the period of contract and should be available as and when required by the Engineer-in-Charge. Format of the same shall be available from office of Engineer-in-Charge.

1.3.14 It is advisable to the contractor and his manpower engaged in maintenance and in the shift operations operator of the shift must ensure proper handover charge to the next shift operator. In case the next shift operator does not reach in time/absents, the existing shift operator shall have to continue in the next shift or till substitute person is arranged by the contractor.

1.3.15 The supervisor /workers shall have to keep the operational and maintenance records of all the machines under the contract in the specified formats /registers wherever applicable.

1.3.16 The revision of VDA on minimum wages to the workers of each category i.e Highly skilled , skilled ,semi skilled , unskilled shall be payable as per the rules and regulations applicable as per the order of The Chief labour Commissioner(central),New Delhi, as applicable from time to time.

1.3.17 The Installations will have to be manned and operated on all days irrespective of Sunday and Holidays as per instructions of Engineer-in-charge (mechanical/electrical). The rate quoted shall be deemed to include for manning and operation of installations on all days of the week. However, one weekly off will be given to each person and other Holidays as per rules on rotation basis.

1.3.18 A tentative schedule of running hours of all the installations covered in the Contract shall be prepared as decided by Engineer-in-Charge and will be followed accordingly.

Page 42: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 42

1.3.19 The persons employed for operation etc. shall be qualified and experienced in the trade for which they have been employed. The contractor shall produce their certificates of qualifications and experience when called upon. However, the qualification and experience may be relaxed in case of candidate having adequate knowledge, experience and exposure of the concerned field. the accepting officer reserves the right to reject the employment of such persons forthwith. No claim, whatsoever ,shall be entertained on this account.

1.3.20 The persons employed on operation of installation shall limit their movements for the particular installations and shall no trespass the surrounding areas.

1.3.21 The persons employed on operation of installation shall have thorough knowledge of safety precautions during emergency cases and also well conversant with Indian Electricity Rules/ Regulations, Safety Rules and Indian Factory Act Rules as applicable on Installations which fall under the preview of the contract. The contractor should be well versed with OHSAS 18001 systems of hygiene safety management.

1.3.22 The company shall display necessary notice board indicating all precautionary measures to be taken by manning /operating staff. In addition, the working staff of contractor may have to do extra work in a day for two hours if required

(Signature of the Tenderer)

Page 43: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 43

SECTION-X

LIST OF AIR-CONDITIONING EQUIPMENTS UNDER CMC/ AMC INSTALLED AT NIPER, S.A.S NAGAR.

S. NO.

Type of Equipment/ Accessories Location Qty

1. Main Central Screw chilling machine Capacity 1 x 155 TR each (Make Carrier) under CMC.

Central AC Plant 03 Nos.

2. Main Central Screw chilling machine Capacity 1 x 155 TR each (Make Carrier) as standby

-do- 01 Nos.

3. Electric control Panel of Screw Chillers cap 155x4 nos -do- 04 Nos

4. Cooling tower 160 TR Capacity along with its motors and related accessories CT Fan motor 7.5 HP

-do- 02 Nos.

5. Cooling tower 200 TR Capacity along with its motors and related accessories pump CT Fan 7.5 HP

-do- 02 Nos.

6. Condenser water pump 15HP - 20 HP AC plant room -do- 05 Nos.

7. Chiller water pump 25 HP AC plant room -do- 03 Nos.

8. Complete associated pipe lines of all sizes from chiller side to condenser and chiller to air side on as is and where is basis.

-do- lot

9. Complete associated electrical cabling, control cabling of all sizes from chiller side to condenser and chiller to air side on as is and where is basis.

-do- lot

10. Air Handling unit (AHUs) complete with its Motor and all related accessories & LT panel with capacity range 800 CFM to 7500 CFM including TFA’s, VU’s

Block `A’ to `F’, CAF, NTC, TDC Dosage Form, TDC pilot plant, Central Seminar Hall

40 Nos.

11. Fan Coil Units along with accessories 1.5 TR TO 3.0 TR(Block A to F)

Block `A’ to `F’ 170 Nos.

12. Mono block Pumping Set Central AC Plant 05 Nos

13. KDS 15 HP Pumping set -do- 04 Nos

14. Mono 10 HP Block Pumping Set for HWG -do- 02 Nos.

15. Boiler 60 KW 4 Steps for Animal House -do- 01 No.

16. Valves/Insulation on pipelines as installed -do- 1 lot .

17. Main Electric Panel with 2 Nos. 1000 amp, Air Circuit Breaker in the incomer and 25 Nos. outgoing through 250 amp., 200 amp., 63 amp., switches and all related accessories and controls including all switchgear.

-do- 01 set

18. Main Electric Panel with 1 Nos. 800 amp, Air Circuit Breaker in the incomer and outgoing of various current rating and all related accessories and controls

-do- I set

19. Console desk panel. Central AC Plant & Utility section 01 No.

20. Windows Air Conditioners in different blocks/offices/guest house/Labs of rating 1.5 TR to 2.0 TR.

Block `A’ to `I’, Sectt Bldg, Adm Bhavan, Guest House, Heritage, NBC, TB Tab, Mgmt, Library, Cafeteria, Dispensary, NPFL

107 Nos. (160 TR)

21. Water Coolers 80 lit to 150 lit in different blocks/offices/guest house/Labs/hostels.

Block `A’ to `I’, Sectt Bldg, Adm Bhavan, Guest House, NBC, Mgmt, Library, Cafeteria, Dispensary, NPFL.

36 Nos. (36 TR)

Page 44: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 44

22. Split Air Conditioners including split ACs in different blocks/offices/Labs capacity of 1.5 -2.75 TR and 5 TR.

Block `A’ to `I’, Sectt Bldg, Adm Bhavan, Guest House, Heritage, NBC, TB Tab, Mgmt, Library, TDC dosage,Pilot plant, Cafeteria, Dispensary, NPFL.

197 Nos (360 TR)

23. Cold room machines Block F, D, I, 10 TR

24. Water cooled package Plant along Cooling Towers, Pumps Main LT, Panel along with related accessories capacity range 10 TR to 15 TR.

Conventional Centre & Management Building

07 sets (90 TR)

25. Ice Flaker Machine of 1 TR capacity compressor Block B, D, F 03 Nos. (3 TR)

26. MS Pipe line for chilled water of sizes 19 mm to 250mm spread from Central AC plant to all teaching blocks (A-F), convention centre and other buildings

Block `A ‘to Block `F’ lot

27. Gate valves/butterfly valves/Motorized Valves/Ball valves/Globe Valves of various sizes ranging from 19mm to 250 mm from Central AC plant to all teaching blocks, convention centre and other buildings

-do- lot

28. Air Handling unit double skinned with Heat Recovery wheel and supply and exhaust Air Blower related and accessories Capacity CMH 5440, 5100 and 6000.

New Animal House and GLP

04 Nos.

29. Hot Water Generator 27 KW with wiring and control panel along with dehumidifier.

-do- 02 Nos (54 KW)

30. Hot Water 60 KW with wiring and control panel. Hot water generator room

01 No. (60 KW)

31. Mono block pumps 1.0 HP -do- 02 No.

32. LT Panel with Incomer 200 amp. And outgoing circuits along with control wiring etc.

-do- 02 No.

33. Air Handling Washer units approx capacity7500 CFM along with its exhaust units of TDC

-do- 02 Nos

34. Air Coolers 6 ft. Chenab Hostel, Ravi Hostel, , substation,

11 Nos

35. Air Coolers 3 ft approx. Satluj Hostel, Beas Hostel, Raavi hostel,Security Gate, Engg Block. Admn bhavan,Sectt. Bldg.

19 Nos

Note :- Addition/deletion of the qty of equipments for maintenance purpose mentioned shall be the sole authority/liberty of Engineer-in-Charge as per institute’s / site requirements.

Signatures of Tenderer

Page 45: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 45

SECTION-XI

SPECIAL CONDITIONS OF CONTRACT

1.1 Agreement: The contractor is required to enter into an agreement with NIPER after acceptance of his

tender under the terms and conditions stipulated in the tender as well as the other conditions which may be considered necessary for inclusion in the agreement.

1.2 Period of Contract: The Contract shall be initially for a period of one year from the date of award of order which may be extended upto further equivalent period maximum upto 02 years (Total 03 years from the date of first Work Order) subject to satisfactory performance of the Contractor and submission completion certificate issued by Engineer-in-Charge (Mech/Elect) of NIPER. Regarding the grant of extension to the Contractor for a further period in continuation on the existing Terms & Conditions, shall depend upon the decision taken by the Competent Authorities, NIPER, S.A.S Nagar.

1.3 Hike, if any, if deemed fit on Part-A of Price Bid after completion of each year shall be on mutual consent of NIPER and Agency. NIPER shall be at the liberty to give or not to give any hike on PART ‘A’ (services ) to the Agency .

1.4 The contractor had to apply for approval to NIPER for revisions in the DA’s on minimum wages as per the office order of the Chief Labour Commissioner (Central), New Delhi, as applicable. Implementation of revised wages shall be only applicable after approval of NIPER.

1.5 Identification Badges/Passes 1.5.1 The Contractor shall provide each of the employees with identification badge at his cost. The

employees shall display the badges on their person so that the badges are clearly visible for checking by the gateman as they enter the premises of the NIPER. The badges shall be serially numbered. The Contractor’s initials shall be printed above with an identification number on the badge.

1.5.2 The Contractor should immediately notify the NIPER if any of the badges is lost and a new one issued in its place, or when badges are carried away by discharged labour. No employee of the Contractor without a badge will be permitted to enter the premises of work, except in such cases where special permission of the NIPER/Engineer-in-Charge is obtained.

1.6 Damage to the Equipment/Installation: The contractor shall be fully responsible for making good any damage/loss due to employment of inexperienced staff or due to negligence of workmen. The same shall be made good by the company as per the existing specification without any extra cost to the Institute. In the event company not full complying with the above provisions to the satisfaction of Engineer-in-Charge (Mechanical/Electrical) the same may be provided by the Institute for which the expenses incurred will be recovered from the Contractor’s monthly bills/EMD/Security etc . The decision of Director NIPER in this regard shall be final, conclusive and binding.

1.7 Water and electricity: water and Electricity required for operation and maintenance of air conditioning plant and allied AC equipments where ever required shall be supplied by NIPER.

1.8 Penalty : In continuation with the clauses of liquidated damages under General terms and conditions Cumulative penalty shall be up to max. of 10% of the awarded value of contract.

1.9 No installation shall be left unmanned under any circumstances. The watch and ward of machinery/plants shall be contractors responsibility. However, no such compensation will be charged from the company if the installation is not found running for the minimum specified hours due to the following reasons :- Non supply/failure of electricity, failure of pumps/equipment not due to company’s negligence/fault, Shut down or other reason which is beyond company’s control and justified.

Page 46: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 46

1.10 Payment Terms 1.10.1 Payments shall be made monthly as per the bill raised by the Agency duly verified by the

Engineer-in-charge /Engg. Section. The Agency shall deposit documentary proof of fulfilling the statutory requirements like EPF, ESI, ECR, GST as applicable of the previous month along with current bill raised.

1.10.2 Delay in raising the bill for payment to NIPER shall be the sole responsibility of the contractor. However the contractor is required to raise bills for payment on completion of the month of service.

1.10.3 Any change in the statutory requirements such as GST, cess , tax etc. on percentage of total amount, etc. shall be immediately brought to the notice of NIPER authorities for necessary approvals. Without NIPER approval the payment due to change in taxes or otherwise due to statutory reasons shall not be payable.

1.10.4 The successful contractor should inform the assessing Income Tax Officer concerned about the award of work to him.

1.10.5 Tax on the gross amount billed will be deducted from contractor bill by NIPER as per the govt. rules & regulations applicable.

1.10.6 Over Payments/Under Payments detected verification will be adjusted from any contractor’s running bill/security/EMD deposited with NIPER.

1.10.7 The NIPER concerned respective authorities reserves the right to carry out post payment audit of the running/ final bill including all supporting vouchers etc. The NIPER further reserves the right to enforce recovery of any over payment when detected. If as result of such audit any over payment is discovered in respect of any work done by the contractor under the contract, it shall be recovered by the NIPER from the contractor or if any under payment is discovered the amount shall be duly paid to the contractor by the NIPER.

1.10.8 Performance guarantee @ 5 % of awarded cost shall be provided by the agency to NIPER from the nationalized Bank on prescribed Performa and the same will remain valid till the completion of the contract duly certified by Engineering Deptt.

1.10.9 Security @ 5 % of the gross amount of the bill shall be deducted from each RA Bill and will be released after the successful completion of contract duly certified by Engineer- in- charge/authorized official.

1.10.10 The Contractor shall not be permitted amend/ change the wages without the permission of Engineer-in-Charge/ NIPER authorities.

1.10.11 No advance payment will be given by NIPER . the contractor shall make its own arrangements of funds .

1.11 Compensation for failure to undertake work In case the company fails to undertake the operation and maintenance on any particular day or part thereof, the contractor shall be liable to pay compensation at double the rate of that day to be worked out from their quoted rates. The above mentioned compensation shall, however, not be imposed in case the maintenance/operation is interrupted due to unavoidable circumstances or due to any major breakdown being beyond’s contractors control and Engineer-in-Charge (Elect/ Mech. Section) certify the same. However, the company shall not have any claim over the Institute on this account.

1.12 Company’s Representative, Agents and Workman Company shall employ only Indian nationals as his representative, servants and workmen after verifying their antecedents and loyalty. Company shall ensure that no person of doubtful antecedents and nationality in any way in associated with the work.

1.13 Wages/Benefits regarding manpower. 1.13.1 It may be ensured that the technicians/workers are paid minimum wages as per orders of

Chief Labour Commissioner (Central), New Delhi being issued from time to time. Any statutory variation in the rates as indicated by the government shall be implemented by the contractor and any violation in adhering to Minimum Wages Act, PF, ESI and insurance Act

Page 47: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 47

and/ any labour regulations will be viewed seriously and penal action as deemed necessary will be taken.

1.13.2 The contractor will not pay less than minimum wages as notified by Appropriate Authority (Central) to any new worker joining at NIPER site through contractor, as applicable from time to time to his workers. Existing workers, if deployed shall be paid wages as mentioned in Annexure-I of Part=B of Price Bid. However, Engineer-in-Charge in his opinion may fix wages to new persons at rates specified. The contractor shall have no claim whatsoever, if on account of local factor and /or regulations it is required to pay the wages in excess of minimum wages as described above during the execution of work.

1.13.3 The contractor has to bring in notice to the NIPER authorities with respect to any increase in minimum wages as specified by the Appropriate Authority (Central) from time to time.

1.13.4 ESI/EPF or any other statutory requirement for the benefit to the staff/workman deputed at NIPER site shall be borne by company as per prevalent labour laws and will have to be followed by the agency. The proof of deposit of funds on account of ESI/EPF in individual member ID of concerned EPFO shall be provided by the contractor along with the monthly bill. NIPER authorities may check the details of deposits by the contractor towards EPF/ESI. Any discrepancies noticed by the NIPER at any stage shall invite penalty and administrative action as deemed fit by the NIPER authorities.

1.13.5 The tenderer must have a valid license throughout the period of contract from the licensing authority under the Contract Labour Regulation and Abolition) Act, 1970 as amended from time to time or any other Act for the purpose of entering into and/ or execution of the contract so to be awarded shall be carried out by the Tenderer at his own expenses etc, and the Tenderer shall report the compliance thereof to the Engineer-in-Charge. The Tenderer shall solely be liable for violation of any provisions of the said Act or any other Act. Otherwise agency will submit affidavit duly attested by the Notary that the registration/license is not applicable to him. In case any discrepancies at a later stage the agency will be fully liable to the liabilities if any.

1.13.6 The Tenderer must also have valid EPF Code No. ESI Code No./ Service Tax Code No. throughout the period of contract. He will be responsible to deposit EPF, ESI, Service Tax etc. with the respective departments in respect of the person employed by them for every month. The Department will not be responsible for any liability on this account whatsoever. The Tenderer shall ensure regular health checkup of his Contract Employees and compliance of provisions of Minimum Wages Act or any related law on the said issue. Otherwise agency will submit affidavit duly attested by the Notary that the registration/license are not applicable to him. In case any discrepancies at a later stage the agency will be fully liable to the liabilities if any.

1.13.7 The Tenderer shall give an undertaking to the effect in the form of an Affidavit on non-judicial stamp paper of Rs. 50/- duly attested by the Notary Public/ Ist Class Magistrate and the same shall be part of the department. * This obligation is imposed to ensure that the tenderer is fulfilling its commitment towards it employees so deployed under various Labour Laws having regard to the duties of the Department in this respect as per the provisions of the Contract Labour Regulations & Abolition) Act 1970.

1.14 The Contractor may have to deposit the detailed break up of the wages including statutory deposits as applicable regarding the manpower employed as per the Office Order of Chief Labour Commissioner (Central) and as per the rules applicable regarding statutory requirements along with Price Bid Part `B’ for scrutiny, if required by NIPER, S.A.S Nagar.

1.15 Maintenance Records : The contractor’s quoted rates shall include the expenditure for the following.

Page 48: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 48

1.15.1 Cost of stationary required to maintain the records as per requirement of NIPER such as Register for noting down the parameters of running of A/C Plants/Boilers and preventive maintenance records.

1.15.2 Log sheets for recording the maintenance schedule for A/C machines. 1.15.3 Register showing particulars of contractor’s staff employed giving their names, designation.

1.16 EARTHING

Special care shouldl be taken by the agency for maintenance of Effective earthing (Body

earthing) of all equipments as per detail given in Appendix-10 which have been installed at

various locations at NIPER. Company is solely responsible for any type of damage occurs due to

non earthing of any equipment.

1.17 Fire Precautions:

The maintenance and operation staff shall strictly observe the instructions pertaining to fire precautions in the NIPER Campus.

1.18 Accident: In case of accident or injury, fatal or partial disability, the company shall be solely responsible for settlement of all claims/compensation. The Institute will have the right to recover any sum indicated/claimed by the labour Commissioner/Court Directive. The contractor shall, however, ensure that it has provided all adequate and required means of safety to the workmen.

1.19 Termination of Contract on death of contractor

Without prejudice to any of the rights or remedies under this contract, if the contractor dies, the Director, NIPER , SAS Nagar shall have the option of terminating the contract without compensation to the contractor until unless heir/authorized person submits his documentary evidences /capabilities to take the responsibility of the assigned/awarded work to the satisfaction of the competent Authority NIPER .

1.20 Notice for termination of contract. The Agency shall have to inform 90 days in advance if it is no more interested to continue contract during the contract period . NIPER shall also have the liberty to terminate contract at any time during the period of contract if found unsatisfactory by giving notice of one month under normal circumstances. In case of extremely adverse circumstances, the Director, NIPER shall be at liberty to terminate contract of hired Agency without giving any advance notice.

3.21. All assests covered under CMC and AMC shall be under Juridiction of NIPER SAS Nagar . The contractor shall be handed over these assests on temporary basis for the period of contract awarded by NIPER for the purpose of operation and maintenance only. After the completion of the contract period the same shall be handed over back to Niper in good working condition by the contractor.

1.21 BUILDING DETAIL

The NIPER Campus is spread over the area of 140 acres approx. The campus is covered with

various type of buildings like Teaching blocks and Research labs (A-I), Animal houses, Technology

development centre, convention centre, GLP, library, management bldg and heritage centre,

hostels, Secretariat bldg, substation, utility, Dosage Form and other buildings. Air-Conditioning

equipments as mentioned in List of equipments have been installed at the various locations in

NIPER Campus

Page 49: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 49

Conditions applicable on Agency with respect to workers deployed at NIPER, S.A.S. Nagar. 2. Conveyance to workers :

The agency shall provide the vehicles for the workers under the supervision of their respective supervisors (electrical & mechanical). Following shall be the type of conveyance required to carry out various official works under the contract at NIPER site as per the directions of Engineer-in-Charge (Air Conditioning). (A) Rehri - 2 nos . (for carriage of spares/machinery etc. within the campus as per requirement of the

maintenance .

(B) Two wheelers – 2 Nos (for workers to visit sites of maintenance within the NIPER campus & from

nearby market upto 20km. radius. All statutory requirements concerning Agency’s vehicle including

theft, accidental reasons shall be the sole responsibility of the Agency being proprietor of the same .

The agency shall be responsible for reimbursement for fuel/repair charges as applicable to the Supervisor in case of using his/their own personal vehicles subject to non availability of Agency’s vehicle. In case of any complaint from the workers to NIPER authorities with respect to non payable of conveyance charges while carrying out assigned official duties, the expenses incurred by the worker shall be calculated by engineer in charge, NIPER & the same shall be deducted by Engineer-in-Charge from contractors monthly bills/Security deposit as deemed fit.

3. Communication : The agency shall provide 2 nos mobile phones complete with SIMs in working order to its site supervisors for better communication and saving time for the execution of jobs assigned . Charges as applicable shall be in the scope of Agency.

4. Off days/Holidays :

Under normal circumstances, Sundays will be kept as off days for General shift workers until unless specified for change by Engineer-in-Charge, NIPER.Shift duty workers shall get one weekly off as per rotation in a week. Total 8 holidays per year which include 03 nos National Holidays, shall be applicable to outsourced workers until unless specified for any change by Engineer-in-Charge, NIPER. List of holidays shall be specified by NIPER from time to time.

5. Absence from duty : The contractor shall be responsible for the attendance of his staff in the institute.

In case of existing employed worker remains absent /on leave for the period of more than 3 days, in lieu

,the agency shall have to arrange suitable substitute worker, the wages of the off duty person shall be

credited to the person who performs duty on his behalf .

6. Tools, tackles & maintenance machinery to workers : The contractor has to provide all necessary tools which include maintenance tools , cutting tools, portable /non-portable maintenance machinery as reqd. to carry out maintenance works by the workers. The contractor shall have to keep sufficient stock of all the maintenance equipments for each and every worker as required. Failure of the agency to provide the reqd. tools, tackles and machinery which may hamper the services to the institute, shall invite necessary action deemed fit by Engineer-in-Charge. The NIPER shall under these circumstances purchase the new tools / tackles /maintenance machinery from the market and the cost incurred shall be deducted as per the approval of Engineer-in-Charge from the monthly AMC service bills/security deposit of the contractor with NIPER. The contractor shall have to comply with the directions of Engineer-in-Charge with respect to loss suffered by NIPER on account of lack of services due to non availability of proper tools /tackles & maintenance machinery. NIPER authorities shall have the liberty to inspect anytime the availability of reqd. tools at NIPER site & penalize the contractor as deemed fit.

7. Medical facility to workers :

Providing medical facility of any form shall be the sole responsibility of the contractor . The contractor must provide a first aid box at NIPER site for its workers. The contractor shall also keep local hospital

Page 50: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 50

contacts in case of any medical emergencies to workers. Emergency funds should also be kept by contractor which can be made available to meet such emergencies.

8. Obligations for Workmen :

The tenderer must have a valid license throughout the period of contract from the licensing authority under the Contract Labour Regulation and Abolition) Act, 1970 as amended from time to time or any other Act for the purpose of entering into and/ or execution of the contract so to be awarded shall be carried out by the tenderer at his own expenses etc, and the tenderer shall report the compliance thereof to the Engineer-in-Charge. The tenderer shall solely be liable for violation of any provisions of the said Act or any other Act. Otherwise agency will submit affidavit duly attested by the Notary that the registration/license are not applicable to him. In case any discrepancies at a later stage the agency will be fully liable to the liabilities if any. The Tenderer must also have valid EPF Code No. ESI Code No./ Service Tax Code No. throughout the period of contract. He will be responsible to deposit EPF, ESI, Service Tax etc. with the respective departments in respect of the person employed by them for every month. The Department will not be responsible for any liability on this account whatsoever. The tenderer shall ensure regular health checkup of his Contract Employees and compliance of provisions of Minimum Wages Act or any related law on the said issue. Otherwise agency will submit affidavit duly attested by the Notary that the registration/licence are not applicable to him. In case any discrepancies at a later stage the agency will be fully liable to the liabilities if any. This obligation is imposed to ensure that the tenderer is fulfilling its commitment towards it employees so deployed under various Labour Laws having regard to the duties of the Department in this respect as per the provisions of the Contract Labour Regulations & Abolition ) Act 1970. Respective Undertaking format in the tender is mandatory to be filled by the L-1 tenderer.

9. Loss of Property/ Life of Workers. In case of any mis-happening/ loss of life, during the period of contract

the Agency shall be primarily responsible to bear the complete cost involved at any point of time etc and

the NIPER will not be responsible for any kind of payment to workers or contractor under these

circumstances.

10. It will be the prime responsibility of the contractor to ensure that all workers deployed are not effected

with any medical diseases including COVID-19. The cost of medical screening/ sanitization of the work

place shall be in the scope of contractor.

11. The contractor manpower may have to work extra for two hours in addition to normal working hours, if required for emergency works at site. The payment for additional hours of workers shall be inclusive in the service charges to be quoted by contractor. S-For shift duty around the clock operation i.e. 24 hours a day (8 hour shift). G-General Shift. Signatures of the Tenderer

Page 51: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 51

SECTION-XII BOQ FOR PART `A' (SERVICES)

Name of Work: CMC/AMC with Operation of Centralised airconditioning Plant and other Airconditioning Equipments as Installed in NIPER ,SAS Nagar

S. No

Description of work Unit Qty Period of

contract in months

Rate per TR/month

Amount (Qty x months x

Rate/ TR / month )

1 CMC (Preventive and breakdown Maintenance including Spares and Consumables for both High Side Plant Room incl Piping/valves and Air side) as per below details and related accessories as per site as per Scope of Work mentioned in Head No. 1 of technical bid to supply uninterrupted chilled water supply as per designed parameters of temperature at discharge end etc

i Water Cooled Screw Chillers 155 TR x 3

ii Chilled water Pumps Flexible Coupled (3 Nos) - 25 HP

iii Condenser Water Pumps (5 Nos) - 20 HP

iv Cooling Towers (160Tr x 2+200 TR x 2)

v Electrical Panel for HVAC system

vi

AHU's ,FCU's and ventilation units for cooling purpose with all parts/accessoriesDetails as per Scope of Work Head no. 2 of Technical Bid

TR 465 9 **** ****

2

CMC (Preventive and breakdown Maintenance including Spares and Consumables) of AHU's, TFA, FCUand ventilation units (VU) for heating purpose with all parts/accessories which include filters,valves,grills , motor,belts, actuators, thermostats, frame, supports, connectors, icluding VRV's, power and contol cabling wires , pipes and insulations and Al. cladding etc. Details as per Scope of Work Head no. 3 of Technical Bid

TR 110 3 **** ****

3

AMC (Preventive & Breakdown Maintenance) of Hot water generator as per Scope of Work Head No. 4. of Technical Bid

KW 114 3 **** ****

4

AMC (Preventive & Breakdown Maintenance) of Packaged airconditioning as per Scope of Work Head No. 5 of Technical Bid

TR 90 9 **** ****

Page 52: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 52

5

AMC (Preventive & Breakdown Maintenance) of cold room machines (Split type) as per Scope of Work. Head No. 6 of Technical Bid.

TR 10 9 **** ****

6

CMC of Split AC Unit (Repair with all spares including compressor) as per Scope of Work. Head No. 7 of Technical Bid. Range 1.5 TR to 2.75 TR .

TR 61 9 **** ****

7

AMC of Split AC/Cassette Unit Repair with all spares excluding compressor as per Scope of Work. Head No. 8 of Technical Bid. Range 1.5 TR to 2.75 TR .

TR 312 9 **** ****

8

AMC of Window AC Unit. (Repair with all spares except compressor) range 1.5 TR to 2.00 TR as per Scope of Work Head No. 9 of Technical Bid

TR 160 9 **** ****

9 AMC of Water coolers (Repair with all spares except compressor) as per Scope of Work Head No. 10 of Technical Bid

TR 36 9 **** ****

10

CMC of Ice flaker machine (Repair with all spares including compressor) as per Scope of Work Head No. 11 of Technical Bid

TR 3 9 **** ****

11

Air coolers (Repair, pad and rewinding of fan motors and water lifting pumps head 3ft,6ft etc) as per list and as mentioned in Head No in the technical Bid as per Scope of Work Head No. 12 of Technical Bid.

Nos 30 9 **** ****

* Total (Part `A ') (in fig)

****

GST@ ______ % ****

Grand Total in figures ****

Grand Total in Words ****

Note: 1. Only Part A of the Price bid shall be the sole criteria for evaluating the lowest bidder . 2. GST shall be extra as per govt norms as applicable. 3. Cost on minimum wages of manpower -10 nos are not to be included in Part A. They are

included in Part B of the BOQ.

Page 53: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 53

S. No

Description of work Unit Qty Period of

contract in

months

Total wages

payable per month

as applicable

Total Cost of wages per year (as per

Annexure-I of Part-B).

3 Manpower requirement for Operation, Maintenance, Checking & recording of Centralized Air Conditioning Plant and Packaged AC Unit as per Scope of Work (Head No.13 ).

Nos 10 12 **** ****

Total of Part `B' in Figures

GST @ ______ ********

Any other statutory taxes, as applicable _______ ********

Grand Total in Figures ********

Grand Total in Words :

Signatures of Tenderer Date and Time :

Name of Address of : Tenderer with Seal :

Note :-

Tenderer must read and comply with the following conditions before quoting the rates in the PRICE BID.

1) Ony Part `A' (Services) of the PRICE BID shall the sole criteria for evaluating the lowest bidder.

2) This Part' B'(manpower ) of PRICE BID shall not be the considered as criteria for the purpose of evaluating the lowest Bidder.

SECTION-XIII BOQ

PART `B'(Manpower for Operation & Maintenance)

Page 54: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 54

3) The tenderer is not permitted to amend/ change the value marked with respect to wages as mentioned in Part-B of Price Bid. The Annexure-I to Part-B enclosed is for reference to the tenderer with respect to wages to be disbursed to the workers under this contract by the contractor.

4) The contractor shall have to pay Rates of wages mentioned above against each category of workers at NIPER site until unless revised by the approval of NIPER. The contractor has to quote current applicable wage rates in the Part-B of BOQ.

5). Revision of VDA on minimum wages as applicable shall be in force as per the order of Chief Labour commissioner ( Central )New Delhi , as issued from time to time

6) Tenderer is required to fill the rates and total cost in respective columns mentioned above.

7) No cutting, eraser and overwriting is permitted.

8) Conditional Price Bid shall invite cancellation of tender.

9) The tenderer should quote the Rates against each item S.No in PART 'A' of the PRICE BID shall include all services inputs such as contractor's profit margin, cost of spares required for all machines/equipments as applicable , special /specific machining works required from market , major minor repairs , hiring of experts ,depoyment of Engineer medical emergencies to workers, all type of insurances involved, conveyance and communication charges to workers for assigned works , loading/ unloading charges, office charges, over head charges of the Contractor at site or otherwise . etc for providing smooth services to NIPER .

10) The Part B (manpower) shall cover the cost of only statutory minimum wages as per the CLC(central) as appilcable from time to time .

11) The tenderer should quote their rates after taking into consideration existing conditions of AC Plant and shall be taken over "as is where is basis" conditions

12) GST shall be extra for PART A and PART B as applicable.

13) Technical Bid Part-I may please be referred to find various details of works before quoting in the Price Bid.

14) NIPER reserves the right to amend/review the wages of any worker in Part-B as deemed fit by Engineer -in-charge during the period of contract

15) Any other statutory requirements applicable to services/ workers from time to time shall be payable by NIPER to contractor after the reqd. approvals from NIPER

16 ) The decision of The Director, NIPER with regard to all the matters concerning legal, financial ,administrative, technical etc concerning this tender shall be final and binding on the Contractor.

I accept all the Terms & Conditions mentioned

the tender documents.

Signatures of Tenderer Date and Time :

Name of Address of : Tenderer with Seal :

Page 55: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 55

Annexure-I to Part-B

PRICE BID

PART `B'(Manpower for Operation & Maintenance)

Details are rates of current wages applicable to manpower to be deployed by

tenderer for contract of Operational and Maintenance - CMC and AMC of Centralised

Air Conditioning Plant and allied Air Conditionig Equipments at NIPER, S.A.S Nagar

Applicable minimum wages for period 1/4/2020 to 30/9/2020

S.

No.

Description Category No of

Man

Power

required

Shift Present

wages

per

month

upto

30.09.2020

Present

total

amount of

wages per

month

Total

approx

amount

per year

(a) (b) (c) (d) (e) (f) (g) (h)

1 Technical

Supervisor

Highly

Skilled

1 G 19864 19864 238368

2 AC Plant

Operator

Skilled 3 G 18070 54210 650520

3 AC Electrician Skilled 1 G 18070 18070 216840

4 AC Plant

Helper

Semi

Skilled

1 G 15418 15418 185016

5 AC Plant

Helper

Un-

Skilled

2 G 13650 27300 327600

6 AC Mechanic

(Mech)

Skilled 2 G 18070 36140 433680

Total 10 Total 171002 2052024

Employer contribution to ESI 3.25% 5557.57 66690.78

Employer contribution to EPF 13.16% 22503.86 270046.36

Employer contribution to Bonus 8.33% 14244.47 170933.60

Total 213307.89 2559694.74

Signatures of Tenderer Date and Time :

Name of Address of : Tenderer with Seal :

Page 56: technical bid - NIPER SAS Nagar......

NIPER, S.A.S NAGAR

Page 56

Annexure II

SUMMARY OF THE TOTAL COST OF BOQ PART A &PART B Operational and Maintenance - CMC and AMC of Centralised Air Conditioning Plant and

allied Air Conditioning Equipments at NIPER, S.A.S Nagar

S. No DESCRIPTION OF BOQ Parts TOTAL AMOUNT AS IN BOQ inclusive GST/ any other taxes (in Rs)

1. PART A (SERVICES ) ********

2. PART B (MANPOWER FOR OPERATION & MAINTENANCE

********

Total of Part A & Part B (in fig) ********

Total of Part A & Part B(in words ) ********

The quoted amount is final

Signatures of Tenderer Name of Address of tenderer with Seal Date and Time :