AMC CONTRACT FOR AC UNITS & WATER COOLER FOR THE YEAR 2016 … AMC FOR AC.pdf · REF:...

38
TATA INSTITUTE OF FUNDAMENTAL RESEARCH National Centre of the Government of India for Nuclear Science & Mathematics Homi Bhabha Road, Navy Nagar, Colaba, Mumbai–400005 Fax: 022-2280 4610/4611 Tel.: 0 22 2280 4545 REF: TFR/TSR/AMC/2016 Date: 18/01/2016 AMC CONTRACT FOR AC UNITS & WATER COOLER FOR THE YEAR 2016-17 Notice Inviting Tender (Two Part Tender) for the following Job Yours faithfully, Chief Engineer (Technical Services) ITEM TWO PART TENDER Comprehensive Annual Maintenance Contract for 12 months for Window & Split type air conditioners and Water Coolers of different capacities and models/Make including replacement of defective parts/spares located at TIFR , Mumbai – 05 as per attached tender document for the period from 01/04/2016 to 31/03/2017. Note : 1. Approx Cost of Tender :Rs. 9,50,000/- 2. The bid should be in two parts in two separate envelopes marked with Tender notice No. and indicated as ‘Technical Bid “Part – II” and “Financial Bid “Part-I”. 3. The Bidder should furnish in the Technical Bid “Part-II”, the following; a) Proof of Experience in carrying out similar nature i.e. Comprehensive AMC for Window & Split type AC units and water coolers. b) List of similar work in hand and works carried out by them for last 3 years indicating annual turnover, the agency for whom executed, value of work, etc. c) Performance Certificates/PO Copies d) Tenderers who wish to quote for this work should have done minimum three similar jobs in last three years having comparable value in government/private organizations. Out of the three jobs one job should be of value not less than Rs. 7.6 Lakhs or two jobs should be of value not less than Rs. 5.7 Lakhs each or three jobs should be of value not less than Rs. 3.8 Lakhs each, executed during last 3 years. e) Details of local office & list of Technical Staff with at least 3 years of experience in the similar nature of work, (page no. 15 &Annexure-II of tender) 4. PAN No. 5. The Tender Technical Bid Part II and Financial Bid Part I addressed to the Chief Engineer (Technical Services), TIFR, Mumbai should be submitted in two separate sealed envelope duly superscribed our enquiry reference and due date. in bold letters, addressed to the Chief Engineer (Technical Services), Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai 400 005. The envelopes should be clearly marked on top as either TECHNICAL BID i.e.”Part – II” or FINANCIAL BID “Part – I”. The two sealed covers should be further put in a master cover superscribed with the Tender Enquiry No. and Due Date in bold letters, addressed to the Chief Engineer (Technical Services), Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai 400 005. Quotation sent by hand delivery / courier are to be deposited in the Tender Box kept at the Main Gate after obtaining stamp, date and signature of the Security Officer. 6. The bidders should visit site to assess the nature & magnitude of work before quoting 7. Due Date for submitting your offer is on or before 1400 hrs on 04.02.2016. Tenders will be opened on the same day at 1500 hrs. (Only Technical Bid Part II) 8. You may contact Shri Rajesh Sharma, (Tel: 22782553) Technical Service, TIFR, Mumbai 400005 for any technical clarifications. 9. For further details, specifications,BOQ,Terms and Conditions etc., please visit our website : www.tifr.res.in/tenders OR www.eprocure.govt.in/cppp and download our tender documents. (Only those bids satisfying the conditions mentioned in the points 2 a),2 d) & 2 e) shall be processed.)

Transcript of AMC CONTRACT FOR AC UNITS & WATER COOLER FOR THE YEAR 2016 … AMC FOR AC.pdf · REF:...

TATA INSTITUTE OF FUNDAMENTAL RESEARCH National Centre of the Government of India for Nuclear Science & Mathematics

Homi Bhabha Road, Navy Nagar, Colaba, Mumbai–400005

Fax: 022-2280 4610/4611 Tel.: 0 22 2280 4545 REF: TFR/TSR/AMC/2016 Date: 18/01/2016

AMC CONTRACT FOR AC UNITS & WATER COOLER FOR THE YEAR 2016-17

Notice Inviting Tender (Two Part Tender) for the following Job

Yours faithfully, Chief Engineer (Technical Services)

ITEM

TWO PART TENDER Comprehensive Annual Maintenance Contract for 12 months for Window & Split type air conditioners and Water Coolers of different capacities and models/Make including replacement of defective parts/spares located at TIFR , Mumbai – 05 as per attached tender document for the period from 01/04/2016 to 31/03/2017. Note :

1. Approx Cost of Tender :Rs. 9,50,000/- 2. The bid should be in two parts in two separate envelopes marked with

Tender notice No. and indicated as ‘Technical Bid “Part – II” and “Financial Bid “Part-I”.

3. The Bidder should furnish in the Technical Bid “Part-II”, the following; a) Proof of Experience in carrying out similar nature i.e. Comprehensive AMC for Window & Split type AC units and water coolers. b) List of similar work in hand and works carried out by them for last 3 years indicating annual turnover, the agency for whom executed, value of work, etc. c) Performance Certificates/PO Copies d) Tenderers who wish to quote for this work should have done minimum three similar jobs in last three years having comparable value in government/private organizations. Out of the three jobs one job should be of value not less than Rs. 7.6 Lakhs or two jobs should be of value not less than Rs. 5.7 Lakhs each or three jobs should be of value not less than Rs. 3.8 Lakhs each, executed during last 3 years. e) Details of local office & list of Technical Staff with at least 3 years of experience in the similar nature of work, (page no. 15 &Annexure-II of tender)

4. PAN No. 5. The Tender Technical Bid Part II and Financial Bid Part I addressed to the Chief

Engineer (Technical Services), TIFR, Mumbai should be submitted in two separate sealed envelope duly superscribed our enquiry reference and due date. in bold letters, addressed to the Chief Engineer (Technical Services), Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai 400 005. The envelopes should be clearly marked on top as either TECHNICAL BID i.e.”Part – II” or FINANCIAL BID “Part – I”. The two sealed covers should be further put in a master cover superscribed with the Tender Enquiry No. and Due Date in bold letters, addressed to the Chief Engineer (Technical Services), Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai 400 005. Quotation sent by hand delivery / courier are to be deposited in the Tender Box kept at the Main Gate after obtaining stamp, date and signature of the Security Officer.

6. The bidders should visit site to assess the nature & magnitude of work before quoting

7. Due Date for submitting your offer is on or before 1400 hrs on 04.02.2016. Tenders will be opened on the same day at 1500 hrs. (Only Technical Bid Part II)

8. You may contact Shri Rajesh Sharma, (Tel: 22782553) Technical Service, TIFR, Mumbai 400005 for any technical clarifications.

9. For further details, specifications,BOQ,Terms and Conditions etc., please visit our website : www.tifr.res.in/tenders OR www.eprocure.govt.in/cppp and download our tender documents.

(Only those bids satisfying the conditions mentioned in the points 2 a),2 d) & 2 e) shall be processed.)

- 0 -

TATA INSTITUTE OF FUNDAMENTAL RESEARCH

Technical Services

TENDER DOCUMENT

Comprehensive Annual Maintenance Contract for Window & Split Type Air-Conditioning Units (270 Nos. approx.)

and Water Coolers (28 Nos. approx.) of different capacities & models for the period 01-04-2016

to 31-03-2017 at TIFR, Colaba, Mumbai-05

- 1 -

TATA INSTITUTE OF FUNDAMENTAL RESEARCH National Centre of the Government of India for Nuclear Science and Mathematics

TECHNICAL SERVICES

INDEX

Sr. No. Description Page No.

1.0 GENERAL TERMS & CONDITION 2 - 3 2.0 CONDITIONS OF CONTRACT 4 - 10 3.0 SPECIAL CONDITIONS OF CONTRACTS 11 - 14 4.0 SPECIAL INSTRUCTIONS TO BIDDERS 15 - 17 5.0 SCOPE OF WORK AND GENERAL REQUIRMENTS 18 - 24

6.0 TECHNICAL REQUIREMENTS FOR REPAIR AND 25 - 26 MAINTENANCE OF REFRIGERATION MOTORS 7.0 TECHNICAL REQUIREMENTS FOR PAINTING 27 - 27 8.0 TECHNICAL REQUIREMENTS FOR SERVICING & 28 - 29

REPAIR OF SPLIT/WINDOW TYEPE ROOM AIR-CONDITIONERS

9.0 TECHNICAL REQUIREMENTS FOR SERVICING & 30 - 31 REPAIR (MAINTENANCE) OF WATER COOLERS

10.0 SCHEDULE OF INDIAN AND BRITISH 32 - 32

STANDARDS SPECIFICAITONS APPLICABLE 11.0 SCHEDULE OF QUANTITIES/RATES 33 - 34 12.0 ANNEXURE-I – CONTRACTORS EXPERIENCE 35 - 35 13.0 ANNEXURE-II – CONTRACTOR’S DETAILS 36 - 36 14.0 ANNEXURE-III – MACHINE HISTORY CARD 37-38 _____________________________________________________________________ Note: - Item Nos. 12, 13 & 14 are to be filled by bidder and are to be submitted with the “Technical Bid” i.e. Part –II of tender.

Item No. 11 i.e. ‘Schedule of Quantities/Rates’ is to be filled and submitted with “Financial Bid” i.e. Part –I of tender

- 2 -

GENERAL TERMS & CONDITION 1. Tenders in the prescribed form are hereby invited from

Manufacturers/contractors on the approved lists of Central PWD, MES Railways, state PWDS and those having adequate experience in carrying out the maintenance of window, split type air-conditioners & water coolers in large organizations. .

2. Tender should be valid for 45 days from the closing date of the Tender.

3. There are two separate sealed envelope for Financial (Part-‘I’) & Technical Bid (Part-‘II’).Both the sealed envelopes should be put in another envelope duly sealed. Tenders in sealed envelopes duly superscribed with the Financial or technical part as the case may be, Tender No. and due date, etc. and shall be addressed to the Chief Engineer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005.

4. Technical Bid i.e. part 2 should contain; a) Proof of Experience in carrying out similar nature of work i.e.

Comprehensive Annual Maintenance Contract for Window & Split type AC units and water coolers

b) List of similar work in hand and works carried out by them for last 3 years indicating annual turnover, the agency for whom executed, value of work, etc.

c) Performance Certificates/Copy of POs d) Tenderers who wish to quote for this work should have done

minimum three similar nature of job having comparable value in government/private organizations. Out of the three jobs one job should be of value not less than Rs. 7.6 Lakhs or two jobs should be of value not less than Rs. 5.7 Lakhs each or three jobs should be of value not less than Rs. 3.8 Lakhs each , executed during last 3 years. Only those bids satisfying this condition shall be processed.

e) Details of local office & list of Technical Staff with at least 3 years of experience in the similar nature of work,(Point no.9 on page no. 15 & Annexure-II of tender)

f) PAN No. g) The bidders should visit site to assess the nature & magnitude of

work before quoting (Only those bids satisfying the conditions mentioned in the points 4 d), & 4 e) shall be processed.)

5. Tenders are to be on the prescribed form of TIFR. Tenderers should quote in figures as well as in words the rates and amounts tendered by them. The amount for each item should be worked out and the total given. All correction shall be attested by the dated initials of the tenderer.

6. When a contractor signs a tender in an Indian language, the total

amount tendered should also be written in the same language.

- 3 -

7. The competent authority on behalf of T.I.F.R. does not bind himself to

accept the lowest or any other tender and reserves to himself the authority to reject any or all the tenders received without assignment of a reason. All tenders in which any of the prescribed conditions are not fulfilled or any condition including that of conditional rebate is put forth by the tenderer, shall be summarily rejected.

8. Canvassing in connection with tenders is strictly prohibited and the

tenders submitted by the vendors who resort to canvassing will be liable to rejection.

9. All rates shall be quoted on the proper form of the tender alone. 10. An item rate tender containing percentage below/above will

summarily be rejected. However, where a tenderer voluntarily offer a rebate for payment within a stipulated period, this may be considered.

11. On acceptance of the tender, the name of the authorised

representative(s) of the vendor, who would be responsible for taking instructions from the Chief Engineer, shall be communicated to the Chief Engineer.

12. The total amount should be written both in figures and in words. In

case of figures the words `Rs.’ Should be written before the figures of rupees and the words `P’ after the decimal figures e.g. Rs. 1.15 paise and in case of words, the words `Rupees’ should be preceded and the word `Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word `only’ it should invariably be upto two decimal places. While quoting the rates in schedule of quantities, the word `only’ should be written closely following the amount and it should not be written in the next line.

13. Sales Tax or Turn Over/Works Contract Tax/Service Tax or any other

tax on material in respect of this contract shall be payable by the vendor & TIFR will not entertain any claim whatsoever in this respect. The bid should be inclusive of all taxes. The required Tax shall be deducted at applicable rates from each bill.

14. It will be obligatory on the part of the tenderer to tender and sign the

tender document for all components/parts. 15. If any of the stores mentioned above are already covered by D.G.S. & D

Rate Contract, you are requested to give us the advantages of contract rates, as this is an Educational Institute sponsored by Govt. of India.

- 4 -

TATA INSTITUTE OF FUNDAMENTAL RESEARCH National Centre of the Government of India for Nuclear Science and Mathematics

TECHNICAL SERVICES

CONDITIONS OF CONTRACT 1. When the annual repair & maintenance work is carried out the

splashes and droppings from white washing, colour washing, painting etc. on walls, floors, doors, windows etc. shall be removed and the surface cleaned simultaneously with the completion of these items of work in the individual rooms, quarters or premises etc. where the work is done without waiting for the actual completion of all the other items of work in the contract. In case the contractor fails to comply with requirement of this clause, the Chief Engineer shall have the right to get this work done at the cost of the contractor either departmentally or through another agency. Before taking such action, the Chief Engineer shall give two days notice in writing to the contractor.

2. Bill & challans are to be in printed forms: The contractor shall submit all bills & Delivery/collection challans on

the printed forms to be handed over on applications at the office of the Chief Engineer and the charges in the bills shall always be entered at the rates specified in the tender or in the case of any extra work ordered in pursuance of these condition and not mentioned or provided for in the tender at the rate hereinafter provided for such work.

3. Payment Terms Payment shall be made after completion of work in following order; 25% of amount pro-rata after completion of each block of three

calendar months based on the actual quantities. No advance payment shall be released. 4. Work to be executed in accordance with specification drawings orders

etc. The Contractor shall execute the whole and every part of the work in

the most substantial and workman like manner and both as regards materials and otherwise in every respect in strict accordance with the specifications. The contractor shall also conform exactly, fully and faithfully the designs, drawings and instructions in writing in respect of the work assigned by the Chief Engineer and the contractor shall be furnished free of charge one copy of the specifications, and of all such designs; drawings and instructions in force from time to time or any other printed publication on General Specification referred to elsewhere in the contract. In case of any class of work for which there

- 5 -

is no such specification then contractor shall carry out the work in all respects in accordance with instructions of Chief Engineer.

5. Alterations in Specifications and Designs: The Chief Engineer shall have power to make any alterations, in

omission from, additions to or substitutions for the original specification, drawings, designs and instructions, that may appear to him to be necessary during the progress of the work and the contractor shall carry out the work in accordance with any instructions which may be given to him in writing signed by the Chief Engineer and such alterations, omissions, additions or substitutions shall not invalidate the contract and any altered, additional or substituted work which the contractor may be directed to do in the manner above specified as part of the work shall be carried out by the contractor on the same conditions in all respect on which he agreed to do the main work. The time for completion of the work shall be extended in the proportion that the altered addition or substituted work bears to the original contract work and the certificate of the Chief Engineer shall be conclusive as to such proportion. Over and above this further period to the extent of 25% of such extension shall be allowed to the contractor. The rates for such additional altered or substituted work under this clause shall be worked out in accordance with the following provisions in their respective order.

i) If the rates for the additional, altered or substituted works ware

specified in the contract for the work, the contractor is bound to carry out the additional, altered or substituted work at the same rates as are specified in the contract for the work.

ii) If the rates for the additional, altered or substituted work are not

specifically provided in the contract or the work, the rates will be derived from the rates for a similar class of work as are specified in the contract for the work.

iii) If the rates for the altered, additional or substituted work cannot be

determined in the manner specified in sub clauses (i) & (ii) above then the contractor shall within 7 days of the date of receipt order to carry out the work, inform the Chief Engineer of the rates which it is his intention to charge for such class of work, supported by analysis of the rate or rates claimed and the Chief Engineer shall determine the rate or rates on the basis of prevailing market rates and pay the contractor accordingly. However, the Chief Engineer, by notice in writing will be at liberty to cancel his order to carry out such class of work and arrange to carry it out in such manner as he may consider advisable. But under no circumstances, the contractor shall suspend the work on the plea of non-settlement of rates of items falling under the clause.

- 6 -

5.a) In the case of contract or substituted items which individually exceeds the quantity stipulated in the contract by more than the deviation limits, except the items relating to foundation, works which the contractor is required to do under clause 5 above, the contractor shall, within 7 days from the receipt of order, claim revision of the rates supported by proper analysis in respect of such items for quantities in excess of the deviation limits notwithstanding that the rates for such items exist on the tender for the main work or can be derived in accordance with the provisions of sub clause (ii) of clause 5, and the Chief Engineer may revise their rates, having regard to the prevailing market rates and the contractor shall be paid in accordance with the rates so fixed. The Chief Engineer shall however, be at liberty to cancel his order to carryout such increase quantities of work by giving notice in writing to contractor and arrange to carry it out in such a manner as he may consider advisable. But, under no circumstance the contractor shall suspend the work on the plea of not-settlement of rates of items failing under this clause.

All the provisions of the proceeding paragraphs shall equally apply to

the decrease in the rates of items for quantities in excess of the deviation limit not withstanding the fact that the rates for such items exists in the tender for the main work or can be derived in accordance with the provisions of sub clause (ii) of the proceeding clause 5, and the Chief Engineer may revise such rates having regard to the prevailing market rates.

6. Action & Compensation Payable in case of Bad Work: If it shall appear to the Chief Engineer or his subordinate in In-Charge

of the work that any work has been executed with unsound, imperfect or unskilled workmanship or with materials of any inferior description or that any material or articles provided by him for the execution of work or unsound or of a quality inferior to that contracted for or otherwise not in accordance with the contract, the contractor shall on demand in writing which shall be made within six months of the completion of the work from the Chief Engineer specifying the work, materials or articles complained of notwithstanding that the same may have been passed, certified, forthwith rectify, or remove and reconstruct the work so specified in whole or in part, as the case may require or as the case may be, remove the materials or articles so specified and provide other proper and suitable material or articles at his own proper charge and cost, and in the event of his failing to do so within a period to be specified by the Chief Engineer in his demand aforesaid, then the contractor shall be liable to pay compensation at the rate of 1% on estimated amount put to tender for every day not exceeding ten days while his failure to do so shall continue and in the case of any such failure the Chief Engineer may rectify or remove and re-execute the work or remove and replace with others, the materials or articles complained of as the case may be at the risk and expense in all respects of the contractors.

- 7 -

7. Contract to Supply all Plant Ladders, Scaffolding etc. The Contractor shall provide at is own cost all materials (except such

materials, if any, as may in accordance with the contract supplied from the Chief Engineer’s stores) plants tools appliances, implements, ladders, cordage tackle, scaffolding of the temporary works requisite or proper execution of the work whether original, altered or substituted and whether included in the specification or other documents forming part of contract or referred to in these conditions or not or which may be necessary for the purpose of satisfying of complying with the requirements of the Chief Engineer as to any matter as to which is entitled to require together with carriage thereof to and from the work. The Contractor shall also supply without charge the requisite number of persons with the means and materials, necessary for the purpose of setting out works, and counting weighing and assisting of the measurement or examination at any time and from time to time of the work or materials, Failing this so doing the same may be provided by the Chief Engineer at the expense of the contractor and the expense may be deducted from any money due to the contractor under the contract .

8. Sub-letting The Contractor shall not assign or sublet without the written approval

of the Chief Engineer. And if the contractor shall assign or sublet this contract, or attempt to do so or become insolvent or commence any insolvency proceedings or make any composition with his opedicors, or attempt so to do or if any bribe, gratuity, gift, loan prequisited, reward or advantage pecuniary or otherwise shall either directly or indirectly be given promised or offered by the contractor or any of his servants or agents to any public officer or persons in the employ of Government in any way relating to this officer or employment, or if any such officer or person shall become in any way directly or indirectly interested in contract, the Chief Engineer on behalf of TIFR shall have power to adopt any courses as he may best deem suited in the interest of TIFR in the event of any of those courses being adopted.

9. Work to be under direction of Chief Engineer All the works to be executed under the contract shall be executed

under the direction and subject to the approval in all respect of the Chief Engineer, who shall be entitled to direct at what point or points and in what manner they are to be commenced and from time to time carried on.

10. Patent Rights: The Contractor shall fully indemnify TIFR against any action, claim or

proceeding relating to infringement or use of any alleged patent or design rights and shall pay any royalties which may be payable in respect of any articles or part thereof included in the contract. In the event of any claims made under or action brought against Government in respect of any such matters as aforesaid the contractor shall

- 8 -

immediately notified thereof and contractor shall be at liberty at his

own expenses, to settle any dispute or to conduct any litigation that may arise there from, the contractor shall not be liable to indemnify TIFR if the infringement of the patent or design or any alleged patent or design right is the direct result of an order passed by the Chief Engineer in this behalf.

11. Lump sum in Estimates: When the estimate on which a tender is made includes lump sum in

respect of parts of the work, the contractor shall be entitled to payment in respect of the items of work involved or the part of the work in question at the same rates, as are payable under this contract for such items, or if the part of the work in question is not in the opinion of the Chief Engineer, capable of measurement, the Chief Engineer may at his discretion pay the lump sum amount entered in the estimate and the certificate in writing of the Chief Engineer, shall be final and concluded against the contractor with regard to any sum or sums payable to him under the provision of the clause.

12. Action Where No Specification: In the case of any class of work for which there is no such specification

such work shall be carried out in accordance with the instructions and requirements of the Chief Engineer.

13. Claims against Contractor: Wherever any claim, against the contractor for payment of a sum of

money arises out of or under the contract. TIFR shall be entitled to recover such sum by appropriation, in part or whole from the amount due to the contractor. In the event of the due amount being insufficient, then the contractor shall pay the TIFR on demand the balance or the total sum recoverable, as the case may be.

14. Contractor’s Staff: The contractor shall employ adequate technical staff during the

execution of this work such as qualified engineers, cover seers, supervisors, licensed electrician/wiremen, plumbers etc. having adequate experience. These staff should be available at site whenever required by the Chief Engineer or his authorized representative to take instructions. Whereas the persons at the level of Supervisor and technician shall be available during office hours of working days during the period of execution of this contract.

- 9 -

The contractor shall comply with the provision of the Apprentices Act

1961 and the Rules and Orders issued there under from time to time. If he fails to do so his failure will be a breach of the contract and the Head, Technical Services Division may, in his discretion, cancel the contract. The Contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provision of the said Act.

The Contractor’s people should follow safe practice at work. 15. Damage to Works in consequence of Hostilities or Warlike Operation: The work (whether fully constructed or not) and all materials

machines, tools, pants, scaffolding, temporary building and other things connected therewith shall be at the risk of contractor until the work has been delivered to the Chief Engineer and a certificate from him to that effect obtained. In the event of the work or any materials properly brought to the site for incorporation in the work being damaged or destroyed in consequence of hostilities or warlike operations, the contractor shall, when order in writing by the Engineer In-Charge remove any debris from the site, collect and properly stock or remove in store all serviceable materials salvaged from the damaged work and shall be paid at the contract rates, in accordance with the provision of this agreement for the work of clearing the site of debris stacking or removal of serviceable materials and for the reconstruction of all work order by the Chief Engineer, such payment being in addition to compensation upto the value of the work originally executed before being damaged or destroyed but not already measured and paid for the compensation shall be assessed by the Chief Engineer. Providing always that no compensation shall be payable for any loss in consequence of hostilities or war like operation(s) (a) unless the contractor had taken all such precautions against Air Raid as are deemed necessary by Chief Engineer. (b) for any materials etc. not on the site of the work or for any tools, plants machinery, scaffolding temporary buildings and other things not in tender for the work.

In the event of the contractor having to carry out reconstruction as

aforesaid, he shall be allowed such extension of time for its completion as in considered reasonable by the Chief Engineer.

16. Laws & Insurance of labour employed The contractor shall comply with the provisions of the contract labour

(Regulations and Abolition) Act, 1970 (No. 37 of 1970) and the rules and orders issued there under from time to time. If he fails to do so his failure will be breach of the contract and the head, Technical Services Division may in his discretion cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provision of the act.

Contractor shall be liable to pay workman compensation to his labour as per prevailing rules for any accident occurring at our site.

- 10 -

The contractor shall pay wages to his workmen as per the Statutory Minimum Wages Act.

The Contractor shall provide all risk insurance for his men, material and machines and absolve us of all risk and liabilities whatsoever pertaining to his men, material and machines.

- 11 -

TATA INSTITUTE OF FUNDAMENTAL RESEARCH National Centre of the Government of India for Nuclear Science and Mathematics

TECHNICAL SERVICES

SPECIAL CONDITIONS OF CONTRACTS

1. General: The following condition of contract shall be read in conjunction with

general conditions of contract enclosed herein before. The following clauses shall be considered in extension and not in limitation of the obligation of the contract. In case of discrepancy between these additional conditions of contract and the general conditions of contract (proceeding) the stringent of the conditions shall take precedence.

2. Location/Scope: The location of work is indicated in Tender Notice. The scope of work

is indicated in the schedule of quantities or in a brief write up attached to schedule of quantities in case of any specific requirements. The tenderer is advised to visit the site of work with the prior permission of Chief Engineer in order to acquaint him with all the connected information of the proper execution of the work.

3. Site Investigation: The contractor shall satisfy himself as to the nature and location of the

work general and local conditions, particularly those bearing upon transportation, disposal, handling and storage or material, availability of labour, water electric power, roads and uncertainties of weather of similar physical conditions of the site, the conformation and condition of ground, the character, quality and quantity of surface and sub surface, materials to be encountered including the sub soil, water levels, equipments and facilities needs preliminary to and during the progress of work and all other matter which can in any way, effect the work or the cost thereof under this contract.

4. Cooperation with other Contractors: The contractor shall afford all facilities and give complete cooperation

for the execution for various other works, if required to be carried out simultaneously by other agencies while his own work is in progress. The coordination will be affected in consultation with the Chief Engineer of the work.

5. Contractor’s Stores & Site: Suitable area near the site of work shall be allocated to the contractor

free of cost for storing the equipment, plant, materials, etc. for his site office. He will, however be solely responsible for watching or guarding his property and materials issued to him by the Owner. Contractor shall cover all materials at site with requisite insurance against theft, larceny, dacoits, fire, tempost and flood. He, however will have to dismantle the sheds and vacate the land after the receipt of due notice from the Chief Engineer if the same is obstructing any work.

- 12 -

7. Inspection: The work shall be conducted under the general direction of the Chief

Engineer and is subject to inspection by his appointed representative to ensure strict compliances with the terms of contract. No failure of the Chief Engineer or his designated representative during the progress of work to discover or to reject materials or work not in accordance with the requirements of this contract shall be deemed in acceptance thereof, or a waiver of defects therein and no payment by Chief Engineer of partial or entire occupancy of the premises shall be construed to be an acceptance of work or materials which are not strictly in accordance with the requirements of this contract. No chances whatsoever to any provision of the specifications shall be made without written authorization from the Chief Engineer.

8. Removal of Workmen & Supervisory Staff: The contractor shall employ in or about execution of the work only

such persons as are careful, skilled and experienced in their several trades and the Chief Engineer shall be liberty to object to and require the contractor to remove from the work any persons employed by the contractor in or about the execution of works who in the opinion of the Chief Engineer misconducts himself or is incompetent, or negligent in the proper performance of his duties and all such persons shall not again be employed upon the works without the permission of the Chief Engineer.

9. Schedule of Quantities: Schedule of quantities in respect of the work and specifications is

enclosed. The schedule of probable quantities liable to alteration by omission, deduction or addition at the discretion of the Chief Engineer.

10. Tender Rates: The rates quoted by the tenderer in the schedule shall be inclusive of

Service Tax/Sales Tax on turnover, octroi duty and works contract tax or any other duties levied by the Govt. or other public bodies. Unless otherwise stated in the schedule of quantities rates for all items shall be for complete work including supplying and fixing of all materials etc.

The contractor when called for by the department should furnish detailed analysis in support of the rates quoted by him against each item of tender. The department reserves the right to utilize the analysis thus supplied and in settling any deviations of claims arising on this contract.

11. Contractor’s Staff: The tenderer shall furnish along with his tender the list of Engineers

and supervisory staff with their qualifications and experience he proposes to employ for execution of the work covered by this contract.

- 13 -

12. List of Works Carried out by Tenderers: The tenderers shall also submit along with the tender a list of works

and also the approximate cost of each work carried out by him in the past for different Govt. department of Public bodies/Private Bodies.

13. Security Regulations: The Contractor has to follow strictly regulation prevailing at the area

where work site is situated from time to time especially in regard to working hours, movement of materials and entry permits. Any breach of regulations will be seriously viewed.

a. The Contractor shall make application to the TIFR Security through

Chief Engineer for issue of entry permits/photo passes for casual labours to be deployed at the works.

b. The contractor should submit the Police verification of their personnel as asked for by TIFR security.

c. The contractor shall make an application for the photo passes to be issued by the Security Department for his regular supervisory staff.

d. No person other than those holding tokens or photo passes shall normally be permitted to enter site. In case the contractor desires to bring any other personnel to the work site. He shall obtain permission of Security Department well in advance through Chief Engineer.

e. All materials and articles brought by the contractor to the work site shall have to be declared at the security gate. Similarly no materials shall be taken out from the department premises without proper gate pass, which will be issued by the Chief Engineer to the contractor on written request. It is to be noted that loading of Contractor’s materials on vehicles and trucks shall be done in the presence of Department people.

f. For work on Sunday, holidays and late hours even though permission will be accorded by Chief Engineer, the contractor will have to make application to the Security Department also and keep them informed well in advance.

Any breach of above security regulations and rules in force from time

to time be viewed seriously. 14. Information Regarding Accidents: The Contractor is also promptly report the case(s) of accident(s)

involving injuries to his worker(s) to his local security post/security officer and Chief Engineer.

15. Components of items for completion of Work: Any items of work required for completion of the work as per the

specifications and drawings even though not indicated specifically either in the tender schedule, specifications and drawings should be quoted by the contractor separately giving unit rates for such items along with the main tender. In the case of such information not being furnished along with the tender documents, it will be deemed to have

- 14 -

been included in the rates quoted in the tender schedule and no claims whatsoever, will be entertained subsequently for such items.

16. Special Tools: The contractor shall hand over a list of special tools required and also

the tools required for maintenance and overhauling of equipments 17. Maintenance Schedule: The contractor shall also submit two copies of recommended schedule

for routine maintenance of equipments. This maintenance schedule should be based on manufacturer’s recommendations.

- 15 -

SPECIAL INSTRUCTIONS TO BIDDERS

1. Tenderers are requested to go through the technical requirements for maintenance and repair of Split/window ACs & Water Coolers before quoting for the tender.

2. Tenderers should provide brief details of their past experience of work of

similar nature with value as in Annexure – I. 3. Tenderers should submit along with the tender a list of equipment in

their possession which will be employed by them in this job. 4. If any clarifications regarding technical specifications, conditions of the

contract for scope of work is required the same may be obtained by the tenderers from the office of Chief Engineer.

5. Tenderers shall clearly point out all deviations from the tender

specifications and commercial conditions of the tender. Except for the deviation accepted (in written) by the owner, all other conditions of the contract and technical specifications issued by the owner will be applicable for the purpose of the contract.

6. The contractor shall quote for all the necessary equipment, required for

the execution of the job and the proper operation thereafter, whether such items are included in the specifications, drawings, schedule of quantities or not.

7. The Split/window A.C. & water coolers,which are under minor

breakdown, has to be attended and rectified within 24 hours of receipt of the complaint from the user/TSR.

Complaints of the major nature such as replacement of compressor, replacement of sheet metal parts, filling of gas has to be attended and rectified within 15 days of the receipt of the complaint. Penalty will be charged for any further delay in completion of the work at the rate of Rs. 100/- per day.

8. Periodical cleaning of front grill may be done by the contractor as often

as required. 9. Service Support, Spares and Tools: Bidder should have Service

Support Set-up like office, qualified technical personnel, etc. in metropolitan region of Mumbai to ensure minimum time for replacement of faulty parts and for providing technical service during the period of contract.

The bidder shall also give details like office address, details of qualified personnel normally available in their office in Mumbai. All these details are to be filled in Annexure –II attached with the tender. Local office set up & quick service support availability will be an important criterion

- 16 -

10. For brazing of Copper pipes etc. Oxy Acetylene flame may be strictly

used. LPG cylinder will not be acceptable in any case. 11. For flushing the refrigerating system pressure testing the contractor

should use Nitrogen gas. Enough stock of Nitrogen gas should be available with the contractor. All gas cylinders used for carrying different types of gases should have valid certificate of safety issued by the competent department. Cylinders without safety certificate will not be permitted.

12. The contractor should carry out the works directly. Sub-contracting of

this work will not be permitted. 13. Any defective Split/window A.C. & water coolers, which is required to

be removed for repair for more than 24 hours, has to be provided with a Contractor’s spare A.C. unit. If the spare units are not provided, a penalty of Rs. 100/- per day will be levied to the contractor from the time of expiry of 24 hours till the complaint is rectified to the satisfaction of the department.

14. All hermitically sealed compressors are to be replaced with OEM

(Original Equipment Manufacturer) repaired compressor during the break down and this will be the responsibility of the contractor fully. If OEM repaired compressors are not available due to any reason, the contractor has to replace the same with a new compressor of suitable model or as per the instruction of Chief Engineer without any additional charge. The repaired/new compressor will be acceptable only after inspecting the original challan of the manufacturer. Under no circumstance local repair of sealed compressor will be acceptable.

15. T.I.F.R. reserves the right of including or excluding any number of A.C.

units into/ from the contract in any time. 16. Some quantities of corroded condenser coil of split Air-

conditioners/Window Air-conditioners have been included in BOQ for replacement. It is the responsibility of contractor to prove the performance of new coil after replacement.

17. TIFR being a large establishment, a number of contractors are working

for different projects and maintenance contracts. While recruiting technicians, the contractor should practice a mutual understanding between each other so that technicians of one contractor will not join other contractor without the knowledge of present contract.

18. We will provide entry passes to your staff as per our security rules. 19. You are requested to keep an attendance register for your staff. All your

staff should sign in this register every day and the same will be

- 17 -

checked by departmental engineers daily so as to ensure presence of your staff for this job every day.

20. A complaint register will be kept in the TSR Office. In this register all

complaints including breakdowns will be written. Your supervisor should report to the TSR engineers at 9.00 hrs. every day and note down the complaints. These complaints/ breakdowns should be attended by your staff immediately and feedback should be given daily. Otherwise penalty will be imposed on you as per our tender specification.

21. Contractor should keep a portable welding machine in the workshop site

which can be used for any small welding work at site. The welding machine should have proper certificate of safety.

Security Procedures to be followed by Contractors along with their

request to the TIFR Security Officer through Chief Engineer for photo passes and entry permit for their employees/workers

A. In case of loss/theft of identity card, the matter should be immediately brought to the notice of the department after registration of complaint with the police.

B. The firm should ensure that the identity cards issued to their staff are

returned to the department after expiry date of the same immediately, failing which action will be taken by this department as deemed fit conforming to our security rules and regulations.

C. Final payment to the contractor will be released only after the identity

cards are surrendered by the firm to the department.

- 18 -

SCOPE OF WORK AND GENERAL REQUIRMENTS

1.0 Scope of Work: 1.1 Servicing, repair installation, reinstallation and testing of Split/window

A.C. units at the place of installation or in the local premises at Tata Institute of Fundamental Research, Mumbai. Testing & commissioning should be done for all the equipments mentioned in the schedule of quantities. The work is to be carried out as per the relevant India Standards and tender specifications. Following are the total quantities for various types of machine installed;

S.NO. Types of Machines Total Quantity *

1 Window Air-Conditioners 72 Nos.

2 Split Air-conditioners (including Multi Split)

194 Nos.

3 Cassette type Split Air-conditioners 3 Nos.

4 Water Coolers 28 Nos.

* The Quantities may vary depending on addition/deletion of AC

Units/ water coolers during the course of contract. Requirement of Manpower Following manpower will be deployed to carryout the work mentioned

in the tender Supervisor - 01 No. Technician - 03 Nos. Semiskilled Workers - 04 Nos. The above manpower should be provided at all times during working

hours. In absence of anyone staff, the firm shall post alternate staff, otherwise the penalty of Rs. 150/- per person per day will be deducted from the bill.

1.2 Brief Description of Machine:

a) WINDOW AC: - Window AC make (Voltas, LG & Others) are installed in various locations like Guest House room, etc. The capacities of these machines are 1.5TR & 2 TR.

b) SPLIT ACs:- Split ACs (Including Multi split & 3TR Cassette type) of different makes (Voltas, Blue Star, Godrej, LG, Onida & Others ) are installed at various places like Guest House Dining & Seminar room, Laser Room, Laboratories ,etc. Some of these machines are for critical application and needs very careful handling during the maintenance.

c) WATER COOLERS: - Water Cooler make (Voltas, Blue Star, Shriram & Others) are installed at various locations like Canteen, building corridors, work shop, etc.

- 19 -

The specifications indicated in this document relate to the servicing of window A.C. & split type units & water coolers installed in the various research facilities of TIFR, Mumbai. These specifications are governed by the general conditions of contract attached herewith.

1.3 Jobs to be Carried Out by the Contractor:

a) ROUTINE SERVICING:- The purpose of the routine servicing is to recondition the equipments and to minimize the breakdown of equipments and for smooth functioning of machine. It should also be ensured that the routine servicing is carried out strictly within the scheduled time in order to stabilize the maximum availability of the operating equipment as per the operational requirement. This is to be done once in two months.

b) MAJOR OVERHAULING: - One major overhauling shall be executed on ACs (Split & Windows) and Water Coolers during annual maintenance contract period. The purpose of this overhauling is to recondition the equipment and to do the major work in order to keep the equipment ready to operate during operational period, as well as reducing the percentage of major or minor breakdowns during the operational periods.

c) BREAKDOWN MAINTENANCE: - On failure of any machine like ACs (Split & Windows) and Water Coolers the break down maintenance will be carried out.

The tenderer should clearly indicate departure if any from the specifications with reasons for the same. No addition/alteration should be incorporated by the tenderer. However, any deviations should be brought out separately along with their offer.

1.4 Completion of Contract: Any work, fittings, accessories or apparatus which may not have been

mentioned in the specifications but which are necessary in the equipment/unit for the efficient and satisfactory working of plant/unit/ systems should be included in the offer. All the plants/systems which are included in the Schedule of Quantities should be in satisfactory working condition, throughout the period of contract, after the same are serviced/repaired by the contractor.

1.5 Instructions Books/Manuals:

In case the contractor intends to make change on the operation or maintenance of any of the unit for the safe and efficient operation of the equipment/unit, before carrying out such changes, contractor will submit four copies of the instructions manuals along with relevant drawings, complete price list of additional spare parts with specific code numbers along with the original offer. The changes may come in force subject to the approval of competent authority nominated for the purpose.

- 20 -

1.6 Materials: All materials, spares used for the maintenance and repairs of the

equipments shall be new, genuine and of the best quality, conforming to the relevant IS/IEC/BS/ASTM specifications. They must be the product of reliable manufacturers of many years standing. All like parts of materials shall be interchangeable. The name of the manufacturers of various materials shall be furnished. Samples of materials shall, wherever required, be submitted and got approved by the Competent Authority before use in the installations. All materials shall be rust/ weather proof by application of suitable covers and paints.

1.6.1 Replacement of materials/spares:- The materials and spares used for

replacement should be of standard manufacturers and of genuine quality. The item should be got approved by our department personnel before using them in machines.

1.6.2 Replacement of Capacitors:- All the capacitors used for replacement

should be metallic canister with the explosion proof features (canister with bellow type design). The Capacitors used should be of standard manufacturers like EPCOS/KELTRON only.

1.6.3 Whenever the contractor has to take out spares like compressor, fan motor, condenser coil or similar other items for repair outside TIFR premises, that has to intimate to the Chief Engineer, TSR in writing by them. When the materials is brought back after the repairs the same has to be got checked by personnel of Technical Services before actually fixing it on the machine and the yellow copy of the gate pass should be squared off.

1.7 Maintenance of Spares and Tools: The contractor should be entirely responsible for stocking of all

necessary spares of Split/Window unit and other raw materials, including all types of tools, tackles, plants, testing instruments etc. necessary to carry out servicing and repairs. Some of these spares of Split/Window unit like Blower, Fan & motor, remote, PCB cards, relays, Thermostat, Capacitors, Air – Filters (for each model),etc. should be kept at site in sufficient numbers.

1.8 Workmanship: 1.8.1 Good workmanship and neat finish/appearance are the pre requisites

for complying with the specifications. The contractor shall employ qualified staff for carrying out servicing and repairs to the equipments listed in the schedule of quantities. The maintenance and repair work should be done under the supervision of competent and qualified experience person with requisite educational qualifications and considerable experience. The supervisor should be responsible for carrying out servicing and repair work to the equipments covered under the contract.

- 21 -

1.8.2 Sub-standard workmanship will not be accepted and shall be rectified at Contractor’s own cost and risk to the satisfaction of Competent Authority.

1.8.3 The tenderer shall furnish the name of supervisors & technicians and

members of staff who will be engaged in this work with details of their working experience .

1.9 Character & Conduct of Staff Employed: The contractor should note that the staff recruited/appointed for the

purpose of work should be of Indian Origin/Domicile of this country only. The person recruited/appointed for the purpose of contract should have good moral character and must not be in the wanted list of criminals of any country.

1.10 Painting & Name Plates: 1.10.1 Wherever air-conditioners are required to be painted, specifications as

mentioned in this document should be followed strictly and no deviation of any kind will be permitted.

1.10.2 Wherever any equipment/unit/installations bear name plates, the

preservation of the same on its place will be responsibility of the contractor.

1.11 Insurance:

The tenderer shall insure at his own cost, all the personnel, materials, tools, jigs, spare, during transit from his factory/office to site as well as during storage at site till the contract is in force.

1.12 Security: 1.12.1 No security will be provided by the department for the equipments,

tools, jigs, spares etc. brought inside TIFR by the Contractor, or issued to the contractor and the contractor will be required to make his own arrangements for the security of such materials.

1.12.2 The equipments covered under this contract belonging to this department taken by the contractor to the site workshop/repair shop unless installed back in position will be under the custody of contractor for security. Any damages etc. of whatsoever nature will be contractor’s responsibility.

1.12.3 The staff required to work in the workshop/field is to be on the pay roll of contractor. The security and safe working of the staff will be the contractor’s responsibility and the department will not pay any compensation whatsoever to the contractor or to their employees in case the said staff meeting with any unfortunate incident which may cause damage of any kind. And it will be of contractor’s responsibility and no compensation of whatsoever kind will be paid to the contractor or to their staff by the department.

1.12.4 During the period of contract, the contractors and their staff will have to follow departmental security rules and in the event of dispute, the decision of the department will be final and binding.

- 22 -

1.12.5 Since the contractor’s staff is to be posted in TIFR, it will be in the interest of the contractor to issue suitable Identity Cards to their staff members.

1.13 Loss of Equipment: Any equipment/unit if lost while in the custody of the contractor or

damaged for any reasons, the contractor will be liable to pay the full cost of the equipment at current market rate, prevailing at that time.

1.14 Transportation of Workman & Materials: 1.14.1 No transport facility will be provided for transportation of men and

material form outside TIFR to TIFR campus at Colaba, Mumbai-05. 1.14.2 The Contractor should make the transport arrangements for the staff as

well as for the materials and equipment’s/components needed to carry out maintenance/repair including those required for dismantling/ shifting of unit from user’s locations to their workshop and back.

1.15 Handling of Equipment: 1.15.1 The contractor shall be entirely responsible for handling of equipment

while dismantling and again installing the same including any damage or loss of the components or equipments as a whole during the repair work. Any damage or loss is to be replaced by the contractor without additional cost to the department.

1.15.2 Wherever equipments covered under the contract & located at a higher height, it will be the contractor’s responsibility to provide a safety arrangement for his staff for carrying out servicing/attending to repair to the equipments etc.

1.15.3 Wherever the equipments are covered under this contract is installed at higher heights the contractor should make arrangements so as to ensure that the member of his staff will not damage/cause any loss to the TIFR property in any way. In case any such damages are made, the contractor will be required to make up the losses in full.

1.16 Record of Work: 1.16.1 The contractor shall attend immediately to all intimations on

telephone/by letter/by person received from the users of TIFR in respect of unsatisfactory/inoperative working conditions of the equipments without any extra charges and the same shall be attended within 24 hours of the date and time of receiving the call from the users of TIFR.

1.16.2 The contractor will be required to maintain a) Machine History card for each machine. This history card should have preventive maintenance details (Routine Servicing & Major Overhauling) on one side and breakdown/complaint details on the other side. We have attached one proforma of the card (Annexure III) with this tender. The information asked for in the card are minimum and any further additional details, if required, should be included. The details of attending breakdown/complaint should be written in brief. The full details should be entered in the Service reports. B) Service Reports for Breakdown calls. Maintenance of these records of the

- 23 -

works, which has been carried out on each equipment and must be

produced to the user of TIFR or their representatives as and when asked for.

1.16.3 The results of such maintenance cards are to be formulated by the contractor and to be got approved by the competent authority of the department.

1.17 Power & Water Connection: The contractor should also specify the power and water connection

requirements in details. The department subject to the availability shall provide water supply and electrical connection.

1.18 Duration of Repair: 1.18.1 Contractor takes up whenever any equipment/unit covered by this

contract for repairs to Workshop for necessary repairs, a replacement unit of equivalent capacity being provided/installed in its place.

1.18.2 Unit/equipment taken up for repairs must be brought back and commissioned in its place within 10 days from the date of complaint received.

1.18.3 1 Nos. each of 1.5 TR & 2.0 TR Window AC unit, 1 Nos. each of condensing units of 1.5 TR & 2.0 TR Split AC shall be kept at TIFR as service units.

1.19 Validity of Contractor Period: The contract will remain in force for a period of one year from

01/04/2016 to 31/03/2017. 1.20 Guarantee: The equipment/unit covered in this contract are installed/located in

the various offices/plants/laboratories/workshops of various divisions of TIFR and its allied units. The contractor after issue of work order will contact directly the head of divisions and will submit detailed maintenance program and will carry out the work as and when required by them for maintenance/repair of these units to the satisfaction of respective divisional heads. The detailed list of units/ equipments with their locations will be given to the successful tenderer.

1.21 Survey: 1.21.1 Currently all the window, split ACs & water coolers are under yearly

maintenance contract. The bidders, before quoting for the job, should visit the site. The list of AC Units (Window & Split type) and Water Coolers having all the details like type, make, capacity, location, date of installation, etc. is available with concerned engineer at TIFR. The bidder must see and check the details before quoting.

- 24 -

1.21.2 The successful tenderer should immediately, before the expiry of

current AMC contract, inspect all the units for performance. Wherever the contractor feels, that replacement/repairs to any of the components/parts of the unit is a must then he should specifically bring out such cases to the notice of Chief Engineer in writing. All such units will be jointly inspected by the contractor and the department’s engineer. All the repairs to such cases will be carried out by the department and/or current AMC Contractor and then handed over to the successful tenderer.

1.21.3 All the Split/window air-conditioners in good working condition once handed over to the contractor for servicing and maintenance purpose has to be maintained and kept always in up to date conditions by the contractor. Whenever required or asked by the Chief Engineer/ Technical Services Division, the contractor has to repair/replace the defective components/parts immediately free of cost. At the end of contract period, the contractor has to hand over all A.C. units to the department in good working condition.

1.22 Compressors: All the hermetically sealed compressors are to be replaced with OEM

(Original Equipment Manufacturer) repaired compressor during the break down and this will be the responsibility of the contractor only. If OEM repaired compressors are not available due to any reason, the contractor has to replace the same with a new compressor of suitable model or as per the instruction of Chief Engineer without any additional charge. The repaired/new compressor should be shown to the departmental representative along with relevant documents in original before actually fixing it on the machine. Under no circumstance local repair of sealed compressor will be acceptable.

1.23 Department reserves the right of including or excluding any number of

Split/window air-conditioners into/from the contract at any time.

- 25 -

TECHNICAL REQUIREMENTS FOR REPAIR AND MAINTENANCE OF REFRIGERATION MOTORS

1.0 Rewinding of Motors: 1.1 For any repair/rewinding job, the motors are to be removed/collected

from site after check up from the department and the repaired/re-wound motors must be delivered and installed at site. It is responsibility of the contractor to take up most care of the materials and make good the losses if any during the transport and while in the Contractor’s custody.

1.2 The contractor must bring his own representative and tools and

instruments to check the item if he so desires. 1.3 The contractor should remove complete burnt windings without

damaging the laminations and core insulation, clean the entire surface, slots etc. and rewind motor using super enamel copper wire conforming to IS-4800 (latest edition) and suitable class of insulation. In no case the class of insulation material used shall be of lower than class `E’ as per IS 1271 (latest edition), subsequently varnish the same with the two coats of “Dr. Beck & Co.”, make varnish type ELMO 20S including backing as per `Dr. Beck & Co.’ instruction manuals.

1.4 The type of connections, size of conductor and winding parameters,

method of reinforcement of overhead etc. must be exactly identical for the existing winding.

1.5 Changing of defective bush/ball bearings of motor should be done

with new genuine and unused bearings of SKF/RHP or P&M should be used. The lubricating grease must be same as specified in the motor nameplate. In case, no nameplate details are available, the following grease or its equivalent make only be used. Castrol/AP-3/Shell Alvania or multipurpose grease-3.

1.6 Replacement of defective starting and/running capacitor should be

done by suitable capacitors conforming to IS 2993 (latest edition). 1.7 Worn out shaft and bearing seating if any, has to be reinstalled and

machined to fix the bearing. In case of loose bearing housing, the same may be repaired by fixing proper M.S. bush.

1.8 Any parts of the fans/motors such as terminal block bearing shield, fan

blades, switched etc. if found defective is to be replaced by new ones of the same type and manufacturer.

1.9 The rotor of the motor has to be checked for any crack and open circuit

in the bars and rings. In case of any above defects the same is to be repaired.

- 26 -

1.10 Testing of Rewound/Repaired Motors: The following tests are to be conducted on the repaired/rewound

motor in the presence of department representative and test certificate should be furnished in triplicate. The contractor should give due notice to witness the tests.

1.10.1 Insulation resistance between windings & each winding and ground

with 500 V insulation tester. A minimum of 50 Meg. – Ohm is required before acceptance of rewound motor.

1.10.2 Measurement of each winding resistance in case of 3 phase motors,

values of resistances of all phases should be nearly equal. 1.10.3 High voltage test at 1 KV/2 KV rms., 50 Hz for 1 minute between

winding and between each winding and frame for single phase and 3 phase motors respectively.

1.10.4 No load on running of the motor with full rated voltage and normal

connection and measurement of current on all phases, speed, power inputs. The motor must be free from undue vibration and noise.

1.11 Guarantee: 1.11.1 Rewound motor should carry a guarantee for one year from the date of

delivery. The contractor should rewind the motor free of cost in case of winding failure. For repaired motors, the contractor should replace the defective parts if it fails within a period of one year from the date of delivery. To and fro charges for the transportation for the above shall be borne by the contractor.

1.11.2 The maintenance/repair, rewinding jobs will have to be carried out as

and when required.

- 27 -

TECHNICAL REQUIREMENTS FOR PAINTING 1.1 All primer paint & knifing compounds, paints, filling compounds, car

patch etc. should be of good quality and approved make like (I) Asian Paint, (II) Garware Paints, (III) British Paint, (IV) I.G.L. and (V) Noble Paints etc. Colour scheme and shades of paint shall be got approved before painting.

1.2 All paints scaffolding, ladder, wire brushes, sand papers, thinners, cleaning materials, traveling compound, knifing compound etc. required for painting work shall be done by the contractor.

1.3 Even after specified number of coats of paint, if smooth and finish is not achieved after inspection by the department, the tenderer has to apply extra coats of specified paint without any extra cost to the department.

1.4 The tenderer has to exercise extreme precautions to protect all other equipment while painting and any patch or strain left over on floor, wall equipments etc. shall be removed at their own cost.

1.5 The tenderer should note that under no circumstances the primer coated surface shall remain unpainted for three days. However, the primer coats shall be left unpainted only over night drying. It will be essential to apply light sand papering with `O’ emery paper between each coat of painting. Each application shall be done such that each coat will give a minimum thickness of 20 to 30 micrones of dry film.

1.6 While carrying out painting work of air-conditioning and other refrigeration equipments involving refrigerant piping and other parts, contractor should ensure that no damage of whatsoever nature is made to the unit, in case any such damages are made due to any reasons, contractor has to make up the losses/repair the unit at his cost and no extra charges in any manner will be paid to the contractor.

1.7 The painting work should be carried out as follows: 1.7.1 Preparation of external surface of the equipment with the accessories

required to make the equipment complete for its satisfactory and efficient operation.

1.7.2 The surface should be cleaned for all types of dust, dirt, lind, root, algae etc. The cleaning should be done by wire brush or by emery paper to smooth surface (avoid bright shine by using power tools).

1.7.3 The resultant surface to be degreased with 2% solution of trisodium phosphate rinsed with water and allowed to dry.

1.7.4 Applying one coat of Red Oxide primer or anti corrosive, water repellent paint.

1.7.5 Filling up pits/patching up surface if required and replacing the surface to smooth finish.

1.7.6 Applying second coat of primer for anti corrosive, water repellant paint to smooth finish.

1.7.7 Applying first and second coat of synthetic enamel/Duco paint by brush paint.

- 28 -

TECHNICAL REQUIREMENTS FOR SERVICING & REPAIR OF SPLIT/WINDOW TYPE ROOM AIR-CONDITIONERS

1.0 SCOPE: This section indicates the technical requirements for maintenance,

repair, installation and re-installation of Split/window type room air-conditioners of various capacities and makes. The maintenance is to be carried out on all components of the air-conditioners, while repair is to be made, as found necessary, to all or any of the components like compressor, fan motors, condenser, cooling coil, blower, fan, main body with its associated sheet metal parts assembled on M.S. /G.I. base tray, with all electrical accessories, for efficient operation of the air-conditioners.

2.0 ROUTINE MAINTENANCE OF SPLIT/WINDOW TYPE AIR-

CONDITIONERS: The following works are to be carried out once in two months: 2.1 Cleaning of filters, intake and exhaust screens & replacing them if

required. 2.2 Lubricating the fan, motor and other mechanical parts such as hinges,

livers for exhaust & ventilation parts. 2.3 Cleaning the unit in general with the help of a brush. 2.4 Checking of all electrical connections and ensuring the functional

working of all electrical components. 2.5 Checking for noise and vibration. 2.6 Checking grill temperature, current and recording the same. 2.7 Checking electronic control parts like remote, relay, PCB card and

ensuring the functional working of these parts. 2.7 Checking of all damper operations, lubricating and repairing the same. 2.8 Checking & cleaning of condensate drain. 2.9 Cleaning of the condenser, cooling coil, blower and condenser fans

with air pressure & water. 3.0 MAJOR OVERHAUL MAINTENANCE OF SPLIT/WINDOW AIR-

CONDITIONERS: The following works are to be carried out every year: 3.1 Removal of the unit from its location & dismantling its sheet metal

parts completely (In case of windows), whereas dismantling the casing of condensing units on its position (In case of Split unit). Cleaning rust, removing and painting with Red Oxide primer and any synthetic enamel paint of approved quality.

3.2 Fan, motor to open and overhaul. 3.3 Bearing and shaft to replace/fabricate if required. 3.4 Corroded sheet metal parts to be renewed/damaged to be replaced. 3.5 Base tray to be bituminized and if corroded/damaged to be replaced. 3.6 Unit after servicing to be reassembled.

- 29 -

3.7 Noise, vibration, current, grill temperature to be checked and recorded for satisfactory working.

4.0 GENERAL BREAKDOWN CONDITIONS: 4.1 In case of gas leaks, the same is to be rectified & gas charged for

satisfactory working condition. 4.2 Compressor if found defective due to any reason the same is to be got

repaired/replaced with rubber grommets etc. 4.3 All electrical/electronics components are to be replaced if found

defective such as start relay, Remote, PCB circuit, overload protector, start and run capacitors, thermostat, selector switches, rotary switches, knobs etc.

4.4 Fan motor if found defective is to be repaired or replaced. 4.5 Corroded sheet metal parts to be replaced and insulated. Base tray to

be bituminized and painted or replaced if required. 4.6 Condenser fans and blowers to be replaced if found broken or

damaged. 4.7 Due to any reason if the units are not working the same has to be

attended. 4.8 After completion of repairs the unit should maintain a grill

temperature of 54 + 20F at the rated current and voltage. 4.9 Noise level of the unit at a distance of 1 mtr. from the unit should not

be more than 55 + 2 db at scale `A’. 5.0 Front Grill/Indoor unit enclosures of split: All the machines will be

handed over to the contractor in good condition including the front grill. Keeping the front grill/Indoor unit enclosure in good condition is the responsibility of the contractor. If any damage is caused to the front grill/Indoor unit cover during the period of the contract, the contractor has to replace the same with a new front grill/Indoor unit cover of similar type without any charges.

6.0 PENALTY CLAUSE: The Split/window A.C., which are under minor break down, has to be

attended and rectified with in 24 hours of receipt of the complaint from the user/Technical Services Division.

6.1 Complaints of the major nature such as replacement of compressor, replacement of sheet metal parts, filling of gas has to be attended and rectified within 10 days of the receipt of the complaint. Penalty will be charged for any further delay in completion of the work. Penalty will be charged for any further delay in completion of the work at the rate of Rs. 100/- per day.

6.2 Any defective Split/window A.C., which is required to be removed for repair for more than 24 hours, has to be provided with a service unit by the contactor. If the service units are not provided, a penalty of Rs. 100/- per day will be levied to the contractor from the time of expiry of 24 hours till the complaint is rectified to the satisfaction of the department.

- 30 -

TECHNICAL REQUIREMENTS FOR SERVICING & REPAIR

(MAINTENANCE) OF WATER COOLER MAINTENANCE OF WATER COOLERS 1.0 SCOPE: This section indicates the servicing/repair of water coolers of various

make & capacities both instantaneous and storage types which includes process water coolers also. The water coolers include all the components and accessories such as compressor, cooling coil, condenser, water tank, fan motor with fan, sheet metal parts and frames and all other items/accessories which are necessary for the safe and efficient operation of the water cooler.

2.0 SERVICING OF WATER COOLER (MONTHLY) – BOTH

INSTANTENOUS AND STORAGE TYPE: The following works are to be carried out every month: a. Cleaning of water tank. b. Lubricating of fan motor. c. Cleaning of condensing unit. d. Checking of all electrical components and connections and replacing

them if required. e. Checking of faucet/water taps for working and repairing/replacing

them if required. f. Checking of mechanical connections and making them good. g. Attending drain pipe chokes etc. h. Checking of float valve assembly/repair/replace the same. i. Checking of sealing gasket, replace if required for preventing entry of

foreign bodies. j. Cleaning of water filter. k. Attending of water pipe fittings for leakages if required. l. Checking of filter assembly. m. Damage filter assembly if noticed should be informed to TIFR

Engineer. 3.0 SERVICING OF WATER COOLER (YEARLY) – BOTH

INSTANTANEIOUS AND STORAGE TYPE: The following works are to be carried out every year: 3.1 Checking of sealing gasket and replacing if required. 3.2 Patching/touching up of the unit wherever required. 3.3 Corroded sheet metal parts to be repaired/replaced. 3.4 Cleaning of water cooler after dismantling sheet metal parts

completely by air pressure and water. 3.5 Attending/rectification of water leakage on filter, water storage tank

and water pipes connected with water coolers. 3.6 Fan motor to open and service/repair, replace bearing and shaft if

required.

- 31 -

3.7 Checking of faucets, water taps and repair/replace if required along with its accessories.

3.8 Whole equipment shall be thoroughly painted once in a year. For painting refer Technical Requirements for Painting of this part of Tender document.

4.0 GENERAL BREAK-DOWN CONDITIONS: 4.1 In case of gas leak, the same is to be rectified and gas charged for

satisfactory working condition. 4.2 Compressor if found defective due to any reason the same is to be

replaced. Replacement shall be obtained from the manufacturer or their authorized dealers only and the required invoice, challan etc. are to be produced and verified before reinstallation.

4.3 All electrical components such as overload relay, capacitor, thermostat etc. are to be replaced by genuine spares, if found defective.

4.4 Fan motor if found defective, the same is to be repaired/replaced.

- 32 -

SCHEDULE OF INDIAN AND BRITISH STANDARDS

SPECIFICAITONS APPLICABLE

The supply of materials including testing of various equipments covered under this contract shall comply with the latest issue of the following standards: a) IS 277-1977 : For galvanized steel sheet Class-I b) BS 2626 : Refrigerator Oils c) BS 3837 : Expanded Polystyrene (Thermocole) d) BS 814 & 815 : Welding & welding rods e) IS 4667 : Brazing rods f) IS 2501 : Copper tubes g) IS 4800 : Winding wire h) IS 7240 & IS 3144 : Thermal insulating materials i) IS 2993 : Capacitors j) IS 1291 : Electrical insulating material for Class `E’ insulation k) IS 204 & IS 2525-27 : For primer used in painting l) IS 6125, IS 2932, IS 2953 : Synthetic enamel paint m) IS 5111 : Testing of compressors All motor rewinding work is to be carried out by maintaining Class `E’ insulation. n) IS 1239 : G.I. pipes & pipe fittings o) IS 778 : GM Valves

- 33 -

SCHEDULE OF QUANTITIES/RATES

Schedule of rates for the work of “Comprehensive annual maintenance contract for Split/window type room air-conditioners & water coolers of different capacities and models including replacement of defective parts/spares for the following capacities “located in T.I.F.R., Colaba, Mumbai-05.

Sr. No. Description in Brief Qty. Rate/ Amount Unit Rs. Ps.

1. Comprehensive annual maint- enance contract for window type room air-conditioners including replacement of defective parts/spares for the following capacities of different makes and models (As per attached list):

a) 1.5 TR Capacity 52 Nos. b) 2.0 TR Capacity 20 Nos. 2. Comprehensive annual maint-

enance contract for Split type air-conditioners including replacement of defective parts/spares for the following capacities of different makes and models (As per attached List):

a) 1.0 TR Capacity 20 Nos. b) 1.5TR Capacity 70 Nos. b) 2.0 TR Capacity 100 Nos. c) 3.0 TR Capacity Multi Split 04 Nos. d) 2.0 TR Cassette type split AC 03 Nos. 3. Comprehensive annual maint-

enance contract for water coolers including replacement of defective parts/spares for the following capacities of different makes and models (As per attached List): 28 Nos.

------------------------------------------------------------------------------------------------------- Page Total

- 34 -

Sr. No. Description in Brief Qty. Rate/ Amount Unit Rs. Ps.

4. Replacement of corroded split/ Window A/C condenser coil with similar capacity new coil having copper tube & Aluminium fins.

a) 1.5 TR capacity window/split 10 Nos. AC Unit b) 2.0 TR capacity window/split 10 Nos. AC Unit ------------------------------------------------------------------------------------------------------- Page Total Grand Total (Page 33 &34) Taxes

NET TOTAL AMOUNT

ANNEXURE - III TIFRAC UNIT HISTORY CARD

TYPE OF AC UNIT CAPACITY OF UNIT SERIAL NO. OF MACHINE

A B C D E F G H I J K L M N O P Q

The details in the column J,K,L,M&N shall be filled only during Annual Major OverhaulThe details in the column B,C,D,E,F,G,H & I shall be filled during Bi-monthly Routine Servicing work and also during Annual Major Overhaul 37

Compressor Suction & Discharge

Press.

2

3

4

5

Checking Remote,Relays

,PCB,etc.

ROOM NO.

Grill Tempt.Duration/

Period

Checking Fuse of PCB &

Thermister of Motor

Sr. No

Checking Electrical

Connections

Temperature of Indoor Motor &

PCB Wire

Current (In Ampere)

Remarks

Overhauling of Fan Motor Replacement of

Corroded Sheet Metal Parts

Signature of Contractor Supervisor

Checking Base Tray & Bituminized

1

Cleaning & Paiting

Signature of TIFR

Engineer

Noise&Vibration / Lubrication

of parts

Filter Cleaning

ANNEXURE - III TIFRAC UNIT HISTORY CARD

BACK SIDE DETAILS OF MACHINE HISTORY CARD

38

Details of Work done with service report reference nomber RemarkSr. No Date of Complaint Nature of Complaint Attended on