Comprehensive Annual Maintenance Contract21303
-
Upload
senhill007 -
Category
Documents
-
view
226 -
download
0
Transcript of Comprehensive Annual Maintenance Contract21303
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
1/48
Tender No.MEE/SE2E1/ELE/F.18(8)/2014
V.O.CHIDAMBARANARV.O.CHIDAMBARANARV.O.CHIDAMBARANARV.O.CHIDAMBARANAR PORT TRUSTPORT TRUSTPORT TRUSTPORT TRUST
MECHANICALMECHANICALMECHANICALMECHANICAL AND ELECTRICALAND ELECTRICALAND ELECTRICALAND ELECTRICAL ENGINEERING DEPARTMEENGINEERING DEPARTMEENGINEERING DEPARTMEENGINEERING DEPARTMENTNTNTNT
TUTICORIN 628 004TUTICORIN 628 004TUTICORIN 628 004TUTICORIN 628 004
Tender Schedule
Name of Work: Comprehensive Annual Maintenance contract forcooling equipments at VOC Port Trust for aperiod of two years
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
2/48
CONTENTS
Sl.No.
INDEX PAGE
1 Form of Agreement 1 -2
2 Notice Inviting Tender 3 - 4
3 Instruction to Tenderers 5 -15
4 Scope of work 16
5 Terms & Conditions 17-19
6 List of cooling equipments 20-33
7 Schedule of Deviation from Technical specifications 34
8 Experience Details 35
9 Details of Financial Status 36
10 Specimen for Bank Guarantee Bond 37-38
11 Form of E Payment 39-40
12 Price bid Schedule 1-5
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
3/48
V.O.CHIDAMBARANAR PORT TRUST
MECHANICAL & ELECTRICAL ENGINEERING DEPARTMENT
TUTICORIN - 628004
Phone: 0461-2352290 (9 Lines)/2372999(PRI)Fax: 0461 - 2354274
Tender No. : MEE/SE2E1/ELE/F.18(8)/2013
Name of work : Comprehensive Annual Maintenance contract ofcooling equipments at VOC Port Trust for a
period of two yearsProbable amount of contract : Rs.8,85,537/-
Cost of tender document : Rs.525/- (inclusive of 5% VAT) +Rs 100/- extra through post
EMD : Rs.17,711/-
Sale of tender document : 21.08.2014 To 03.09.2014.
Last date of receipt of tender : Upto 15.00 hrs on 05.09.2014.
Date of opening of Tender : 15.30 Hrs on 05.09.2014.
Period of work : Two years
Validity of tender : 120 days from the last date fixed for receivingthe tender.
For further details visit the port website www.vocport.gov.in and government tender panel
http:/tenders.gov.in and IPA website www.ipa.nic.in before applying for tender schedule.
-sd-CHIEF MECHANICAL ENGINEER
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
4/48
V.O.CHIDAMBARANAR PORT TRUSTFORM OF AGREEMENT
This AGREEMENT made this...day.. two thousand Board of
Trustees of the VOC Port Trust, a body corporate under Major port Trust Act 1963 (herein after called
the Board which expression shall, unless excluded by or repugnant to the context, be deemed to include
the successors in office) on the one part AND
(hereinafter called the CONTRACTOR which expressions shall, unless excluded by, by or repugnant
to the context be deemed to include his heirs, executors, administers, representatives and assigns orsuccessors in office)on the other part.
WHEREASthe Board of Trustees of the VOC port is desirous of the work comprising
WHEREAS the contractor has offered to execute, complete and maintain such works andwhereas the Board has accepted the tender of the contractor and WHEREAS the contractor as
furnished a sum of Rs..(Rupees ..only) as
Earnest Money Deposit at the time of tendering which will be adjusted against security deposit as per
memorandum will be collected by deductions from the running bills, at the rates mentioned there in for
the due fulfillment of all the conditions of the contract.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this agreement words and the expressions shall have the same meanings as arerespectively assigned to them in the conditions of the contract hereinafter referred to.
2. The following documents shall be deemed to form and be read and construed as part ofthis agreement viz.
1 Tender Notice2. Instruction to Tenderers
3. Terms and Conditions
5. Annexes6.Schedule of Price
7.Work Order
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
5/48
3. The contractor hereby convenience with the Board of trustees of VOC port to constructcomplete and maintain the works in conformity in all respects with the provision of the
agreement.
4. The Board of the Trustees of VOC port hereby covenants to pay the contractor inconsideration of such construction, completion and maintenance of the works the
Contract price at the time and in the manner prescribed by the contract.
IN WITNESS WHEREOF the parties here into have set their hands and seals the day andyear first written.
The common seal of the Trustees ofV.O.Chidambaranar port was here into affixed and
The Chairman thereof, has set hisHand in the presence of CHAIRMAN of the Board
of Trustees V.O.Chidambaranar port.
Signed and sealed by
The Contractor in the presence of
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
6/48
V.O.CHIDAMBARANAR PORT TRUSTMECHANICAL & ELECTRICAL ENGINEERGING DEPARTMENT
NIT NO.MEE/SE2E1/ELE/F.18(8)V1/2014/D. Dated: . .2014
NOTICE INVITING TENDERSealed tenders are invited under two cover system by V.O.Chidambaranar Port Trust,Tuticorin from experienced, reputed and financially sound contractors, as stipulated in thetender document for the following work:
I Name of work Comprehensive Annual Maintenance contract ofcooling equipments at VOC Port Trust for a period oftwo years
II Estimate value of work Rs.8,85,537/-III Earnest Money Deposit Rs17,711/-
IV Cost of tender document Rs.525/- (inclusive of 5% VAT) + Rs.100/- extrathrough post
V Sale of tender document 21.08.2014 to 03.09.2014
VI Last date & Time of receipt
for receiving the tender.
Upto 1500 hrs. on 05.09.2014
VII Opening of Tender At 15:30Hrs on 05.09.2014
VIII Period of Contract Two years
IX Validity of tender 120 days from the last date fixed for receiving thetender.
2)Tender documents can be obtained from the office of the FA &CAO /V.O.CPT on anyworking day between 1100 hrs and 1600 hrs during the dates indicated at Sl. No.V in para 1above on application and on payment of cash towards the cost of the tender document.Those who intent to get the tender document by post shall remit the cost with an additionalsum of Rs.100/- each to cover the postal charges through demand draft payable to theFA&CAO/V.O.CPT drawn on any nationalised bank or scheduled bank and payable atTuticorin and send it to the Chief Mechanical Engineer.3. Downloading tender schedule from Port web site:The tender documents can also be downloaded from Port web site a sum of Rs.525/- towardsthe cost of tender document shall be paid along with EMD by those who submit their tenderby downloading the tender document from the Port web site failing which their offer will not beconsidered at all. The down loading of the documents shall be carried out strictly as providedon web site. No editing, addition /deletion of matter shall be permitted. If such action isobserved at any stage such proposals are liable for out right rejection The downloaded
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
7/48
5. The tenders shall be accompanied by EMD for the amount specified at Sl.No.III of Para(1)above, in the form of Demand Draft drawn on any Nationalized or Scheduled bank having
its branch at Tuticorin, in favour of the Financial Adviser & Chief Accounts Officer,V.O.Chidambaranar Port Trust, without which the Tender will not be considered. EMD in anyother form will not be accepted.
6. The tender document will be issued to those bidders registered in the EngineeringDepartment of this Port. However, unregistered contractors wishing to quote can alsopurchase the tender document, provided they shall satisfy the eligibility criteria. On scrutiny ifthe applicant is found not eligible under the required class his tender will be ignored,
7. The completed tender should reach CME/VOCPT, Tuticorin-628004 not later thanprescribed time and date as in Sl.No.VI in Para-1 above. The tender (main cover and firstcover) will be opened on the last date of receipt of tenders at 1530 hrs in the presence ofsuch of the tenderer who may wish to be present. Date of opening of Cover 2 of qualifiedtenderers will be intimated later. The tender received after due date and time will besummarily rejected. The Port will not be responsible for the loss of tender document if any orfor the delay on postal transit, Telegraphic offers will not be entertained
8. Tenders which are in any way incomplete will not be considered. The Ports reserves therights to waive any formality thereof or to reject any or all the tenders without assigning anyreason and not found itself to accept the lowest tender.
9. This tender notice shall form part of the contract agreement.10.The contractor should adhere the Employees State Insurance Act 1948 (34 of 1948)
a) If employment of 10 and above people are said to be deployed, the tenderer is toensure that ESI Act provisions are complied with.
b) In case of deployment of less than 10 people, it is the tenderers responsibility tosubstantiate the said deployment and confirm to ESI Act requirements.
-sd-CHIEF MECHANICAL ENGINEER
To
1. All Head of Departments/V.O.CPT2. Superintending Engineer/ Elect/ Mech3. CVO/V.O.CPT4. Executive Engineer/PWD/Sivankoil Street, Tuticorin-25. Executive Engineer/TWAD Board, No.16, 19thStreet Toovipouram,
Tuticorin-628 003.6 E ti E i /Hi h Ett R d T ti i
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
8/48
INSTRUCTION TO TENDERERS1.(A) GENERAL:
On behalf of the Board of Trustees of the V.O.Chidambaranar Port Trust, the Chief
Mechanical Engineer, VOC Port Trust invites tenders under two cover system in sealedcovers from reputed firms with proven ability for the work Comprehensive AnnualMaintenance contract of cooling equipments at VOC Port Trust for a period of two years(B) DEFINITIONS AND INTERPRETATIONS:In the contract, as hereinafter defined the following words and expressions shall have themeaning hereby assigned to them except where the context otherwise requires.
1. Board :- The Board means the Board of Trustees of the V.O.Chidambaranar Port, a
body Corporate under the Major Port Trusts Act 38 of 1963 represented by theChairman, and as amended from time to time also Employer herein after called Board
2. Engineer means the Chief Mechanical Engineer of the V.O.Chidambaranar Port Trustand his successors.
3. Engineer, in-charge/Engineer representative means the Executive Engineer or aofficer appointed by him in writing who shall direct and supervise and be in charge of
the works.
4. Contract means the documents forming the tender and acceptance thereof and theformat agreement executed between the Port Trust and contractor together with thedocuments referred to therein including the General conditions, special conditions ofcontract, specifications designs Drawings. Priced Bill of quantities and instructionissued from time to time by the Engineer in-charge and all the these documentstaken together shall be deemed to form one contract and shall be complementary toone another.
5. Contractor means the person or persons or firm or company whose tender has beenaccepted by the Board and the legal personnel representatives or the successors ofsuch firm or company and the permitted assigns of such persons or firm or company.
6. Contract Price means the sum named in the tender subject to such additions thereto
or deductions there from as may be made under the provisions here in after contained
7. Drawings means the drawing referred to in the contract agreement and anymodifications of such drawings approved in writing by the Chef Mechanical Engineerand such other drawings as may from time to time be furnished or approved in writingby the Chef Mechanical Engineer.
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
9/48
9. Schedules referred to in these conditions shall means the relevant schedule (s)annexed to the tender papers issued by Employer.
10. Approved means approved in writing including subsequent written confirmation ofprevious verbal approval and Approval means approval in witting including asaforesaid.
11. A day means a day 24 hours from midnight to the next midnight irrespective of thenumbers of hours worked in that day.
12. A week means seven days without regard to the number of hours worked in any dayin that week.
12. A month means month according to Gregorian Calendar.
13. Urgent works Shall mean any urgent measures which in the opinion of the Engineer-in-charge become necessary during the progress of the works to obviate any risk ofaccident or failure or which become necessary for security
14. Constructional Plant means all appliances or things of whatsoever nature required inor about the executions, completion or maintenance of the work or temporary works(as hereinafter defined) but does not include materials or other things intended to formor forming part of the permanent work.
15. Temporary works means temporary works of every kind required in the executioncompletion or maintenance of the works and which do not form an item of the work orworks.
16. Trusts Stores means the storage yards for materials of the Trust any where in theharbour premises.
17. Market Price means the rate as decided by the Engineer on the basis of the cost ofmaterials and labour to the contractor at the site where the works are to be executedplus the percentage mentioned in schedule to cover all over heads and profit.
18. Nominated Sub Contractor means all specialists, merchants, tradesmen and otherexecuting any special work or supplying any materials for which provisional or primecost sums are included in the contract, who may have been or be nominated or
selected or approved by the employer/ Engineer and shall be deemed to be employedby the contractor,
19. Prime Costs and prime cost sum means the amount actually paid by the contractorfor any article, commodity or special work and shall include all proper charges forpacking carriage, and delivery to site, after deduction of all trade discounts, rebates
d ll d th di t bt i bl f h i f h di t f
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
10/48
2. SALE OF TENDER DOCUMENTS:The complete set of tender documents including forms, conditions of contract, work
specifications, etc. will be issued on sale by the Chief Mechanical Engineer, VOC Port Trust,
Tuticorin-628 004 from 21.08.2014 to 03.09.2014 during working hours on submission ofwritten application.The tenderer shall be issued with one set of tender document on payment of
Rs.525/-(Rupees five hundred and twenty five only) plus Rs.100/- extra for through postpayable either in cash or through crossed Demand Draft on any nationalised/scheduled bankdrawn in favour of the Financial Adviser & Chief Accounts Officer, V.O.Chidambaranar PortTrust, Tuticorin-628 004 payable at Tuticorin. The name and address of the tenderer shallbe clearly marked in the application for issuing tender documents. The cost of tender
documents will not be refunded under any circumstances.Each tenderer will be issued with one copy of tender documents, marked original.
The document comprised of general and special conditions of contact, work specificationsand proforma for furnishing the technical proposals, tender schedules, proforma forfurnishing qualifications and experience, etc.
3. SUBMISSION OF TENDER :The tenderers shall submit their tender in sealed covers as specified below duly
signed and completed in all respects along with tenderer's covering letter indicating clearlyand deviations in the terms and conditions or any new conditions stipulated by him andother enclosures if any required.
The tender shall be sent to the Chief Mechanical Engineer, V.O.ChidambaranarPort Trust, Tuticorin-628 004 so as to reach him on or before 15.00 hours on 05.09.14.Tenders not received on time will not be considered. Tenders who present tenderdocuments personally or through authorised agents are advised to drop the tender in
Tender Box earmarked for the purpose at the Office of the CHIEF MECHANICAL ENGINEER,V.O.Chidambaranar PORT TRUST. The Port will not be responsible for Postal delay or transitdelays. If the last date of receipt/opening of Tender happens to be a holiday at a laterdate, the same will be received/opened on the next working day.
The tenderers are required to submit their offer in two cover system, Cover Iand Cover II, both the covers shall be sealed separately and put together in one cover andthat cover also be sealed. The tender shall be submitted, completed in all respect in twoseparate sealed covers as given below:-
a) FIRST COVER (NO.1):The first cover (No.1) will contain the following items of documents based on
which the tenderers will be shortlisted.1. The Earnest Money Deposit shall be enclosed.2. (i)Such particulars with regard to experience with notary attestation shall be
enclosed
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
11/48
space to be signed on each page with their official stamp. The above documentshall be enclosed in the first cover which shall be sealed and superscribed,Comprehensive Annual Maintenance contract of cooling equipments at VOC
Port Trust for a period of two years Cover No.1, and bear on the bottom leftcorner, the name and full address of the tenderer with his official stamp. Thetenderer should ensure that the Schedule of price is not enclosed in Cover No.1.
b) SECOND COVER: (No.2) :(i) The Schedule of Prices (Price bid of original tender documents)
there of duly filled in with the rates shall be enclosed in the second cover(No.2) which shall also be similarly sealed superscribed ComprehensiveAnnual Maintenance contract of cooling equipments at VOC Port Trust
for a period of two years Cover No,.2 and bear on the bottom leftcorner the name and address of the tenderer with his official stamp. Thetenderer should ensure that the Schedule of price is not enclosed in Cover
4. EVALUATION :i) Cover No.1 containing the technical documents to shortlist the eligible tenderers
will be opened on the scheduled date and time i..e on 05.09.14 at 15.30 hrs. in thepresence of such tenderers who wish to be present at the time of opening.
ii) After opening the first cover and getting the required technical/commercialclarifications based on the information given, Port Trust will prequalify the eligibletenderers.
iii) The tenderers will be prequalifying based on the documents contained in CoverNo.1. The cover No.2 submitted by the prequalified tenderers alone will be opened on asubsequent date which will be intimated to the prequalified tenderers. The decision of thePort Trust in prequalifying the eligible tenders shall be final.
iv) The terms of tender schedule, conditions of contract, etc. shall not be defaced ordetached or detached from the documents.
v) The V.O.Chidambaranar Port Trust shall have no liability to the tenderer inrespect of any expenses incurred by him, direct or indirect, in preparing and/or submitting
the tender.
5. MINIMUM CRITERIA FOR PRE-QUALIFICATION:
a)Minimum period of experience : i)During the last 7 years as on 31.07.2014in executing works. (Details the firm should have executed at least
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
12/48
value( ie. Rs.7,08,430/-)b) The Average Annual Turnover 30% of the
estimated value of Rs.8,85,537/-during ie Rs.2,65,661/-
the last three years.(Details shall befurnished in Form IV)The tender which does not satisfy the pre-qualification criteria as mentioned
above shall summarily be rejected and shall not be considered for further evaluation.
6. EARNEST MONEY DEPOSIT: Earnest Money : Rs.17,711/-(Rupees seventeen thousandseven hundred and eleven only). The EMD of Rs.17,711/- in the form of Demand Draft orBanker's Cheque payable at Tuticorin drawn in favour of FA&CAO/VOCPT from any
Nationalised/ Scheduled bank having its branch at Tuticorin.The Earnest Money deposited by the unsuccessful tenderers will be refunded within
fifteen days of deciding L1 without interest. The Earnest Money deposited by thesuccessful tenderer will be adjusted towards Security Deposit and will be refunded withoutinterest after the completion of contract period or after furnishing bank guarantee towardsSecurity Deposit including EMD. The Earnest Money Deposit should be enclosed along withcover I.. Whenever there is a delay in commencement of work, the EMD shall be forefeited.
7. PERFORMANCE SECURITY :The contractor shall deposit an amount equal to 5% of theaccepted tender value as Performance Security in the form of DD or Bankers' Cheque orirrevocable Bank Guarantee obtained from the Nationalised / Scheduled bank havingnetworth of more than Rs.100.00 crores in the form as per specimen in the Schedule. Aletter from the Bank shall also be sent along with the Bank guarantee directly to theEmployer within 15 days of placement of work order or before the commencement of workwhich ever is earlier. However, the Chief Mechanical Engineer may relax the time limit of15 days and extend it by further period of 10 days in extraordinary circumstances for thereasons recorded by him. If the performance Security is not deposited in time asprescribed above, the work order shall stand cancelled automatically and the EarnestMoney Deposit will be forfeited. The performance security will remain in force throughoutthe period of contract, and will be refunded after the contract period thereafter. Thecontractor shall furnish the BG towards performance security by the issuing bank directly tothe port. This performance security will not bear any interest.
8. SECURITY DEPOSIT : A sum at 10% shall be deducted from each running bill afteradjusting the amount already deposited by the contractor as EMD subject to a maximumaccumulation of 5% of contract price. The amount deducted from the bill will be kept assecurity deposit for the contract period. If during this contract period, any defects arenotified which in the opinion of the Chief Mechanical Engineer are due to bad materialsused and / or defective workmanship, the contractor shall be required to carry out at the
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
13/48
9. TIME SCHEDULE:The time allowed for the commencement of the work Comprehensive Annual
Maintenance contract of cooling equipments at VOC Port Trust for a period of two yearsshall be 15 days from the date of issue of the work order and also the contract period istwo years from the date of commencement.
10. RATES TO BE FIGURES AND WORDS :The tenderer shall quote the rate in Indian Rupees and in English, in figures as
well as in words, the rates tendered by him in the concerned proforma of the tender and insuch a way that interpolation is not possible. The tendered amount for the work shall be
entered in the tender form and duly signed by the tenderer and enclosed and sealed incover No.2 In case of any discrepancy between figures and written words, the rates inwords shall be taken as the quoted price.
11. CORRECTION/VARIATION:i) All corrections and alterations in the entries of the tender documents shall be
attested with full signature of the tenderer with date. No erasures or over-writings arepermissible.
ii) The tenderers should not send any revised or amended offers after opening ofthe tender. No such document will be entertained. The Board also not accept offers withthe price variation clause.
iii) The prices and amounts entered in the schedule of price shall represent thetenderers offer for the work generally in accordance with work specifications and purposegiven in this tender.
iv) Deviation: Tender should be completed in all respects for taking a decisionimmediately on opening of the tender. In the absence of tenderers disagreement to anyparticulars clause, it will be construed that they are agreeable to such ports conditionswhere they have not expressly deviated.
12. SIGNING OF TENDER:The tender shall be signed only by the parties who are themselves in a position
to undertake the work and possessing all other resources required for the purpose. Thetender shall contain the name, residence and place of business of the person or persons
submitting the tender and shall be signed by the tenderer with his usual authorizedrepresentatives followed by the name and designation of the person signing the documentalong with a copy of the partnership deed. Tender by a corporation shall be signed in thename of the corporation by a duly authorized representative, and a power of attorney inthat behalf shall accompany the tender. A copy of the constitution of the firm with thenames and addresses of all the partners shall be furnished. In the case of company, a copy
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
14/48
14. ALL PAGES TO BE SIGNED:
All signatures in the tender documents shall be dated. All pages of all sectionof the original tender documents shall be signed with date and seal at the lower right handcorner and also signed wherever required in the tender document by the tenderers or by aperson holding power of attorney to sign on behalf of the tenderer before submission of thetender.15. RIGHT OF THE BOARD TO ACCEPT OR REJECT THE TENDER :
The Board does not bind itself to accept the lowest tender and reserves theright to reject any or all tenders received without assigning any reason, whatsoever.
Tenders in which any of the particulars and prescribed information are inadequate orincomplete in any respect and / or the prescribed conditions are not fulfilled are liable tobe rejected. Canvassing in any form by the tenderers will result in their tender beingrejected.16. TRANSFER OF TENDER DOCUMENTS:
Transfer of tender documents purchased by one intending tenderer to another isnot permissible.17. INCOME TAX, SALES AND SERVICE TAX:
a. Payment of income tax: Income tax will be deducted at the rates as applicable fromtime to time. It is open to the contractor to make an application to the Income TaxOfficer concerned and obtained from him a certificate authorising the department todeduct income tax at such lower rate or deduct no tax as may be appropriate to hiscase. Such certificate will be valid for the period specified there in unless it iscancelled by the Income Tax Officer earlier. The contractor shall furnish PAN details.
b. VAT (Works Contract Tax)- VAT will be recovered at the rates applicable from timeto time on the contract value.
c. Service Tax:- Service Tax as applicable will be recovered at the rates applicable fromtime to time for water, electricity, telephone and other services etc rendered by thePort.
d. Executing Works Contract Service Tax:-(I) The tenderer shall quote service tax if applicable on either of the following twooptions:-
Options Present Rate of Service
Tax and Edu.Cessthereon
Amount on which
service tax is to becalculated
Amount of service
Tax
1 2 3 4
1.Service tax on Gross amountcharged as per tender less VAT
4.944%
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
15/48
ii) The service tax shall be paid on submission of bills/ invoices as prescribed under service
tax rules mentioning the full details regarding Name, Address, Service Tax RegistrationNumber of the tenderer along with the description, classification and value of taxableservices and service tax payable thereon.
18. OPENING AND ACCEPTANCE OF TENDER: Tenders submitted by tenderers shall remainvalid for acceptance for a period of 120 days from the date of opening of the tenders. Thetenderer will not be allowed during the declared period of validity to revoke or cancel histender or to vary any term thereof, without the consent in writing of the Chief Mechanical
Engineer.
19. ADDENDA / CORRIGENDA :ddenda/Corrigenda to the tender documents will be issuedby the Chief Mechanical Engineer prior to the date of opening of the tenders, to clarify orreflect modifications in the contract terms and conditions.
Such addendum/corrigendum will be distributed to each firm or person who hadpurchased the tender documents.T enderers who are unable or unwilling to bring theirtenders to conform to the requirements of the Board are liable to be rejected.
20. COLLECTION OF DATA TENDERER'S RESPONSIBILITY:The tenderer shall visit the site and acquaint himself fully with the site and
local conditions and no claims whatsoever will be entertained on the plea of ignorance ordifficulties in the execution of the work. Before submitting the tender, the tenderer shallbe deemed to have clearly understood and satisfy himself regarding the work and services,all conditions liable to be encountered during the execution thereof and that prices, ratesand/or compensation quoted in the offer are adequate and all inclusive with respect to allfactors, circumstances and conditions likely to be incidental, both direct and indirect, tothe work and services.
The prices and amount quoted by the tenderer shall allow for all costs,including escalation of labour, transport, insurance fees, increase in cost due togovernment and other charges, direct and indirect, till the work is completed inaccordance with the scope of the contract and contract period.
21. AMBIGUITY: Should there be any ambiguity or doubt as to the meaning of any of thetender clauses/conditions or, if any further information is required, the matter shouldimmediately be referred to the Chief Mechanical Engineer, V.O.Chidambaranar Port Trust inwriting, whose interpretation shall be final and binding.
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
16/48
22. TENDERER'S COMMENTS :Any comments which the tenderer desires to make shall notbe placed in the annexed documents but shall take the form of a separate statement in the
English language and giving reference to page, clause or item numbers and shall besubmitted along with the tender in the cover No.1.
23. SIGNING THE CONTRACT:The successful tenderer shall be required to execute anagreement in the proforma prescribed by the V.O.Chidambaranar Port trust (draft enclosedin the document) on Tamil Nadu Government State stamp paper of the required valuewithin 15 days from the date of issue of the notice of acceptance of the tender. In theevent of failure on the part of the successful tenderer to execute the agreement within the
above stipulated period, or the period agreed by the Port, the Earnest Money or securitydeposit deposited by him will be forfeited and apart from that the Board being in suchcircumstances entitled to treat the successful tenderer as in breach of contract andproceed accordingly
24. JURISDICTION: The award of contract for the work Comprehensive AnnualMaintenance contract of cooling equipments at VOC Port Trust for a period of twoyears' is subject to the legal jurisdiction of local court, Tuticorin (Tamil Nadu) and no other
court, other than court at Tuticorin (Tamil Nadu) will have jurisdiction regarding anymatters concerning the contract.
25. INSTRUCTIONS TO TENDERERS TO FORM PART OF THE CONTRACT: All theseinstructions conditions, special conditions, if any, work specifications contained in thetender document and any correspondence related to this Contract shall form part of theagreement.
26.INSPECTION OF SITE: The tenderer is advised to visit the site before submitting theirsealed offers in order to ascertain the nature of work involved.
27. PRECAUTION AGAINST AIR AND WATER POLLUTION : Every precaution shall be takenby the contractor to prevent air and water pollution resulting from his operations as perrequirement of the appropriate authorities. The hazardous waste shall be disposed off onlyto the genuine processors having requisite approval in accordance with implementation of
hazardous waste rules 1989, notified tender environment Act, 1989 and rules regulationsmade there under from time to time.
28. LABOUR :(a)The contract labourers / employees shall display their identity card while inside the
Port area.
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
17/48
29.EXTENSION OF TIME: -i The Contractor shall commence the works on site with the period named in the tender after the
receipt by him of an order in writing to this effect from the Engineer and shall proceed with thesame with due expedition and without delay expect as may be expressly sanctioned or orderedby the Engineer or be wholly beyond the control of the contractor.
ii The contractor shall maintain the rate of progress required as per schedule if the progress ofwork is held up owing to circumstances, which in the opinion of the Engineer are beyond thecontrol to the contractor such as war stormy, weather and for other reasonable causes in theopinion of the Engineer the Engineer may at his discretion, grant to the work in such extensionof time as he considers reasonable for the completion of the work. In such circumstances, thecontractor shall apply for extension of time within fifteen days of the hindrance on account of
which he desires such extension as aforesaid.iii The execution of the work during the extended period also, shall be only under the conditions
and at the rates specified in the contract.iv No claim shall be made by the contractor on the grounds of executing the work beyond the
completion period stipulated in the contract.v The contract period for the work Comprehensive Annual Maintenance contract of cooling
equipments at VOC Port Trust for a period of two years may be extendable for a period ofone year at the same terms and conditions.
30. COMPENSATION FOR DELAY: The defective equipment has to be reconditioned immediately.The equipment taken to your workshop for attending major repairs should be brought back in goodworking condition within seven days. While attending major repairs, substitute equipment of similarmake & capacity by contractors own arrangements shall be put up in service till the departmentalequipment is refixed. In case of neither the spare equipment at contractor cost is not fixed within thestipulated period nor the departmental equipment is under repair for more than seven days, thepayment for the particular equipment will not be made for that Quarter/month/Monthly twicerespectively. Also 10% of CAMC charges for that particular equipment for that particular period will be
deducted from any money due to the contractor as liquidated damages or penalty.
31. DETERMINATION OF RESPONSIVENESS: The tender which does not satisfy the terms andconditions as mentioned in the tender, shall summarily be rejected and shall not be considered forfurther evaluation. The owner will scrutinize tenders to determine whether the tender is substantiallyresponsive to the requirements of the tender document. For the purpose of this clause a substantiallyresponsive tender is one which inter- alia confirms to all the terms and conditions, general conditionsof the entire tender documents without any deviation (or) reservation. A tender which in relation to the
estimated rates, is unrelating will be rejected as non- responsive. The decision of the owner shall befinal in this regard.
32. COMPLIANCE WITH ESI ACT:The contractor should adhere the Employees State Insurance Act 1948 (34 of 1948)
i If the contractor is likely to employ more than 10 employees, the contractor should haveobtained ESI code F rther the contractor sho ld s bmit the ESI code n mber and confirm the
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
18/48
33. The tenderer shall furnish the deviations if any in Technical, General & Special conditions in theenclosed Form I & II respectively.
34) INDEMNITY BY EMPLOYERThe employer will save harmless and indemnity the contractor from and against all
claims, demands, proceedings, damages costs, charges and expenses in respect of thematters referred to in the provision to clause damage to persons and property.
35) CONTRACT DOCUMENTS:a) Language: The language in which the contract documents, correspondence shall be drawnup,shall be English.b) Documents mutually Explanatory: Except if and to the extent otherwise provided by thecontract the provisions of the general conditions of particular application shall prevail overthose of any other document forming part of the contract subject to the forgoing the severaldocuments forming the contract are to be taken as mutually explanatory of one another, butincase of ambiguities or discrepancies the same shall be explained and adjusted by theEngineer who shall thereupon issue to the contractor instructions directing in what mannerthe work is to be carried out.
If there are varying or conflicting provisions made in any one document forming part ofthe contract the Engineer shall be the deciding authority with regard to the intention of thedocument.
Any error in description quantity or rates in schedule of works/ items or bill of quantitiesor any omission there from shall not vitiate the contract or release the contractor from theexecution of the whole or any part of the works comprised there in according to drawing andspecifications or from any of his obligations under the contract.
36. COMPLIANCE WITH EPF ACT:The contractor should adhere to EPF Act, 1952.
1. The contractor has to comply with all provisions contained in EPF and MP Act. 19522. Rate quoted in BOQ (Price bid) shall not include EPF component. The claim for EPF
component shall be admitted as per actual on submission of documentary proof of paymentmade to EPF authorities along with full details of manpower deployed and calculation ofcontribution.
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
19/48
SCOPE OF WORKComprehensive Annual Maintenance contract of cooling equipments such as Air
conditioners, Water coolers and Refrigerators at various locations at VOC Port Trust including
replacement of all spares, tinkering and painting etc.
1. The following maintenance works shall be carried out during Monthly Twice/ Monthly /Quarterly maintenance of cooling equipmentsi. cleaning the filter pads and cleaning the unit after removing the grillsii. checking of wiring, checking the cooling fan and cleaning the blades and lubrication
iii. Running the compressor, checking the load current and volt on no load and load.iv. checking the front vibration and rear condenser grillsv. checking the thermostat and measuring the temperaturevi. Tinkering and painting the rusted portion of each unit where ever necessary during
every month or quarter and painting the entire unit including the outer shell at leastonce in a year. Colour and quality paints should be approved from Port authoritybefore painting.
vii. Gas charging whenever required.
viii. Water servicing once in every Monthly twice / monthly / once in every three months2. Replacement: The defective components including compressor shall be replaced by
new one of the same specification and make.3. Transport: Transportation of any equipment from the Port premises to your workshop &
vice versa for attending repairs, when it become necessary shall be done at your cost.4. The firm has to provide minimum 2 Nos of technicians and 2 Nos of helpers on all
working days of Port for CAMC work. Also the urgent works shall be carried out onholidays, if required.
5. The maintenance work shall be carried out in the presence of the concerned officials ortheir authorized representative or users.
6. The defective equipment has to be reconditioned immediately. The equipment taken toyour workshop for attending major repairs should be brought back in good workingcondition within seven days. Failing the above, substitute equipment of similar make &capacity by your own arrangements should be put up in service till the departmentalequipment is refixed.
7. The contractor should submit a quarterly report for each equipment after thecompletion of quarterly service.8. The contractor should also carry out the maintenance works on the equipment for the
extended period of if any.9. If the defective equipment is not rectified within the stipulated period, the rectification
works will be carried out by the department / other agencies and the cost thereof will
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
20/48
TERMS & CONDITIONS
1. Rate: The rates are firm and final No increase in rates will be permitted on account of
escalation of price, additional duty, Tax, etc.
2. Tax: Income Tax, Works contract Tax / or any other statutory levies applicable from
time to time will be deducted at source as per rules. Service Tax will be paid extra
under production of documentary evidence.
3. Payment Terms: Payment to the Contractor will be made on quarterly basis on
satisfactory completion of works assigned. The mode of payment is through e-
payment. Hence the tenderer shall furnish the Bank Account Number for payment
4. Inspection: The tenderer shall inspect the site before offering their rate, in order to
access the actual work. It is responsibility of the contractor to ascertain the nature of
work as per site conditions.
5. Right: The Port reserves the right not to award the work to the lowest bidder. The Port
reserves the right to cancel any/all the tender(s) without assigning any reason. The
Port also reserves to split and award the work to two or more contractors. The Port's
decision in any of the matter(s) is final and binding on each other. If the works are not
carried out in satisfactory manner, the work order will be cancelled by the Port.
6. Damage : Any damage is caused to Port equipments while carrying out the works, it
should be attended to by the tenderer at his own cost.
7. Accidents: Any accidents including death caused to the contractor or workers during
course of execution of work or elsewhere will be taken care by the contractor(s)
themselves and Port is in no way responsible for the same. The port is not responsible
for any loss of life or damage or theft of materials. All the materials should be kept inthe safe custody of the contractor.
8. Contract Labour Act: The contractor shall comply with all necessary rules and
regulations of the contract labour (Regulation abolition) Act 1970 and 1971.
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
21/48
12. Disputes: If any disputes or difference of any kind whatsoever arises, the decision of
the Chief Mechanical Engineer shall be the final.
13. The rates are firm and final and inclusive of Monthly twice/ monthly / quarterly
inspection charges, repair charges, renewal of spares if necessary etc.
14. The period of contract is two years from the date of issue of work order / date on which
the works are under taken for execution.
15. All the units covered in the contract are in good working condition and the same should
be handed over to Port in good working condition at the end of the period of contract.
16. Additional units shall be included in your contract at the same rate for which
amendment for quantity will be issued before doing maintenance work.
17. Tenderer are requested to contact the respective Electrical Sub divisions before
carrying out the maintenance work.
18. Service report shall be given for preventive maintenance and breakdown calls
separately duly signed by the Department representatives and your Service Engineer /
Mechanic.
19. Any damage is caused to Port unit while carrying out the maintenance works/repair
works, it should be attended to by the tenderer at his own cost.
20. If the maintenance works and repair works are not carried out in satisfactory manner,
the work order will be cancelled by the Port. The decision of Chief Mechanical
Engineer is final.
21. The Port's decision in any of the matter(s) is final and binding on each other.
22. Any accidents including death caused to the contractor or workers during course of
execution of work or elsewhere will be taken care by the contractor(s) themselves and
Port is in no way responsible for the same.23. The tenderer is advised to visit the site before submitting their sealed offers in order to
ascertain the work involved in maintenance of the cooling equipment.
24. The work is required to be done with precision and high quality.
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
22/48
27. The work shall be carried out in all respects with workmanship and materials of the
best substantial and approved quality (confirming to ISI standard specifications)to the
entire satisfaction of the Engineer who may reject any plant/ apparatus, materials,
workmanship which shall in his opinion be defective in quality and such rejection will
be final and conclusive. The contractor shall at his own expenses provide all materials
labour haulage, saver tools and plants in manner of aforesaid qualified craftsman in
the trade shall be employed.
28. The contractor shall make good at his own expense all defects due to faulty design
materials or workmanship on the part of the contractor during the period of one year
from the date of which the work is certified by the Engineer to have been brought to
beneficial use. Any defects noticed in the installation during a period of one year from
the date of commissioning shall be attended and rectified by the contractor at free of
cost. The due portion of the security deposit and performance security will be
refunded after the expiry of this maintenance period.
29. The quantity given in the schedule is only approximate and payment will be made as
per actuals.
30. The contractor has to make his own arrangements for the safe custody of materials
brought to site.
31. Power to vary or omit work:- The Engineer shall have full power subject to the
prevision next herein after contained from time to time before the works have been
taken over by notice writing to order the contractor to after, amend, omit, add to or
otherwise vary any of the works any such order shall be without prejudice to the liability
of their contractor under contract and contractor shall carry out any alteration,
amendments, omission, addition or variations so ordered and he is bound in carryingthem out by the same conditions.
32. The contract labourers/employees shall display their identity card while inside the Port
side.
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
23/48
ABSTRACT
Sl.No
Schedule Description Service
Electricalsubdivisions
Total
I II III IV
1 A 1 Ton Window AC unit Quarterly 2 2 Nos2 A 1 Ton split AC unit Quarterly 4 4 Nos
3 A 1.5 Ton window ACunit Quarterly 20 16 36 Nos4 A 1.5 Ton split AC unit Quarterly 38 38 76 Nos5 A 2 Ton Window AC unit Quarterly 0 3 3 Nos6 A 2 Ton split AC unit Quarterly 27 15 42 Nos7 A Water cooler Quarterly 11 8 4 5 28 Nos8 A Refrigerator 165- 295
LtrQuarterly 9 1 10
Nos9 A Refrigerator 300-380
LtrQuarterly 9 9
Nos10 B 1 Ton Window AC unit Monthly 0 Nos11 B 1 Ton Split AC unit Monthly 0 Nos12 B 1.5 Ton window AC
unitMonthly 7 2 9
Nos13 B 1.5 Ton split AC unit Monthly 15 1 16 Nos
14 B 2 Ton split AC unit Monthly 2 1 3 Nos15
C1 Ton Window AC unit Monthly
Twice1 1
Nos16
C1.5 Ton window ACunit
MonthlyTwice
1 1Nos
17C
1.5 Ton split AC unit MonthlyTwice
8 8Nos
18 C 2 Ton Split AC unit MonthlyTwice 6 6 Nos
Total cooling equipment 254 Nos
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
24/48
List of cooling equipments at Electrical subdivision - I
1.5 Ton window AC unit
Sl.No Model Capacity Make Unit Sl.No Location
1 Window 1.5T Carrier Traffic Admn. Office 500004929022005717
2 Window 1.5T Voltas Container Cell 540-430205
3 Window 1.5T Voltas Container Cell 26273
4 Window 1.5T Voltas Container Cell 26039
5 Window 1.5T Voltas Shallow Draught Berth Traffic Office 209409
6 Window 1.5T Voltas Addl.Berth Traffic Office 262037 Window 1.5T Carrier Port Immigration Office, Near Green Gate 500004929022005716
1.5 Ton Split AC unit
1 Split 1.5T Carrier Green gate -OUT-Cust 500223146139023927
2 Split 1.5T Carrier Green gate -OUT-Traffic 500223146139023843
3 Split 1.5T Carrier Green gate -OUT - CISF 500223146139023948
4 Split 1.5T Carrier Green gate-OUT-Cust2 500223146139023934
5 Split 1.5T Carrier Green gate -OUT-Traffic2 5002231461390239136 Split 1.5T Carrier Green gate-OUT - CISF2 500223146139023953
7 Split 1.5T Carrier Green gate-Cust2.IN 500223145139023924
8 Split 1.5T Carrier Green gate-Traffic2-IN 500223151139024231
9 Split 1.5T Carrier Green gate - CISF2-IN 500223146139023928
10 Split 1.5T Carrier Green gate - CISF- IN 500222946139022282
11 Split 1.5T Carrier Green gate(Cust.- IN gate) 500222946139022261
12 Split 1.5T Carrier Green gate(Traffic-IN gate) 500223151139024718
13 Split 1.5T Carrier Blue gate (Traffic) B000920OD : B004110
14 Split 1.5T Videocon Nallathani
15 Split 1.5T Videocon Musal
2 Ton Split AC unit
1 Split 2 T Voltas Green gate control room-IN 4551145A11E0014182 Split 2 T Voltas Green gate control room-OUT 45551148P12E000328
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
25/48
Water cooler
1 water cooler30 Ltr Voltas Traffic Office-Shallow Draught
Berth110083
2 water cooler 80 Ltr Blue Star Finger Jetty -Floating Craft Office BJK80319-F-05
3 water cooler80 Ltr Blue Star CHER Sub Division office
(Addl.Berth)BUEL 11571 A00
4 water cooler80 Ltr Blue Star Addl.Berth -Electrical Sub
DivisionBUEL 11570 A00
5 water cooler 80 Ltr Blue Star 8 th Berth Traffic Office BUEL 46056C03
6 water cooler40/80 Ltr Usha
SriramTraffic Office Addl.Berth D 2052 E 90176
7 water cooler 80 Ltr Voltas Deptt.Canteen Addl.Berth 6010121P08J001670
8 water cooler80 Ltr Blue Star Finger Jetty Marine Workshop BJRL9724D99
9 water cooler 80 Ltr Voltas Addl.Berth 6 th Berth 6010121P08K001821
10 water cooler 80 Ltr Voltas Shallow Draught Berth LabourRest Room6010121P08K001842
11 water cooler40/80 Ltr Usha
SriramCoal Jetty-II,CHLP Rest Room D2052 E90146
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
26/48
List of cooling equipments at Electrical subdivision - II
Sl. Model Capacity Make Unit Sl.No. Location
1 Ton Window
1 Window 1 Ton Carrier 500005415021000000 Port hospital dispensary at Zone-B2 Window 1 Ton Carrier 500005415021000000 Port hospital Dy CMO OP Room
1 Ton Split
1 Split 1 Ton TCL TAC 12CS /H Port Guest house Suit No.1 (Sit out)
2 Split 1 Ton Carrier 1201 0141 482 Dog Kennel CISF
3 Split 1 Ton Carrier 1201 0142 821 Dog Kennel CISF
4 Split 1 Ton Carrier 12012011596/12012010340 Specialist room - Port Dispensary
1.5 Ton Window
1 Window 1.5Ton Voltas 254110 Port Guest house Suit No.3
2 Window 1.5 Ton Voltas 4010878/U08/D831479 Type Dy.CPT Qtrs
3 Window 1.5 Ton Voltas 474618 Port school computer room
4 Window 1.5 Ton Voltas 474613 Port school computer room
5 Window 1.5 Ton Voltas 209414 Port dispensary lab
6 Window 1.5 Ton LG 703KPMZ 003851 Type VI B, CVO Qtrs
7 Window 1.5 Ton LG 703KPHG 005089 Port hospital Dy CMO
8 Window 1.5 Ton LG 703KPYR 003650 Type V, No 1, CMO Qtrs
9 Window 1.5 Ton LG 703KPDT 003850 Type V, No 1,TM Qtrs
10 Window 1.5 Ton LG 703KPJP 003212 Type V, No 9 CE Qtrs
11 Window 1.5 Ton LG 703KPYR 003218 Type V, No 10 CE Qtrs
12 Window 1.5 Ton LG 703KPIH 003647 Type V, No 13 CISF Commd. Qtrs
13 Window 1.5 Ton LG 707DXUN 001078 Type V, No 19 DC Qtrs
14 Window 1.5 Ton LG 705APCA 010003 Type VI A, FA & CAO Qtrs
15 Window 1.5 Ton Carrier 5000 0492502 2005363 Port hospital minor Operation theater
16 Window 1.5 Ton Carrier 5000 049725022 06970 Port hospital casualty ward
17 Window 1.5 Ton Carrier 5001 30402091 000033 Port hospital Dy CMO (RSMO)
18 Window 1.5 Ton Carrier 5001 304412081 003718 Port dispensary RSMO
19 Window 1.5 Ton Carrier 5000 049225022 006971 Port hospital causality ward
20 Window 1.5 Ton Carrier 5000 049225022 006975 Port hospital causality ward ICU
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
27/48
1.5Ton Split
1 Split 1.5 Ton Carrier 500222946139022259/500223146139023929
Type VII
2 Split 1.5 Ton Carrier 500223151139024726/500222951139022890 Port Guest house Suit No.7
3 Split 1.5 Ton Carrier 500223151139023937/500222951139022893
Port Guest house Suit No.7
4 Split 1.5 Ton Carrier 500223151139024725/500222951139022896
Port hospital CMO Chamber
5 Split 1.5 Ton Carrier 500223151139024721/
500222951139022895
Port hospital CMO Chamber (Computer room)
6 Split 1.5 Ton Carrier 500223151139024717/500222951139022897
Port hospital CMO Chamber
7 Split 1.5 Ton Carrier 500223151139024708/500222946139022263
Port hospital Endoscopy Dy CMO (RSMO)
8 Split 1.5 Ton Carrier 500223151139024719/500222950139022761
Port hospital Labour ward
9 Split 1.5 Ton Carrier 500223151139024714/500222942139021911 Port hospital Labour ward
10 Split 1.5 Ton Carrier 500223151139024723/500222951139022894
Port hospital PO Ward room no 40
11 Split 1.5 Ton Carrier 500223151139024729/500223251139022933
Port hospital Operation Theater
12 Split 1.5 Ton Carrier 500223151139024724/500222950139022756
Port hospital Spl. ward room no 33
13 Split 1.5 Ton Carrier 500223151139024722/500222950139022762
Port hospital PO Ward room no 37
14 Split 1.5 Ton Carrier 500223151139024727/500222950139022753
Port hospital PO Ward room no 38
15 Split 1.5 Ton Carrier 500223151139024720/500222950139022760
Port hospital PO Ward room no 39
16 Split 1.5 Ton Carrier 500222924139018620 CPT bungalow (hall)
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
28/48
17 Split 1.5 Ton Carrier 500223146139023959/500222945139022265/
Port hospital Lab
18 Split 1.5 Ton Carrier 500223145139023827/500222946139022276/
Special ward
19 Split 1.5 Ton LG HEL 503 AP 0092489 Port Guest house Suit No.1
20 Split 1.5 Ton LG 805 DRVL 001511 Pass section CP - 1
21 Split 1.5 Ton Carrier 500222924139018618 CPT Bungalow (office)
22 Split 1.5 Ton Voltas 4551025M 08F 000310 Port Guest house Suit No.6 (Visitors room)
23 Split 1.5 Ton Voltas 4551025M 08F 0005114810949M08F 000443
Port Guest house Suit No.6 (Visitors room)
24 Split 1.5 Ton Voltas 45510 82M09C001830 4561082M09
C000103
Port Guest house Suit No.4 (Visitors room)
25 Split 1.5 Ton Voltas 4511082M09 C001835 4511082M09C000 343
Port Guest house Suit No.4 (Visitors room)
26 Split 1.5 Ton Carrier 2EX5 00DMN 8183 Port Guest house Suit No.2
27 Split 1.5 Ton Carrier 500223151139024728/500222950139022751
Port Hospital X RAY room
28 Split 1.5 Ton Carrier 500223151139024732/
500222950139022758
Port Hospital X RAY room
29 Split 1.5 Ton Carrier 500223151139023933/500222945139022938
Port Guest house Suit No.4
30 Split 1.5 Ton Carrier 500223151139023964/500222950139022759
Port Guest house Suit No.5
31 Split 1.5 Ton Voltas 4551184P10D 000303 45511204P10D 000051
Port Hospital Dy CMO (Specialist)
32 Split 1.5 Ton York 265702764120200026 Special ward
33 Split 1.5 Ton York 265702764120200299 Special ward34 Split 1.5 Ton York 265702764120200276 Special ward
35 Split 1.5 Ton York 265702764120200295 Type VI A Dy.CPT Quarters
36 Split 1.5 Ton York 265702764120200264 Type VI A Dy.CPT Quarters
37 Split 1.5 Ton York 110101382110101282/110102382110101398
Port dispensary (pharmacy)
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
29/48
38 Split 1.5 Ton LG 805 DRNW 001503804 DRPS 001216
CPT Office
2 Ton Split1 Split 2 Ton LG HRD 501 KP 000597 PORT Guest house Conference hall
2 Split 2 Ton LG HRD 501 KP 000241 PORT Guest house Conference hall
3 Split 2 Ton LG HRD 501 KP 000236 PORT Guest house Conference hall
4 Split 2 Ton LG HRD 501 KP 000600 PORT Guest house Conference hall
5 Split 2 Ton Voltas 4551145A11E001431 PORT Guest house Conference hall
6 Split 2 Ton Samsung 600358 Port hospital Operation Theatre
7 Split 2 Ton Samsung 600183 Port hospital Theatre8 Split 2 Ton Voltas 4551026 M08F002710 Port Gust house Suit No.6
9 Split 2 Ton Voltas 451026 M08F0001089 Port Hospital Casualty ICU
10 Split 2 Ton Voltas 451025 M08F000426 Port Hospital Casualty ICU
11 Split 2 Ton Voltas 4551026 M09C001214 Port Hospital Medical store
12 Split 2 Ton Voltas 4551026 M09C000655 Port Hospital Medical store
13 Split 2 Ton Voltas 4551026 M09C000732 Port Hospital Medical store
14 Split 2 Ton Voltas 4551026 M09C000745 Port Hospital Medical store15 Split 2 Ton Voltas 920206 CPTS Bungalow at Zone- B
16 Split 2 Ton Voltas 4511036U08 D24522826 CPTS Bungalow at Zone- B
17 Split 2 Ton Voltas 4511036RJ08 D531497 CPTS Bungalow at Zone-B
18 Split 2 Ton Voltas 4510946M08 E503780 CPTS Bungalow at Zone - B
19 Split 2 Ton Voltas 4510946M08 E5003726 CPTS Bungalow at Zone - B
20 Split 2 Ton Voltas 45110946M08 E003513 CPTS Bungalow at Zone - B
21 Split 2 Ton Carrier 500229942139002632 Special ward22 Split 2 Ton Carrier 500229942139002642 Special ward
23 Split 2 Ton Carrier 500229942139002635 Port Hospital dental
24 Split 2 Ton Voltas 201844 Container pass section
25 Split 2 Ton Voltas 201843 Call point/Zone B CHD
26 Split 2 Ton Voltas 4551145A11E001396 Pilot rest room
27 Split 2 Ton Voltas 4551145A11E001411 Pilot rest room
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
30/48
Water cooler
1 Water cooler 80 litre VOLTAS 16220 Zone'B' Engg Dept CIVIL
2 Water cooler 80 litre VOLTAS 43746 MMD office Ist floor
3 Water cooler 80 litre VOLTAS 16225 Maintenance office CIVIL4 Water cooler 80 litre SHRIRAM D2052E90147 Electrical sub division II(T.S)
5 Water cooler 80 litre SHRIRAM CM/L 9159385 CISF ORS mess
6 Water cooler 80 litre SHRIRAM D2052E90180 Zone 'B' Traffic Dept
7 Water cooler 120 litre Blue star BuF 64107 M98 Main store issue section
8 Water cooler 120 litre Blue star 54128 G03 Zone 'B' Dispensary
Refridgerator
1 Refridgerator 195 Ltr LG 311NRYE005626 CISF Canteen
2 Refridgerator 165 Ltr Videocon S-166PP 100843 Port hospital Operation Theater
3 Refridgerator 165 Ltr Videocon S- 166 PP 100428 Port hospital Injection room
4 Refridgerator 165 Ltr Videocon S- 166 PP 100175 Port hospital Female ward
5 Refridgerator 165 Ltr Videocon S- 166 PP 100711 Zone B Port dispensary
6 Refridgerator 195 Ltr LG 311NRNK030263 Port hospital Clinical Lab7 Refridgerator 165 Ltr Godrej 015 486 Port hospital ICU Male ward
8 Refridgerator 195 Ltr LG 310NRVNO10967 Port hospital Dental Clinic
9 Refridgerator 195 Ltr LG 308NRZX073093 Port hospital Medical Store
10 Refridgerator 300 Ltr Godrej 207695 Port dispensary Zone - B
11 Refridgerator 260 Ltr Godrej 394052490 Port hospital Medical Store
12 Refridgerator 285 Ltr LG 307PREV034020 Port hospital Clinical Lab
13 Refridgerator 300 Ltr Whirl Pool 310L1NC072100984 Zone B CPT Bungalow14 Refridgerator 285 Ltr Whirl Pool Port Guest House Kitchen
15 Refridgerator 285 Ltr Whirl Pool Port Guest House Kitchen
16 Refridgerator 285 Ltr LG 307PRKX034021 CISF Officers Mess
17 Refridgerator 340 Ltr LG 312PRDE004730 Port Hospital Clinical Lab
18 Refridgerator 230 Ltr LG J33G3071L014074 Port Hospital Causality
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
31/48
List of cooling equipments at Electrical subdivision - III
1.5 Ton window AC unit
Sl.
No
Model Capacity Make Unit Sl.No Location
1 Window 1.5 T Voltas 4010963M10E002191 Dy Chief Vigilance Officer
2 Window 1.5 T Voltas 280841 Dy Chief Engineer (Civil)
3Window 1.5 T
LG 703KPRW003214 Dy. Chief MechanicalEngineer
4 Window 1.5 T Voltas 209410 Telephone Exchange
5 Window 1.5 T Voltas 258098 Telephone Exchange
6 Window 1.5 T Voltas 196-012149 Telephone Exchange7 Window 1.5 T Voltas 209442 CDC Traffic
8 Window 1.5 T LG 703KPR-003214 SE (Mech) - II
9 Window 1.5 T LG 703KPRW-003220 Chief Vigilance Officer
10 Window 1.5 T LG 703KPCIS-003847 Chief Vigilance Officer
11 Window 1.5 T Carrier 5001304020910037 Dy.Chief Mechanical Engineer
12 Window 1.5 T Carrier 50030402091000041 Sr.Dy.FA & CAO
13 Window 1.5 T Voltas 4010970G 10A005087 SE /Civil -II14 Window 1.5 T Voltas 40110970A10D000919 Deputy Secretary
15 Window 1.5 T Voltas 4010970G10D021885 Hindi officer
16 Window 1.5 T Voltas 209444 CPT Chamber17 Window 1.5 T Voltas 4010700005G280841 Dy.FA & CAO18 Window 1.5 T Voltas 0433589 PRO room1.5 Ton Split AC unit
1 Split 1.5 T York 110101493110102677/ 110102493110102724 Deputy Chairman2 Split 1.5 T York 110101493110102582/ 110102493110102585 Deputy Chairman3 Split 1.5 T York 110101493110102657/ 110102493110102670 Chief Mech Engineer
4Split 1.5 T
York 110101493110102663/ 110102493110102720 Chief Mech Engineer
5Split 1.5 T
Carrier 500223146139023930/ 500222946139022780 Deputy Conservator
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
32/48
6Split 1.5 T
Carrier 500223145139023925/ 500222950139022755 Deputy Conservator
7Split 1.5 T
Carrier 500223146139023932/ 500223246139022335 Chief Engineer (Civil)
8Split 1.5 T
Carrier 500223146139023935/ 500223246139022328 Chief Engineer (Civil)
9Split 1.5 T
York 1101014931102725 Secretary
10Split 1.5 T
York 110101031110504759 Secretary
11Split 1.5 T
Carrier 500223145139023926/ 500222946139022279 Harbour Master
12Split 1.5 T
Carrier 500223146139023947/ 500223246139022328 Traffic Manager
13Split 1.5 T
Carrier 500223145139023836/ 500222946139022262 Traffic Manager
14Split 1.5 T
Carrier 500223146139023958/ 500223246139022320 Deputy Traffic Manager
15Split 1.5 T
York 110101493110102655/ 110102493110102681 FA&CAO
16Split 1.5 T
York 110101493110102673/ 110102493110102668 FA&CAO
17Split 1.5 T
Carrier 500223146139023945/ 500222946139022275 Conference Hall
18Split 1.5 T
Carrier 500223145139023844/ 500222946139022273 Conference Hall
19 Split 1.5 T Carrier 500223146139023931/ 500223246139022390 RAO Room20 Split 1.5 T Carrier 500223146139023949/ 500222946139022274 Chief Vigilance Officer
21 Split 1.5 T Carrier 500223145139023839/ 500222946139022285 Chief Vigilance Officer
22 Split 1.5 T Voltas B001081OD:B004140 PA to CPT chamber23 Split 1.5 T Voltas ID: B001182OD:B004104 PA to CPT chamber
24 Split 1.5 T Voltas ID: B004354OD:B001077 CPT Chamber waiting Room
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
33/48
25 Split 1.5 T Carrier 500223145139023830/ 500222946139022288 CDC Traffic
31Split 1.5 T
Voltas 4551184P1OD0012064511204P10D000106
CDC Revenue
32Split 1.5 T
Voltas 4551184P1OD003294511204P10D000223
CDC Revenue
33 Split 1.5 T Voltas 4551135P10F002167 Photo pass section
34 Split 1.5 T Carrier 50019813911, 8021267 Cash Section
35 Split 1.5 T Carrier 50019813911, 8021230 A.O Cash Section
36 Split 1.5T York 265701764120200236 CPT Chamber
37 Split 1.5T York 265701764120200035 CPT Chamber
38 Split 1.5T York 265701764120200255 CPT Chamber
39 Split 1.5T Voltas C101086180409304130455 AC/CISF Office
2 Ton Window AC unit
1 Window 2 T Voltas AR 352717 Information Centre
2 Window 2 T Voltas AR 352742 Information Centre
3 Window 2 T Voltas AR 352745 Information Centre
2 Ton Split AC unit
1Split 2 T
Voltas 4551269A11L000133/ 4511288D11K000122 Conference Hall
2Split 2 T
Voltas 4551269A11L000031/ 4511258D11K000082 Conference Hall
3 Split 2 T Voltas M08F002406/590 Telephone exchange
4 Split 2 T Voltas M08F003399/762 EDP Server Room5 Split 2 T Voltas A000562/626 EDP Server Room
6 Split 2 T Voltas A002848/3717 EDP Server Room
7 Split 2 T Carrier 2E70-OC DMN 5362 PA to Dy.CPT chamber
8 Split 2 T Carrier 500229942139002645/ 00273541139002570 Board Room
9 Split 2 T Carrier 50022994113900258/500273541139002568 Board Room
10 Split 2 T Carrier 500229942139002634/500273541139002564 Board Room
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
34/48
11Split 2 T
Carrier 500229942139002636/500273541139002675
Board Room
12Split 2 T
Voltas 4551269N11L000125/4511288D11K000063
Mini Conference Hall
13Split 2 T
Voltas 4551269N11L000112/4511288D11K000191
Mini Conference Hall
14Split 2 T
Voltas 4510946M09G0005974551082M091000116
CCTV ROOM
15Split 2 T
Voltas 4551026M09H0008274510946M09H000644
CCTV ROOM
16 Split 2 T Voltas 4551145A11E001412 DC CISF
Water cooler
1 Water cooler 80 Ltr Sriram D2052 E90182 80 Ltr Admn. Building Ground Floor
2 Water cooler 80 Ltr Sriram D2052 E90090 80 Ltr Admn. Building First Floor
3 Water cooler 80 Ltr Sriram D2052 E90079 80 Ltr Admn. Building Second Floor
4 Water cooler 80 Ltr Voltas 6010121P08K00180 80 Ltr Port canteen
Refridgerator1 Refridgerator 165 Ltr LG 311NRQE003828 Chairman Chamber
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
35/48
List of cooling equipments at Electrical subdivision - IV
Sl.No Model Capacity Make Unit Sl.No Location
1 Ton window AC unit1 Window 1 T Voltas 4011024G11L008408 SS09
1.5 Ton window AC unit
Sl.No Model Capacity Make Unit Sl.No Location
1 Window 1.5 T Carrier Traffic Office III Berth1.5 Ton Split AC unit
1 Split 1.5 T Carrier 500198719118013378/ 500198119118016320 6.6 KV Control Room2 Split 1.5 T Carrier 500198719118013382/ 500198136118020568 6.6 KV Control Room3 Split 1.5 T Carrier 500198736118016815/ 500198114118010366 6.6 KV Control Room4 Split 1.5 T Carrier 500198719118013374/ 500198119118016329 6.6 KV Control Room5 Split 1.5 T Carrier 500198719118013369/ 500198119118016324 6.6 KV Control Room6 Split 1.5 T Voltas 4551025M088004372 Traffic control room7 Split 1.5 T Voltas 4551055U08E551090 T shed I Traffic office
8 Split 1.5 T Voltas 4551055208E552645 T shed II Traffic office2 Ton Split AC unit
1Split 2 T
Voltas 4551133G10D008817/ 45511150P10D000955 Signal station
2Split 2 T
Voltas 4551133G10D006988/ 4511150P10D000940 Signal station
3 Split 2 T Voltas 4510946M08e000945 SS 09
4 Split 2 T Voltas 4510946M08e000647 SS 095
Split 2 TYork 110101382110101795/ 110102382110101660 SS 09
6Split 2 T
York 110101382110101778/ 110102382110101780 SS 09
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
36/48
Water cooler
1 Water cooler 80 Ltr Blue star BUEL11560A00 Wharf Crane Electrical Office
2 Water cooler 150 Ltr Sriram T2034I80220 T.Shed No.1
3 Water cooler 150 Ltr Sriram T2034I80219 T.Shed No.2
4 Water cooler 150 Ltr Sriram D 2052 E90172 VOC Wharf Canteen
5 Water cooler 150 Ltr Sriram D 2052 E90173 6.6 KV Control Room
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
37/48
FORM NO.1SCHEDULE OF DEVIATIONS FROM TECHNICAL SPECIFICATIONS
ALL DEVIATIONS FROM THE SPECIFICATION SHALL BE FILLED IN BY THE TENDERER,CLAUSE BY CLAUSE IN THIS SCHEDULE
SECTION NO SPECIFICATION CLAUSE NO. DEVIATION
The Tenderer hereby certified that the above mentioned are the onlydeviations from the specification and tender terms and conditions. The other tenderspecifications, terms and conditions are conforms in all respects.
Company Seal : Signature :
Designation :Company :Date :
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
38/48
FORM II
EXPERIENCE
Experience in similar type of work such as supply/maintenance of coolingequipments during the last seven years i.e31.07.14
Sl.No Name of work Value of workexecuted
Contract period Scheduledperiod of
completion
Contractor's name
andaddress
Commen-cement completion
1
Note:- The copy of the work orders and satisfactory completion/ Performancecertificate attested by the Notary Public for the completed works shall be
furnished.
Contractor
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
39/48
FORM III
FINANCIAL STATUS
Summary of yearly turnover on the basis of the Audited Balance Sheet for the
last three financial year (2010 -11, 2011 -12 and 2012 - 13)
Sl.No. Financial year Total Turnover
01 Year 2010 - 2011 Rs.
02 Year 2011 - 2012 Rs.
03 Year 2012 - 2013 Rs.
Note: Attach certified copies of the Audited Financial Statements attested by
Notary Public
Contractor
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
40/48
AnnexureSPECIMEN FORM OF BANK GUARANTEE BOND (FOR PERFORMANCE SECURITY)
In consideration of the Chairman representing the Board of Trustees of V.O.Chidambaranar Port
(hereinafter called "The Port") having agreed to exempt __________________ (hereinafter called "saidcontractors") from the demand, under the terms and conditions of contract awarded in No
_____________ dated _________ made between _____________ and _______________ for
____________(hereinafter called "said Agreement") of Performance security for the due fulfilment bythe said contractor(s) of the terms and conditions contained in the said Agreement, on production ofBank Guarantee for Rs.______________ (Rupees -------------------------------- only).
2.We*___(hereinafter referred to as the Bank) at the request of __ contractor(s) do hereby undertake to
pay to the Port an amount not exceeding Rs.__ against any loss or damage caused to or suffered or
would be caused to or suffered by the Port by reason of any breach by the said contractor(s) of any ofthe terms and conditions contained in the said Agreement.
3.We* ___do hereby undertake to pay the amounts due payable under this Guarantee without anydemur, merely on a demand from the Port stating that the amount claimed is due by way of loss or
damage caused to or would be caused to or suffered by the Port by reason of any breach by the said
contractor(s) of any of the terms and conditions contained in the said Agreement or by reason of thecontractor(s) failure by perform the said Agreement. Any such demand made on the Bank shall be
conclusive as regards the amount due and payable by the Bank under this Guarantee. However our
liability under this Guarantee shall be restricted to an amount not exceeding Rs.____.4.We undertake to pay to the Port any money so demanded notwithstanding any dispute or disputes
raised by the Contractor(s) in any suit or proceedings before any Court of Tribunal relating thereto our
liability under this present being absolute and unequivocal.
5. The payment so made by us under this bond shall be valid discharge of our liability for paymentthereunder and the Contractor(s) shall have no claim against us for making such payment.
6.We*_________________________________________ further agree that the Guarantee herein
contained shall remain in full force and effect during the period that would be taken for theperformance of the said Agreement and that it shall continue to be enforceable till all the dues of the
Port under or by vitue of the said agreement have been fully paid and its claims satisfied or discharged
or till the Engineering Department, V.O.Chidambaranar Port Trust certified that the terms and conditionof the said Agreement have been fully and properly carried out by the said contractor's
and accordingly discharges this Guarantee. Unless a demand or claim under this Guarantee is
made on us in writing within three months from the date of expiry of the validity of the Guarantee
period we shall be discharged from all liability under this Guarantee thereafter provided further that
the Bank shall at the request of the Port but at the cost of Contractor(s) renew or extend this Guaranteefor such further period or periods as the Port may require.
7.We *________________________________________ further agree the Port, that the Port shall havethe fullest liberty without consent and without affecting in any manner our obligations hereunder to
vary any of the terms and conditions of the said Agreement or to extend time of performance by the
id C ( ) f i i f i f i i f h
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
41/48
8.This Guarantee will not be discharged due to the charge in the constitution of the Bank or the
Contractor(s)
We * _______________________________________ lastly undertake not to revoke this Guarantee
during its currency except with the previous consent of the Port in writing.
9.This guarantee is valid upto ________________________ (period)
Dated the ................... day of 200 for ...................**
Indicate here the name of the BankIndicate here the period or date.
Contractor
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
42/48
E- Payment
ToThe Financial Advisor & Chief Accounts Officer,
V.O.Chidambaranar Port Trust,
Tuticorin 628 004.
Sir, We hereby give particulars for payment of the works bill / Advanace etc
Sl
No
Particulars
1 Name of the contractor /Supplier
2 Address of the Contractor / Supplier
3 Name of the work for which payment is made
4 Estimate No , Agreement NoWork order no,
5 Name of the Bank in which Contractor / Supplier operating account
Either with IOB or SBI or Any other Bank(If it is other than IOB or
SBI, bank commission plus postage will be deducted)
6 Address of the Bank
7 Branch Code No
8 Type of Account (Whether SB A/c or current A/c)
9 Account No
10 PAN No
11 Service Tax Registration No
12 IFSC Code No (Bank)
13 TIN NO
Yours sincerely
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
43/48
E-PAYMENT- Payment of contractor bills through Bank:-
Payment due to the contractor may , if so desired by him by made to the Bank instead of direct to him
provided that the contractor furnishes to the Engineer in- charge (1) an authorization in the form of alegally valid account such as power of attorney conforming authority on the Bank to receive paymentsand (2) his own acceptance of the correctness of the account made out as being due to him by employer
or his signature on the bill or other claim preferred against employer before settlement by the Engineer
in charge of the account or claim by payment to the Bank. While the receipt given by such banksshall constitute a full and sufficient discharge for the payment the contractor should wherever present
his bills duly receipted and discharged through his bankers. Nothing here in contained shall operate to
create in favour of the Bank any rights or equities vis a vis the Board.
The date on which e payment to the contractor by the employer will be considered as
the date of payment for all purposes. Delay in making such payments by the employer due to toexceptional circumstances shall not nullify or vitiate in any way or other the conditions of the contract
and the contractor shall have no claim on this account.
The Engineers may by any certificate make any correction or modification in any
previous certificate which shall be issued by him and shall have power to with hold any certificate ifthe work or any part thereof is not being carried out to his satisfaction Balance payment will be
released on completion of work to the satisfaction of Engineer's Representative. No claim will beentertained by the Port in this account.
For the e- payment Port has made working arrangements with the following Bankers
a)State Bank of India, Main Office, Tuticorin
b)Indian Overseas Bank, harbour Branch
The arrangements designed to work are as follows The amount due to the payee will beintimated to the Port Bankers in the form of Electronic messages.
The Bank will arrange to credit the amount to the parties account through electronic transferfailing which by other modes as detailed further.
If the payees account is with any of the computerised & net worked branches of the abovenamed Banks the amount due to the payee will be credited to the payee instantly with payment of
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
44/48
V.O.CHIDAMBARANAR PORT TRUST
MECHANICAL AND ELECTRICAL ENGINEERING DEPARTMENT
ELECTRICAL DIVISION - I
Tender Document
Price Bid - Cover No.II
Name of the Work:Comprehensive Annual Maintenance contractfor cooling equipments at VOC Port Trust for aperiod of two years
V O CHIDAMBARANAR PORT TRUST
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
45/48
V.O.CHIDAMBARANAR PORT TRUST
MECHANICAL & ELECTRICAL ENGINEERING DEPARTMENT
ELECTRICAL DIVISION I
Tender Number : MEE/SE2E1/ELE/F.18(8)/V1/2014
Name of Work : Comprehensive Annual Maintenance contractfor cooling equipments at VOC Port Trust for aperiod of two years
Place of work : Electrical subdivision I to IV
PRICE SCHEDULE
Sl.
No
Sche
duleDescription Unit Quantity Unit
Rate/unit/
Quarter OR
Month ORMonthly twice
Two
years
Total amountfor two years
period
(A) (B) (C) (D) (E) (F) (G) (H) (I = E X G X H)1
A1 Ton Window AC unit Quarterly
2 Nos
X 8(8 Quarters)
2A
1 Ton split AC unit Quarterly
4 Nos
X 8(8 Quarters)
3A
1.5 Ton window AC unit Quarterly
36 Nos
X 8(8 Quarters)
4 A 1.5 Ton split AC unit Quarterly39 Nos
X 8(8 Quarters)
5A
1.5 Ton split AC unit Quarterly
37 Nos
X 6(6 Quarters)
6A
2 Ton Window AC unit Quarterly
3 Nos
X 8(8 Quarters)
Rate/unit/ Total amount
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
46/48
Sl.
No
Sche
duleDescription Unit Quantity Unit
Rate/unit/
Quarter ORMonth OR
Monthly twice
Two
years
Total amount
for two years
period
(A) (B) (C) (D) (E) (F) (G) (H) (I = E X G X H)7 A 2 Ton split AC unit Quarterly
35 Nos
X 8(8 Quarters)
8 A 2 Ton split AC unit Quarterly
7 Nos
X 6(6 Quarters)
9 A Water cooler Quarterly
28 Nos
X 8(8 Quarters)
10 A Refrigerator165/185/195 LtrQuarterly 5 Nos
X 8(8 Quarters)
11 A Refrigerator
165/185/195 Ltr
Quarterly
5 Nos
X 6(6 Quarters)
12 A Refrigerator260/285/300/340 Ltr
Quarterly
6 Nos
X 8(8 Quarters)
13 A Refrigerator260/285/300/340 Ltr
Quarterly
3 Nos
X 6(6 Quarters)
14B
1.5 Ton window AC unit Monthly
9 Nos
X 24(24 Months)
15B
1.5 Ton split AC unit Monthly
4 Nos
X 24(24 Months)
16B
1.5 Ton split AC unit Monthly
12 Nos
X 18(18 Months)
17
B
2 Ton split AC unit Monthly
3 Nos
X 24
(24 Months)
18C
1 Ton Window AC unit MonthlyTwice
1 Nos
X 48(48 Monthly
twice service)
19 C 1.5 Ton window AC unit MonthlyTwice
1 Nos
X 48(48 Monthly
twice service)
Rate/unit/ Total amount
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
47/48
Sl.
No
Sche
duleDescription Unit Quantity Unit
Rate/unit/
Quarter ORMonth OR
Monthly twice
Two
years
Total amount
for two years
period
(A) (B) (C) (D) (E) (F) (G) (H) (I = E X G X H)20 C 1.5 Ton split AC unit Monthly
Twice8 Nos
X 48(48 Monthly
twice service)
21 C 2 Ton split AC unit MonthlyTwice
6 Nos
X 48(48 Monthly
twice service)
TOTAL AMOUNT 254 Nos
(Items thirteen only) The details of service tax shall be enclosed in separate sheet enclosed below.
(Rupees in words )
-
8/10/2019 Comprehensive Annual Maintenance Contract21303
48/48
EWC service Tax:(I) The tenderer shall quote service tax if applicable on either of the following two options:-
Options Present Rate of Service
Tax and Edu.Cess thereon
Amount on which service
tax is to be calculated
Amount of service Tax
1 2 3 4
1.Service tax on Grossamount charged as per
tender less VAT paid on
transfer of property ingoods involved
4.944%
OR
2.Service tax on Gross
amount charged as pertender less Value of
transfer of property ingoods involved
12.36%
ii)The service tax shall be paid on submission of bills/ invoices as prescribed under service tax rulesmentioning the full details regarding Name, Address, Service Tax Registration Number of the tenderer
along with the description, classification and value of taxable services and service tax payable thereon.The service Tax payment will be made against documentary evidence.
(Rupees _______________________________________________________________________ only)
-sd-
CONTRACTOR CHIEF MECHANICAL ENGINEER