Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 1 of 125 Signature of Contractor with seal
TIDEL PARK COIMBATORE LTD. (A JV of TIDCO, ELCOT, TIDEL & STPI)
INFORMATION TECHNOLOGY PARK BUILDING COMPLEX AT
ELCOSEZ, COIMBATORE – 641 014
VOLUME – I Technical Bid
(Technical Bid - Conditions of Contract, Special Conditions, Scope of Work & Pre-Qualification)
TENDER FOR INTEGRATED OPERATIONS & NON-COMPREHENSIVE
MAINTENANCE OF AIR CONDITIONING & MECHANICAL VENTILATION SYSTEM (ACMV), BUILDING AUTOMATION SYSTEM (BAS), DIESEL
GENSET (DG) & CONNECTED WORKS
Tender No: A-17012/003/2020-CR
Date of Issue: 14-12-2020
Date for Online Submission through
website https://tntenders.gov.in/)
On or before 12-01-2021 before
3.00 p.m.
DECEMBER 2020
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 2 of 125 Signature of Contractor with seal
Volume – I
(CONDITIONS OF CONTRACT, SPECIAL CONDITIONS, SCOPE OF WORK AND PRE-
QUALIFICATION CRITERIA)
INDEX
Sl.No. Particulars Page
Nos.
1. Tender Notice 3
2. Contract Data 4
3. About TIDEL Park Coimbatore 5
4. General Instructions 6
5. Conditions of Contract 17
6. Pre-Qualification Criteria 34
7. Scope of Work 36
8. Quarterly Performance Evaluation 71
9. Tender Acceptance Letter 72
10. Article of Agreement 74
11. Form of Performance Guarantee 78
12. Special Conditions 80
13. Formats 87
14. Hand Book on Health & Safety at work 112
15. Conditions of BOQ 121
16. Insurance 122
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 3 of 125 Signature of Contractor with seal
1.TENDER NOTICE
Tender Notice has been released in dailies in on 14.12.2020
and copy of the same is reproduced below:
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 4 of 125 Signature of Contractor with seal
2. Contract Data
Tender Document Begins on 14-12-2020 & will close on 12-01-2020
1. Method of Tender Open Tender System (e-tender process) (Online submission of Vol-I (Technical Bid) and Vol-II (Financial Bid-BOQ) through Website https://tntenders.gov.in/
2. Document Cost Nil
3. Earnest Money Deposit Rs. Two Lakhs only
4. URL for online bid submission for e-tender
https://tntenders.gov.in
5. Date, Time & Venue of Pre-bid Meeting
21-12-2020 at 3.00 PM at TIDEL Park Coimbatore Ltd., I Floor, ELCOSEZ, Aerodrome Post, Coimbatore – 641 014. Clarifications can also be sought through e-mail before 3.00 PM on 21.12.2020. email id: [email protected] / [email protected].
6. Date of closing of online e-tender for submission of Technical and Financial Bids-BOQ
12-01-2021 upto 3.00 P.M
7. Date & time of opening of
technical tender electronically
13-01-2021 / 4.00 P.M
8. Documents to be uploaded Technical Bid with necessary annexures and other documents
(Vol-I)
Price Bid should be quoted in BOQ (Vol.II).
9. Tender Validity 90 days from the date of opening of price bid
10. Date of commencement of
work
Ten days from issue of LoA
11. Period of Contract One year, renewable every year for upto 3 years with
escalation of 5% on the total contract value, subject to
satisfactory performance of the contractor as decided by TPCL.
12. Performance Bond
An amount equivalent to 10% of annual contract value in the
form of Bank guarantee from any nationalized/ scheduled bank
valid for the contract period. The Bank Guarantee shall be valid
upto One year with additional irrevocable period of six months
from the date of completion of the job and due fulfillment of
the contract. If the contract is renewed, the contractor should
renew the Bank Guarantee for every renewed contract period
with additional irrevocable period of six months.
13. Solvency Certificate Rs.80 Lakhs issued by any scheduled commercial bank
and should not have been obtained earlier than 3
months from the date of issue of tender.
14. Signing of Agreement The Contract is concluded by issuing LoA and the Contractor
has to comply the requirements as per the Tender including
signing of agreement within 15 days from the date of LoA.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 5 of 125 Signature of Contractor with seal
3. ABOUT TIDEL PARK COIMBATORE
IT – PARK (SEZ)
TIDEL Park Coimbatore Ltd., a Joint Venture of Tamil Nadu Industrial Development
Corporation (TIDCO) and Electronics Corporation of Tamil Nadu (ELCOT), TIDEL Park
Ltd. and Software Technology Parks of India (STPI) has constructed a State-of-the-Art
Multistoried Intelligent Building, with built up area of 1.7 million Sq.ft., located at
ELCOSEZ, Aerodrome Post, Coimbatore and provides quality business space for 12,000
IT Professionals.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 6 of 125 Signature of Contractor with seal
4. GENERAL INSTRUCTIONS
1. Preamble:
The bidding under this contract is electronic bid submission through website
https://tntenders.gov.in/ only. Detailed guidelines for viewing bids, enrollment and
submission of online bids are given on the website. The tender notice and documents
are also available in https://tidelcbe.com. Prospective bidders can logon to this website
and can find TPCL tender by searching the menu “Tender by Organisation”. The website
https://tntenders.gov.in also has “bidder manual kit” with detailed guidelines on
enrollment and participation in the online bidding process. The user manuals can be
downloaded for ready reference. Queries pertaining to the e-tendering system may be
addressed to the E-Tender Cell by sending an E-Mail to [email protected].
2. Registration:
i) The bidders can enroll themselves on the website https://tntenders.gov.in using
the “Online Bidder Enrollment”. This enrollment is free at this point of time.
ii) The bidders are required to have enrollment/registration in the website by clicking
on the link “Online bidder enrollment” which is free of charge.
iii) As part of the enrollment process, the bidders are required to choose a unique
username and assign a password for their accounts.
iv) Bidders are advised to register their valid email address and mobile numbers as
part of the registration process. These details would be used for any
communication from the e-Portal.
v) Possession of valid Digital Signature Certificate (DSC) (Class III Certificates
as per NIC guidelines with signing key usage) in the Company’s name issued by
any Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra
etc.), is a prerequisite for registration and participation in the bid submission
activities.
vi) Only one valid DSC should be registered by a bidder. Please note that the bidders
are responsible to ensure that they do not lend their DSC to others which may
lead to misuse.
vii) Bidder can login to the site through the secured login by entering their user ID /
password and the password of the DSC / e-Token.
viii) The website also has user manuals with detailed guidelines on enrollment and
participation in the online bidding process which can be downloaded for ready
reference.
ix) Correspondence details:
For queries related to registration and online bidding (NIC): e-mail : [email protected] Contact No.: 044 – 24466495 24902580
Extn : 332 24917850
For queries related to tender enquiry / specification: 1) 0422-2513605 2) Email: [email protected]
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 7 of 125 Signature of Contractor with seal
3. Searching for Tender Documents
i) After successfully logging in, bidder will be able to view the Dashboard of their
profile. Click Search Active Tenders on the left side of the page to search the
tenders.
ii) Once the bidder has selected and preferred the tender they are interested in, they
can select “My Tenders‟ menu, wherein the bidders can view and download the
Technical Bid (Vol.I) and BOQ (Vol.II). This would enable the Tamil Nadu Govt. e-
Procurement Portal, to intimate the bidders through SMS / e-mail in case there is
any corrigendum issued to the tender document.
iii) The bidder should make a note of the unique Tender ID assigned to each tender,
in case they want to obtain any clarification / help from the Helpdesk (NIC).
4. Preparation of Bids
i) Bidder should take into account any corrigendum published on the tender
document before submitting their bids.
ii) Bidders are requested to go through the NIT and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note
the number of covers in which the bid documents have to be submitted, the
number of documents including the names and content of each of the document
that need to be submitted. Any deviations from these may lead to rejection of the
bid.
iii) Bidder, in advance, should keep ready the bid documents to be submitted as
indicated in the tender document and generally, they can be in PDF / XLS formats.
Bid documents may be scanned with 100 dpi with black and white option
which helps in reducing size of the scanned document.
iv) To avoid the time and effort required in uploading the same set of standard
documents which are required to be submitted as a part of every bid, a provision
of uploading such standard documents (e.g. PAN card copy, annual reports,
auditor certificates etc.) has been provided to the bidders. Bidders can use “My
space or “Other Important Documents” area available to them to upload such
documents. These documents may be directly submitted from the “My Space” area
while submitting a bid, and need not be uploaded again and again. This will lead
to a reduction in the time required for bid submission process. Anyhow, over and
above the documents available in “my space” option, it is the sole responsibility
of the bidder to ensure uploading/submitting the required documents as called for
in the tender.
v) The completed bid comprising scanned copy of necessary technical and
commercial documents should be uploaded on the website along with signed and
scanned copies of requisite certificates, mentioned in the different sections in the
tender document, with necessary attestation wherever called for, in the tender.
vi) The bidder should submit the bid in two volumes:
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 8 of 125 Signature of Contractor with seal
The first volume relates to Technical Bid submitting all the required details and
documents complying with all the eligibility conditions and the other tender
conditions/instructions in PDF Format.
The second volume relates to Financial Bid (BOQ) furnishing the rate for each
item in XLS Format.
5. Electronic submission of Bids:
The bidder shall submit online the requirements under qualification criteria, the
Technical Documents required and Price Schedule/BOQ. All the documents are
required to be signed digitally by the bidder. After electronic online bid submission,
the system generates a unique bid reference number which is time stamped. This shall
be treated as acknowledgement of bid submission.
6. Procedure for submission of bids:
i) Bidder should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Bidder will be
responsible for any delay due to other issues.
ii) After successfully logging in, bidder will be able to view the Dashboard of their
profile. Click Search Active Tenders on the left side of the page to search the
tenders.
iii) A tender searched using "Organization" search criteria can be made as “Favorite”.
Check the field under favorite and click Save. The tender is made as your favorite.
The tenders gets moved to “My Tenders”. Click My Tenders from the menu in the
left side of the page. The tenders made as favorite gets displayed. Click View to
view the details of a particular tender
iv) The bidder has to digitally sign and upload the required bid documents one by one
as indicated in the tender document.
v) Bidder has to select the payment option as “pay online” to pay the EMD amount.
Only after payment of EMD, bidder will be able to encrypt/upload their bids. In
order to avoid last minute lapses, it is recommended to make payment and submit
the bid as early as possible. The contracting authority is not responsible for any
sort of difficulty faced/failure in submission of bids online by the bidder.
vi) A BOQ format for the price bid has been provided with the tender document to be
filled by all the bidders. Bidders are requested to note that they should necessarily
submit their financial bids in the BOQ format provided and no other format is
acceptable. Bidders are required to download the BOQ file, open it and complete
the coloured (Unprotected) cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the
details have been completed, the bidder should save it and submit it online,
without changing the file name. If the BOQ file is found to be modified by the
bidder, the bid will be rejected.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 9 of 125 Signature of Contractor with seal
vii) The server time (which is displayed on the bidders‟ dashboard) will be
considered as the standard time for referencing the deadlines for
submission of the bids by the bidders, opening of bids etc. The bidders
should follow this time during bid submission.
viii) All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of data. The data entered cannot be
viewed by unauthorized persons until the time of bid opening. Any bid document
that is uploaded to the server is subjected to symmetric encryption using a system
generated symmetric key. Further this key is subjected to asymmetric encryption
using buyers/bid openers‟ public keys.
ix) The uploaded tender documents become readable only after the tender opening
by the authorized bid openers.
x) Upon the successful and timely submission of bids, (i.e. after clicking “Freeze Bid
submission” in the portal) the portal will give a successful bid submission message
& a bid summary will be displayed with the bid no. and the date & time of
submission of the bid with all other relevant details.
xi) The bidder is responsible to ensure they have sufficient time to submit an
electronic bid prior to closing date and time including the payment of any fees
including the Bid security and getting e-receipt. Contracting authority is not
responsible for any failure, outside their control.
xii) TIDEL Park Coimbatore may, at its discretion, extend the deadline for the
submission of bids by amending the bidding document, in which case all rights
and obligations of TIDEL Park Coimbatore and bidders subject to the previous
deadline shall thereafter be subject to the extended deadline.
7. Late Bids
The Electronic bidding system would not allow any late submission of bids after
due date and time as per server time.
8. Modification and withdrawal of bids:
i) Bidders may modify their bids online before the deadline for submission of bids.
ii) In case a bidder intends to modify his bid online before the deadline, the bidder
need not make any additional payment towards the cost of bid processing. For bid
modification and consequential re-submission, the bidder is not required to
withdraw his bid submitted earlier. Modification and consequential re-submission
of bids is allowed any number of times. The last modified bid submitted by the
bidder within the bid submission time shall be considered as the bid. For this
purpose, modification/withdrawal by other means will not be accepted. The bidder
may withdraw his bid by uploading his request before the deadline for submission
of bids, however, if the bid is withdrawn, the re-submission of the bid is not
allowed.
iii) No bid may be modified after the deadline for submission of Bids.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 10 of 125 Signature of Contractor with seal
9. Assistance to Bidders:
Any queries relating to the tender document and the terms and conditions
contained therein should be addressed to the Tender Inviting Authority for a tender
or the relevant contact person indicated in the tender.
Any queries relating to the process of online bid submission or queries in general
may be directed to the 24x7 Central Public Procurement Portal Helpdesk.
10. TPCL does not bind itself to accept the lowest or any tender and reserve to itself
the right to accept or reject any or all the tenders, either in whole or in part, without
assigning any reasons for doing so.
Offers of Bidders who are under suspension / termination / banned / blacklisted by
any PSU / Govt. Dept. or otherwise shall not be considered / accepted.
11. a) The tender form must be filled in English. If any of the documents is missing, or
unsigned, TPCL, in its discretion may accept / reject the tender. All the pages of
tender including prebid clarification are to be signed and uploaded. Missing of any
pages will lead to rejection of tender at initial stage itself.
b) Any items left unpriced shall be deemed to be included for elsewhere in the BOQ
or the schedule and hence the rate for that item will be taken as Nil. No unsolicited
advice of any change in rate or conditions after the opening of the tender will be
entertained.
c) The rate quoted includes all expenses, cost of Manpower, tools & equipment
etc., including overheads and profits for the lumpsum prices quoted in the Bill of
Quantities. The rates quoted should be exclusive of All Duties & Taxes since the
facility is in Special Economic Zone (SEZ). TPCL will provide necessary document
to avail Tax exemption. However, statutory payment for taxes and levies such as
Income Tax (TDS), surcharges, other taxes, if any, etc., will be deducted from bills
at applicable rates prevailing from time to time. Taxes and Duties if any, introduced
by the Govt. during the course of the contract will become payable.
d) Each page of the tender documents should be signed by the person or persons
with seal of authority submitting the tender in token of his/their having acquainted
himself/themselves with the General Conditions of Contract, Specifications, Special
Conditions, etc., as laid down. Tender documents not so signed will be rejected.
Any additions/ deletions/corrections/ omissions/modifications/clarifications in the
tender document will be intimated to the tenderer at the time of pre-bid meeting
and the same will also form part of the tender document.
12. Earnest Money Deposit
i) Intending Tenderer should pay an EMD amount as specified in the Tender
Contract Data.
ii) Online payment gateway has been enabled for TIDEL Park Coimbatore Ltd. in
TN Tenders Portal. All the payments for the tenders will be carried out by
bidders only through online payment mode. Bidders shall select the option for
payment of EMD as Online [download the PDF document SI.10: Online
payment Procedure-Online_Payment_Procedure_TN.pdf available from the
website https://tntenders.gov.in/ under Bidders Manual Kit. The Bidders
Manual Kit is available in Right Side Bottom of the Home Page. The bidders
should follow the Instructions step by step for online payment submission].
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 11 of 125 Signature of Contractor with seal
iii) The EMD amount should be the exact amount and no excess or less amount
should be transferred through online payment gateway. If excess or short, the
tender status will be shown as invalid.
iv) The EMD will not carry any interest.
v) In order to avoid any issues and last minute delay in processing of payment
online, bidders should ensure payment of EMD, 72 hours in advance. TPCL will
not be responsible for any sort of difficulties or delay faced by the bidder during
submission of bids online, due to local issues.
vi) In respect of the successful tenderer, the EMD shall be returned (without any
interest) by TIDEL Park Coimbatore Ltd. on submission of Performance
Guarantee.
vii) Any other mode of payment of EMD shall not be accepted.
13. Online payment mode
i) During online bid submission process, bidder shall select SBI MOPS option and
submit the page, to view the terms and conditions page. On further submission,
bidder will be re-directed to MOPS gateway, where two options namely SBI
and Other Banks will be shown, Here, bidder may proceed as follows:
a) SBI Account Holder: Shall click ‘SBI’ option to view the Net Banking
Facility, where they can enter their internet banking credentials and transfer
the EMD amount.
b) Other Bank Account Holders: Shall click ‘Other Bank’ option to view the
bank selection page and select their respective bank to proceed with Net
Banking Facility for payment of EMD.
Note - Bidders using “Other Bank” option under SBI MOPS payment
Gateway are advised by SBI to make online payment 72 hours in advance
before tender closing time.
ii) Any transaction charges levied while using any of the above modes of online
payment has to be borne by the bidder.
iii) The bidders will be evaluated only if payment status shows “Success” during
bid opening. It is necessary to click on “Freeze bid” link/icon to complete the
process of bid submission, otherwise the bid will not get submitted online and
same shall not be available for viewing/opening during technical bid opening.
14. Refund of EMD of unsuccessful bidders
The EMD paid by the bidder will automatically be deposited in the “Pooling
Account” of the State Govt. only and not in TPCL’s account. Hence refund process
will be initiated automatically, once the bid is rejected by TPCL during technical /
financial evaluation and TPCL is no way responsible for refund of EMD of the
unsuccessful bidders.
15. The Earnest Money Deposit made by Tenderer will be forfeited after e-tender
opening:
i) If he withdraws his tender or backs out after acceptance of the tender or fails
to remit the Security deposit.
ii) If he revises any of the terms quoted during the validity period.
iii) If he violates any of the conditions of the Tender specification.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 12 of 125 Signature of Contractor with seal
iv) If, the documents furnished with the offer are found to be bogus or the
documents contain false particulars.
v) If, the successful tenderer fails to execute the agreed contract / agreement.
vi) If the Bid Qualification Requirements are found to be fraudulent/ non-genuine,
the EMD paid will be forfeited in addition to black listing in future contracts with
TIDEL Park Coimbatore Ltd.
vii) Undue delay in submission of performance guarantee
Under no circumstances, earnest money deposit shall be accepted in the form of
fixed deposit receipts of Bank or Insurance guarantee or cheque.
16. Rejection of Tender
A) Tender will be summarily rejected if,
i) Received by Post / Courier / telex / telegram / Fax / E-mail/ any other mode
other than e-submission.
ii) Received with EMD in any other mode of payment other than online
iii) Not accompanied with attested copies of evidences for meeting the bid
qualification requirement
iv) Does not meet Bid Qualification Requirement.
v) Received from a tenderer whose past performance is not satisfactory.
vi) The documents furnished with the offer being found to be bogus or the
documents contain false particulars.
vii) Price is indicated in Technical bid
viii) Incomplete and evasive offer.
ix) Not in the prescribed Form & Procedure.
x) At any time before the acceptance of tender, it comes to the notice of TPCL
that the Bidder has been blacklisted or left any contract work incomplete in
PSUs, institutions of Government of Tamil Nadu or Government of India or
joint ventures and associates of TPCL and its promoters.
B) Tender is LIABLE for rejection if,
i) Received without GSTIN NUMBER
ii) Not in conformity with TIDEL Park Coimbatore commercial terms
iii) With validity period less than that specified in the specification.
iv) Not containing all required particulars
17. Performance Guarantee
Successful Tenderer on receipt of LOA should pay to TPCL 10% of the annual contract
value as performance security in the form of Bank Guarantee issued by a Nationalized
Bank/Scheduled Bank within 15 days from the receipt of LOA in approved format. The
Bank Guarantee shall be valid upto the full contract period with additional
irrevocable period of six months from the date of completion of the job and due
fulfillment of the contract, i.e for a total period of One and Half years. EMD of the
successful bidder will be refunded only after submission of the performance guarantee.
On renewal of contract, the contractor should renew the Bank Guarantee for every
renewed contract period with additional irrevocable period of six months.
The said Performance Bond in the form of Bank Guarantee shall indemnify TPCL against
loss from defects arising from any cause under this Contract or due to the failure of the
Contractor to promptly carry out any matters arising under this Contract.In the event
of refusal to carry out work by the successful Contractor on any grounds, security
deposit/the bank guarantee shall be invoked without any information.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 13 of 125 Signature of Contractor with seal
18. Modifications/Clarifications to Tender Documents:
a) At any time after the commencement of e-Tender and before the closing of the
event, TIDEL Park Coimbatore may make any changes, modifications or
amendments to the tender documents and same will be intimated to the concerned
through corrigendum which can be downloaded from the login.
b) In case any tenderer asks for a clarification on the tender documents before the
date specified, TIDEL Park Coimbatore will clarify the same.
c) If any tenderer raises clarifications after the opening of the tender, the clarification
issued by TIDEL Park Coimbatore will be final and binding on the Tender.
d) All information in the tender offer shall be in ENGLISH only. It shall not contain
interlineations, erasures or overwriting except as necessary to correct errors made
by the tenderer. Such erasures or other changes in the tender documents shall be
attested by the persons signing the tender offer.
19. Quotation of Rates
a) Rates should be quoted in figures i.e., integers only.
b) Lump sum price quoted without giving breakup as per details indicated in the BOQ,
shall be liable for rejection.
20. Incomplete Tenders
Tender, which is incomplete, obscure or irregular will be rejected.
The tender offer shall contain full information asked for, in the accompanying
schedules and elsewhere in the specification.
Tenderers shall bear all costs associated with the participation in the e-Tender and
TIDEL Park Coimbatore will in no case be responsible or liable for these costs.
No offer shall be withdrawn by the Tenderer in the interval between the deadline for
submission and the expiry of the period of validity specified / extended validity of the
tender.
21. Tender Opening
Opening of Technical Bids (Vol-I):
The Tender offer except price Bid will be opened electronically at 16.00 Hrs. on the
date notified by TIDEL Park Coimbatore through https://tntenders.gov.in/.
Tenderers need not visit this office during tender opening, whereas tenderers can
witness the tender opening event through their login.
Opening of Price Bids (Vol- II):
The date and time of opening of Price Bids shall be later notified through registered e-
mail to the Bidders who fulfill the pre-qualification criteria and whose bids are found
to be technically acceptable.
In the event of the opening day of the tender being declared as a holiday / closed day
/ or if tenders could not be opened due to unforeseen circumstances on that day, such
as force majeure, the tenders will be opened on the next appointed time and date to
be notified later.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 14 of 125 Signature of Contractor with seal
22. Information required and clarifications
In the process of examination, evaluation and comparison of tender offers, TIDEL Park
Coimbatore may at its discretion, ask the Tenderer for a clarification of the offers. All
responses to requests for clarifications shall be in writing to the point only. No change
in the price or substance of the offer shall be permitted.
TIDEL Park Coimbatore will examine the tender offers to determine whether they
are complete, whether any computational errors have been made, whether
required documents have been furnished, whether the documents have been
properly signed and whether the offers are generally in order.
The Tender offers shall be deemed to be under consideration immediately after
they are opened and until such time official intimation of award / rejection is made
by the Tender Accepting Authority to the tenderers.
The Tenderers shall not make attempts to establish unsolicited and unauthorized
contact with the Tender Inviting Authority, Tender Accepting Authority or Tender
Scrutiny Committee after the opening of the tender and prior to the notification of
the award and any attempt by any tenderers to bring to bear extraneous pressures
on the Tender Accepting Authority shall be sufficient reason to disqualify the
tenderer.
Mere submission of any Tender offer connected with these documents and
Specification shall not constitute any agreement. The tenderer shall have no cause
of action or claim, against TIDEL Park Coimbatore for rejection of their offer. TIDEL
Park Coimbatore shall always be at liberty to reject or accept any offer or offers at
its sole discretion and any such action will not be called into question and the
Tenderer shall have no claim in that regard against TIDEL Park Coimbatore.
23. Negotiation
Negotiation will be carried out with the L1 tenderer after opening of tenders.
TIDEL Park Coimbatore reserves the right to carry out negotiation with the L1
tenderer after opening of price bid.
24. General
a) On receipt of Letter of Award (LOA) from TIDEL Park Coimbatore Ltd., within
15 days, the successful tenderer shall be bound to implement the contract
with TPCL and sign an agreement in accordance with the draft agreement and
the Schedule of Conditions but the written acceptance in the form of Letter of
Award (LoA) by TIDEL Park Coimbatore Ltd. will constitute a binding contract
between TIDEL Park Coimbatore Ltd., and the person/contractor submitting
the tender, whether such formal agreement is or not subsequently executed.
b) All compensation or other sums of money payable by the Contractor to TPCL
under the terms of this Contract may be adjusted/deducted either from
payment of amount due or by call of performance guarantee if the amount
due is not sufficient or such adjustment and the contractor fails to make good
in cash, the amount within 10 days of intimation to do so by TPCL.
c) The Contractor shall not assign the Contract to any Sub-Contractor. No portion
of the Contract shall be given on subcontract except with the written consent
of TPCL. In case of breach of these conditions, TPCL may serve a Notice in
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 15 of 125 Signature of Contractor with seal
writing to the Contractor / rescinding the Contract whereupon the
Performance Bond shall stand forfeited to TPCL, without prejudice to its other
remedies/rights against the Contractor.
d) The Contractor shall carry out all the work strictly in accordance with
Documents, details and instructions of TPCL’s Representative. If any changes
are desired by TPCL, the Contractor shall carry out the same without any extra
charge. TPCL’s decision in such cases shall be final and binding on the
Contractor. The Contractor shall report to TPCL or its representative regarding
day-to-day Operation, reporting, preventive and regular maintenance.
e) The Schedule of Quantities is liable to alterations, omissions, deductions or
additions in the scope of work and items of work at the discretion of TPCL.
Each tender should contain not only the rates but also the value of each item
of work entered in the amount column and all the items should be totaled in
order to show the aggregate value of the entire tender. Value of each item
worked out shall be rounded off to nearest rupee ignoring paise below fifty.
f) The tenderer must obtain for himself on his own responsibility and at his own
expense all the information which may be necessary for the purpose of making
a tender and for entering into a contract and must examine the Documents
and must inspect the site of the work and acquaint himself with all local and
site conditions, means of access to the job, nature of the job and the
availability of any infrastructure and all matters appertaining thereto.
Ignorance of the site conditions or the nature and details of existing contract
or the specifications of any work falling within the ambit of the Contractor
shall not be accepted by TPCL as a basis for any claim for compensation.
g) While making the tender, the tenderer should keep his rates firm till the
completion of the job/end of the contract period and no price variation shall
be considered for any reason whatsoever, except variation caused due to
statutory changes such as minimum wages act etc. and dearness allowance,
resulting in more than 15% variation on minimum wages against proof of such
payment, provided the quoted price is specifically provided with the details of
amounts considered at the prevailing rates and conditions, while tendering
the quote.
h) The successful tenderer is bound to carry out any related and connected work
necessary for proper performance of the job even though such work(s) is or
are not specifically mentioned or included in the item of work. No claim in this
respect shall be entertained unless considered beyond the scope of the
agreement by TPCL whose decision is binding on the Contractor.
i) The successful tenderer must note that all performance of the job shall be
strictly in accordance with the requirements and fulfillments of the local/public
authorities, statutory approvals and to the requirements of TPCL and no
deviation on any account will be permitted.
j) The total rate quoted will be considered for the purpose of deciding the
competitive tender.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 16 of 125 Signature of Contractor with seal
k) Supply of water and electricity required for performance of Operation and
Maintenance services shall be made available free of charge by TPCL. However
the successful tenderer shall bear all costs of extending supplies from the
source of maintenance purposes to place of work, maintaining the supplies,
etc. as required within the quoted rates.
l) The Contractor shall strictly comply with the provision of safety code and
safety manual annexed hereto. The Contractor shall keep TPCL fully
indemnified against any claims or liabilities arising out of Contractor’s lapse in
safety practices.
m) The successful tenderer/Contractor shall mobilize all men required for timely
performance of the Integrated Operation & Non Comprehensive Maintenance
of ACMV, BAS, DG Sets & Connected Works involving various activities within
15 days from the date of LOA and also sign the agreement in the prescribed
format after producing performance bank guarantee.
25. Annual Renewal
The contractor should submit renewable request letter by end of 10th month. Based
on evaluation of TPCL, if renewable order has not been issued on or before
completion of 11th month of contract, it is construed that there will be no renewal
of contract and contract will come to an end in that year without any further notice.
26. Final Decision Making Authority
TIDEL PARK COIMBATORE LTD. reserves the right to accept or reject any of the
applications/tender(s) without assigning any reasons thereof. TPCL reserves the
right to increase or decrease the scope of work and may split the scope of work
(including Manpower, Materials, equipment etc.,) and award the works to one or
more agencies and as deemed necessary by TPCL, decision of TPCL is final and
binding.
All tenders, documents and other information submitted by the bidders to TPCL
shall become the property of TPCL. Bidders shall treat all information furnished as
strictly confidential. TPCL will not return any submission.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 17 of 125 Signature of Contractor with seal
5. CONDITIONS OF CONTRACT
(DEFINITIONS AND INTERPRETATION)
1. Interpretation clause:
In construing these Conditions, the Technical Specifications, Skilled manpower to be
deployed and Contract Agreement, the following words shall have the meanings herein
assigned to them except where the subject or context otherwise requires.
a) "TPCL"/"Employer": shall mean TIDEL Park Coimbatore Ltd., Coimbatore and
shall include its assigns and successors.
b) “TENDERER”/ “CONTRACTOR”, in case of a Company, shall mean
…………………………….………………………………….. a company incorporated under
……………………… act dated …………….…... with CIN
…………………………………………………………………………. and having its registered office at
……………………………………………………………………………………………………………………………………
…………………………………………. and shall include its successors and permitted assigns.
c) “TENDERER”/ “CONTRACTOR”, in case of a partnership firm, shall mean a firm
trading as partners in the name and style of
…………………………………………………………………….……………………………… with registration
number ……………………………………………………… and having business at
……………………………………………………………………………………………………………………………………
………………………………….…………………. and shall include the partners for time being of
the said firm and the legal representatives of a deceased partner.
2. Definitions:
The contract document consists of the Articles of Agreement, General Instructions and
Notice Inviting Tender, Conditions of the Contract, Special Conditions, Scope of work
and Skilled manpower to be deployed, Tender Form & Tender documents including all
modifications thereof incorporated in the document before the execution. These form
the contract.
The TPCL : TIDEL Park Coimbatore Ltd., Coimbatore
The Contractor : ________________________________
All those mentioned as such in the Articles of Agreement shall include their legal
representatives, assigns or successors. They are treated throughout the Contract
Document as if each were of the singular number and masculine gender.
"The Site" shall mean the site of the contract work / job; any other land allotted by
TPCL for the contractor use and any other nearby land that TPCL may include for
beneficial use by Occupants of TPCL.
“Occupant” shall mean authorized persons, agencies, companies who have been
authorized by TPCL to occupy any part of the building either under outright sale or
through a Lease Deed or authorized sub-lease for a specific period.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 18 of 125 Signature of Contractor with seal
Written notice shall be deemed to have been duly served if delivered in person to the
individual or to a member of the firm or to an office of the corporation for whom it is
intended, or if delivered at or sent by registered mail to the last business address
known to him who gives the notice.
The term "Work" of the Contractor includes labour.
All time limits stated in the contract document are the essence of the contract.
The law of the place of work shall govern the job under this contract.
The performance during the Contract period shall be in accordance with the Contract
Documents as modified by any change or variation orders agreed to by the parties and
to the satisfaction of TPCL, so that TPCL can issue completion certificate within 90 days
after the end of the term of Agreement.
The words ‘Bidder’/‘Tenderer’ shall mean the specialized Contractor who tender for the
work.
3. Contract Document:
The following documents shall constitute the contract document.
i. Tender Form
ii. Articles of Agreement.
iii. General Instructions
iv. Conditions of Contract
v. Scope of work
vi. Schedule of Contract Bill.
vii. Special Conditions
viii. Various Annexures as referred under this Contract.
ix. Letters and documents including the covering letter of the tenderer,
minutes of meeting, if any, post tender and the letter of Award by TPCL.
The Contract Document is complementary. What is called for in any one shall be as
binding as if called for by all.
4. Type of Contract:
This Contract is neither a fixed Lump sum Contract nor a Piece Work Contract but is a
Contract to carry out the work in respect of provision of Integrated Operation & Non
Comprehensive Maintenance of ACMV, BAS, DG Sets & Connected Works to TPCL’s IT
Park Building and its services & facilities, to be paid for according to the actual services
performed and works done at the lump sum rates contained in the Skilled manpower
to be deployed or as provided in the said Conditions.
The contract will be for a period of one year renewable every year for upto 3 years
renewable on annual basis, subject to satisfactory performance and assessment of
evaluation parameters. TPCL will alone have absolute discretion in this regard and the
Contractor shall have no vested right to seek extension of the contract. TPCL, however
reserves the right to terminate the said contract at any time on the ground of ineffective
services (shortage of manpower supply, garbage removal, equipment supply, material
supply, scope of work etc.) rendered by the contractor. TPCL will be the sole judge to
determine these facts.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 19 of 125 Signature of Contractor with seal
5. Skilled manpower to be deployed:
Skilled manpower to be deployed are meant to indicate the intent of the work and to
provide a uniform basis for tendering. TPCL reserves the right to add or delete from
the scope of work, manpower as it may deem fit and the Contractor shall not claim
any extras or damages on these grounds.
6. Contract Sum / Contract Price:
The Contract sum or Contract price shall be the total amount quoted by the successful
tenderer and accepted value of the work as mentioned in the letter of acceptance of
TPCL. The Contract sum shall not be adjusted or altered in any way whatsoever
otherwise than in accordance with the express provisions of these conditions.
7. Contract Bills:
Any error in description or in quantity or omission of items from the Contract Bills shall
not vitiate this Contract but shall be corrected and deemed to be a variation required
by TPCL.
8. Scope and intent:
a) Integrated Operation & Non- Comprehensive Maintenance of ACMV, BAS, DG Sets
& Connected Works are to be provided round the clock for the specified period to
a high international standard. The details about the scope of work are more fully
described elsewhere in this document, but, in brief, TPCL expects the Contractor
to take a single point and full responsibility of Integrated Operation & Non-
Comprehensive Maintenance of ACMV, BAS, DG Sets & Connected Works covered
by this contract. TPCL’s objective is that Contractor does not perceive this as a
short term or a one-time contract but as an exercise in Asset value maximization
and Asset Life Prolongation.
b) TPCL requires a single point responsibility for the Contractor in controlling and
managing in respect of the works / system covered by this contract during the
entire contract period.
c) The bidders are expected to price the attached bills of quantities with workable and
sustainable rates, which shall remain firm for the full duration of the contract. No
price change will be admitted due to a lack of understanding of the contractual
conditions or inadequate study of the present conditions of contract or improper
understanding or improper assessment of manpower, supervision, scope or any
other reasons whatsoever.
d) The rates quoted for each section shall be self sustainable and correct reflective of
the Scope envisaged. TPCL reserves the right to add or delete from the Scope of
work, items as he may deem fit. The successful bidder cannot make any claim on
account of such changes.
e) The work is for provision of Integrated Operation & Non Comprehensive
Maintenance of ACMV, BAS, DG Sets & Connected Works and responsibility shall
be with modern systems and services of International Quality, integrating all
functions necessary to support the daily operations to high-tech operation and
maintenance smoothly, deploying competent, trained and experienced work force
under a well structured system and using modern management techniques
including hardware and software support. Integrated Operation & Non
Comprehensive Maintenance of ACMV, BAS, DG Sets & Connected Works shall be
ensured as ‘Life Time Care’ with planned preventive maintenance schedule,
procedures, self-audit and continuous improvement, precisely determining most
appropriate type and level of services to fulfillment of objectives of TPCL.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 20 of 125 Signature of Contractor with seal
9. Place of work:
a) Visit: Before tendering, the Contractor shall have visited and examined the place
of work and satisfied and understood himself as to the correct requirement of the
work / job and the facilities for obtaining any special articles called for in the tender
/ contract document and shall have obtained generally his own information on all
matters affecting performance of the job.
b) No extra charge / claims made in consequence of any misunderstanding or
incorrect information on any of these points will be allowed nor entertained. Should
the contractor after visiting the place of work, find any discrepancies, omissions,
antiquities or conflicts in or among the tender / contract document or be in doubt
as to their meaning, he shall bring the questions to TPCL’s attention, before the
date of pre-bid meeting.
10. Possession:
The successful bidder shall be allowed admittance to the work place on the ”Date of
Commencement” stated in the appendix and he shall thereupon and forthwith begin
the work and shall regularly proceed with the performance of the job till the end of the
contract period stated in the appendix subject nevertheless to the provision for renewal
of time hereinafter contained.
11. Defect / Complaint cum Rectification checklist:
The successful bidder shall follow the existing formats approved by TPCL on day to day
basis. The charts indicate the method of services to be executed for each group of
service, the date of commencement and completion of each of the defect/complaint.
The chart shall also indicate the availability of materials and labour therefor. If the
Contractor feels any improvements are required in the existing formats, the same
should be brought to the notice of TPCL Management and got approved before
execution.
12. Access for owner to the Works:
The owner (TPCL) and his authorized representatives shall at all reasonable times have
access to the Works or other places of the Contractor where work is being prepared
for the Contract.
13. Owner’s Representative:
Owner’s Representative shall mean the person authorized by Owner (TPCL) and acting
under the order of the Owner to inspect the works. The successful bidder shall afford
the Owner’s Representative every facility and assistance for inspecting and checking
the works and materials.
The Contractor shall constantly keep a watch on his work during the progress of work
and shall deploy required qualified and competent Manager as an Operation and
Maintenance Incharge who shall have experience in the field of Integrated Operation
& Non Comprehensive Maintenance of ACMV, BAS, DG Sets & Connected Works.
The Manager will be responsible for carrying out the job to the true meaning of e
Contract document, Schedule of Quantities, Technical specifications, equipment
operations, TPCL instructions and directions to the satisfaction of TPCL. Any directions
or instructions given to him by TPCL or its authorized representative shall be deemed
to have been issued to the Contractor. The man power of experienced and trained
technical and non-technical support staff shall assist the works as required, fulfill the
scope of work envisaged as listed in the Volume I. If TPCL establishes at any time the
need to augment the field organization, either on a short term or long term measure,
the Contractor is bound to implement TPCL’s instructions forthwith within the agreed
rates.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 21 of 125 Signature of Contractor with seal
14. Arrangement of execution of work:
The Contractor shall arrange for all materials, tools tackles, equipment and labour
necessary including its transportation for proper execution and completion of the job
and contract to the satisfaction of TPCL.
15. Fluctuations:
The Contractor shall not claim any extras for fluctuation of price and the Contract Price
and item rates shall not be subject to any rise or fall of prices and shall be firm
throughout the tenure of the contract.
16. Safety rules to be followed by the contractor during execution of work
a) All electrical equipment used by the Contractor should have double earthing and to
be connected through an ELCB. No temporary electrical connections with loose wire
will be permitted. For all electrical connections, proper sockets and plugs will be used
and wiring / cabling clamped.
b) Un-necessary waste of energy shall be avoided. Electrical hand tools like drilling
machine will be of 230 volts AC type. All electricians should have wiremen’s license.
welding operators and electricians should wear rubber gloves and protective goggles.
c) All staff working at heights shall use safety belts, helmets and standard platforms
with 42” height railing. All the staff working shall as far as possible wear shoes. Only
Standard ladders should be used.
d) Inflammable/explosive materials like Petrol, diesel, Kerosene, Wax, etc. will not be
allowed to be stored at site stores. Crackers/Explosives will not be allowed inside the
premises at any cost.
e) Personal protecting equipment like Gloves, Safety Belt, Safety Helmet, etc. should
be used and available in Contractor’s stores.
f) If correct manual handling is not used, it can result in injuries. Therefore all workers
should be trained in safe manual handling. Special objects require special handling.
All scaffolding will be of steel and double stage.
g) Contractor to ensure that all equipment/tools brought on to the premises have
recently been checked and are in good condition and that all personnel using the
equipment and tools have been trained in their safe use. Contractor to ensure that
whilst on site premises, he will comply with all health and safety rules as required
by TPCL.
17. Maintenance:
a) The material required for replacement of damages etc. shall be supplied by
TPCL. The Contractor shall however, be required to deposit the damaged parts
with the Stores.
b) If it is observed that due to poor Maintenance / unsatisfactory work, any part is
found damaged / required to be replaced, the same will have to be attended and
replaced by the Contractor at its own cost. In this regard, TPCL’s decision will be
final.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 22 of 125 Signature of Contractor with seal
18. General:
a) The Contractor and TPCL shall make every effort to resolve any dispute or dis-
agreement amicable by direct informal negotiations. However, incase of any
unresolved issues/ disagreements / disputes in connection with the contract, the
same shall be settled through Arbitration or through Court of Law within the
jurisdiction of Coimbatore. The resultant contract will be interpreted under Indian
Laws.
b) It shall be the responsibility of the Contractor to meet transportation, food,
medical and any other requirements in respect of the workers engaged by the
Contractor at TPCL and TPCL shall have no liabilities in this regard.
c) The workers deployed by the Contractor in TPCL shall not have claim of any
Master and Servant relationship nor have any principal and agent relationship with
or against TPCL
d) The Contractor shall be solely responsible for redressal of grievances / resolution of
disputes relating to workers engaged by them. TPCL shall, in no way, be responsbile
for settlement of such issues whatsoever.
e) TPCL shall not be responsible for any damages, losses, theft, claims, financial or
other injury to any workers deployed by service providing Contractor in the course
of their performing the functions.duties or for payment towards any compension.
f) The workers deployed by the contractor shall not claim nor shall be entitled to pay
Perks and other facilities admissible to casual, adhoc, regular / confirmed employees
during or after expiry of the contract period.
g) In case of termination of this contract on its expiry or otherwise, the workers
engaged by the contractor shall not be entitled to and shall have no claim for
any absorption nor for any relaxation for absorption in the regular /
otherwise capacity in TPCL.
h) The contractor shall also be liable for depositing all taxes, levies, cess etc. on account
of services rendered by it to TPCL to concerned tax collection authorities from time
to time as per extant rules and regulations on the matter.
i) Statutory Payment such as GST or any other tax will be the responsibility of the
Contractor. Contractor has to enclose certified copy of Tax Challan, PAN Card No.,
Income tax / Any other tax as applicable from time to time will be deducted while
making every payment.
j) In case, the contractor fails to comply with any statutory/taxation liability under
appropriate law, and as a result thereof TPCL is put to any loss/obligation, monetary
or otherwise, TPCL shall be entitled to get itself reimbursed out of the outstanding
bills or the Performance Security Deposit of the contractor, to the extent of the loss
or obligation in monetary terms.
k) If any worker wants to go on leave, they shall inform well in advance to TPCL and
alternative proper arrangements shall be made by the Contractor.
l) The successful contractor shall provide uniforms with his organization’s
name/logo and safety shoes to the staff deployed at TPCL. It will be the
responsibility of the contractor to insist the staff to carry their Identity Cards while
on the duty at TPCL.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 23 of 125 Signature of Contractor with seal
19. Statutory Compliance by the Contractor:
a) The Contractor should have all necessary license and statutory compliance from all
Government authorities such as Municipality, Local Authority, Pollution control
board etc. at its own cost. TPCL shall not be responsible in any way for any breach
of the rules and regulations by the contractor.
b) The contractor shall comply with all statutory requirements in respect of engaging
the personnel, their service condition, rules and regulations and all liabilities under
the various labour law and other statutory obligations like PF, ESCI, Bonus,
Workmen’s Compensation, Gratuity and also comply with the provisions of
Minimum Wages Act, Payment of Wages Act etc. TPCL shall in no way be
responsible or liable in case of any dispute, prosecution or awards made by court
of law or other authorities.
c) The Contractor shall obtain separate code for deposit of PF dues, if applicable, with
the concerned PF Authority directly.
d) The Contractor shall obtain and keep in force throughout the term of agreement,
necessary / valid labour license from the Licensing authority. The contract
Labour (R&A) Act 1970, and the rules framed there under and produce the same
to TPCL before commencement of the services under the contract and also take
steps for getting the agreement registered under the act. The Contractor shall also
indemnify TPCL from and against any claims under the aforesaid act and the rules
and shall continue to have a valid licence until completion of the contract period or
any extended period. Any failure to fulfill this requirement shall attract penal
provisions of the contract arising out of resultant non-performance of the work.
e) The Contractor shall keep TPCL indemnified against all the losses, damages or
liability arising out of or imposed in pursuance of any violation by the Contractor
of/under labour laws & the rules there under or of any prosecution of award made by
cout of law or other authorities specifically under the Industrial Disputes Act 1947.
f) The Contractor shall at all times indemnify TPCL against all claims which
may be made under the Workmen’s Compensation Act 1923 or any statutory
modification thereof or otherwise for or in respect of any damages or compensation
payable in consequences of any accident, injury sustained by
any labour/servant or person in his employment and engaged in the
performance of contract. If any such accident occur which may involve any
such liability under the Act, TPCL shall be at liberty to withhold such amount from
the bills of the Contractor and also deposit the same with Commissioner
under the W.C. Act.
g) The Contractor has to strictly follow the provisions of Payment of Wages Act
1936 and the rules made there under and further the Contractor shall strictly
adhere to provisions of The Minimum Wages Act 1948 and the rules made
there under from time to time revising the wages payable to the workmen.
h) All labour and / or personnel employed by the Contractor shall be engaged by him /
them as his / their own employees in all respect implied or expressed. The
responsibilities whatsoever, incidental or direct, arising out of or for compliance with
or enforcement of the provisions of various labour laws of the country shall be that
of the Contractor and TPCL shall, in no way, be responsible or liable for their wages,
salaries, bonus, gratuity or any other allowances, leave salary, wages for holidays or
any compensation, notice pay etc. The Contractor shall specifically ensure compliance
with the provisions of following labour laws/acts and their enactment / amendments.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 24 of 125 Signature of Contractor with seal
The Payment of Wages Act, 1936
The Payment of Minimum Wages Act, 1948
The Factories Act, 1948
The Workmen’s Compensation Act, 1923
The Employee’s State Provident Fund Act, 1952
The Contract Labour (Regulation & Abolition) Act, 1970
The Payment of Bonus Act, 1965
The Payment of Gratuity Act, 1976
The Equal Remuneration Act, 1976
The Employee State Insurance Act, 1948
The Industrial Disputes Act, 1947
i) The contractor shall pay to the labour employed by him/them wages as per
provision of the aforesaid act and the rules, wherever applicable.
j) In every case, in which, by virtue of the provision of the aforesaid acts or
the rules, TPCL is obliged to pay any amount of wages to the personnel
employed by the contractor in execution of the work or to incur any expenditure in
providing welfare, Health & safety amenities required to be provided under
the aforesaid act and rules or to incurr any expenditure on account of contingent
liability of TPCL due to contractor to fulfill his statutory obligation under the
afore said act or the rules, TPCL shall be at liberty to withhold from the bills of the
Contractor the amount of the wages as paid or the amount of expenditure so incurred
and without prejudice to the rights of TPCL under Section 20(2) and Section 21(4) of
the aforesaid act, TPCL shall be at liberty to recover such amount or part thereof by
deducting it from any sum payable by TPCL to the contractor. The decision of TPCL
regarding the amount actually recoverable from the contractor as stated
above shall be final and binding on the Contractor.
k) The Contractor shall not employ any person below the age of 18 years. The
contractor shall indemnify TPCL from and against all claims and penalties which
may be suffered by TPCL by reason of any default on the part of Contractor to
observe and/ or in the performance of the provisions of Employment of Children Act
1938 or any re-enactment or modification of the same.
l) The Contractor shall be responsible for the compliance with the provisions of the
hours of the employment regulation in respect of the staff employed by him in the
manner decided upon by the appropriate authority.
20. Hand book on health and safety at work
The Contractor to do work in the campus shall follow the guidelines given in the
handbook on health and safety at work appended herewith during execution.
21. Statutory obligations, notices, fees and charges
a) The Contractor shall comply with and give all notices required by any Government
authority, and instrument, rule or order made under any Act or Parliament or State
Legislature or any regulation or Bye-law of any local authority relating to the work
or with whose system the same is or will be connected.
b) The Contractor shall pay and indemnify TPCL against liability in respect of any fees
or charges (including any rates) legally demandable under any Act of Parliament,
or State Legislature instrument, rule or order or any regulation or Bye-law or any
local authority in respect of the work.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 25 of 125 Signature of Contractor with seal
22. Assignment or giving Sub-Contract
No subcontracting is ordinarily permitted for items mentioned in the scope of work. In
case of any specific requirements, Contractor shall not without the written consent of
the Owner assign any responsibility needed to discharge the functions of the O&M
Contract as a subcontract.
a) Provided that even in case of such subcontracting, the Contractor shall be solely
responsible for the overall supervision, necessary domain knowledge support,
service quality, system support on technology, training, validating day to day
monitoring and overall management.
b) Provided that on receipt of any request from the Contractor with proper reasons
for approval of the Owner to give a portion of non-core activity or a specialised
activity on sub-contract, the Owner shall not unreasonably delay their decision on
giving consent for subcontracting such portion of work, to the prejudice of the
Contractor.
23. Separate Contract
TPCL reserves the right to let other contracts in connection with the work under similar
general condition, in case the contractor fails and neglects the work assigned within
the period specified in the order. The work shall be carried out at their risk and cost
without any notice to the contractor, and any excess cost incurred due to engaging
alternate Contractor shall be recovered from the bills, security deposit or any other
amount due to the contractor. The contractor shall be liable for all charges and
expenses that may be sustained or incurred by TPCL for not carrying out the work on
the part of the contract. The contract is non-exclusive and TPCL reserves right to
appoint additional contractor to meet the requirement.
24. Termination of the Agreement
During the currency of this agreement, TPCL shall have the right to terminate this
agreement for the following reasons:
i. For administrative reasons - Two-months notice period
ii. Non satisfactory performance - One month notice period
iii. Non provisioning of required manpower
for 3 occasions during the entire period
of contract including renewals
- One month notice period
For this purpose, TPCL shall be the sole Judge to decide whether the performance
of the Contractor is satisfactory or not and such decision of TPCL shall be final,
conclusive and binding on the Contractor and the Contractor shall not be entitled
to any compensation in that regard. Further more if on account of non-renewal of the
contract and/or termination of this contract, the Contractor has to terminate its
employees, then it shall be the responsibility of the Contractor
to pay the legal dues to its employees. In the event of non-compliance of
legal requirements, Contractor shall be liable for all the costs and consequences.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 26 of 125 Signature of Contractor with seal
25. Variations
a) The term “Variation” as used in these conditions shall mean any additional services
not within the scope of service required to be performed during the currency of the
contract.
b) TPCL may issue instructions requiring a variation and sanction in writing any
variation made by the CONTRACTOR. No such variation required by TPCL or
subsequently sanctioned by it shall in any way vitiate this contract.
c) If TPCL decides the variation shall be carried out, it shall intimate the Contractor
in writing to quote its price. Thereupon Contractor shall submit its price for
additional services with full details in writing. After finalising the price with
Contractor, TPCL shall give its written acceptance to carry out the variation. No
variation shall be paid where it shall be within the scope of service or shall be due
to Contractor’s act or omission in complying with this contract.
26. Deduction for uncorrected work
If TPCL deems it inexpedient to correct the work damaged or not done in accordance
with the Contract, an equitable deduction from the contract price and the amount of
such loss which arise due to non-completion of the work in time shall be deducted from
the payment of contractor.
27. Fluctuations
The Contractor shall not claim any extras for fluctuation of price and the Contract Price
shall not be subject to any rise or fall of prices and shall be firm throughout the tenure
of the contract.
The Contractor shall furnish promptly without additional charge all reasonable
facilities, labour necessary for the safe and convenient that may be required by TPCL.
28. Materials and workmanship:
All materials and workmanship shall be as per the relevant code of BIS or relevant
specification and of approved type and the Contractor shall immediately remove from
the works any material and/or workmanship which in the opinion of TPCL are defective
or unsuitable and shall substitute proper materials and/or workmanship at his own
cost. The term approval used in connection with the contract shall mean the approval
of TPCL.
29. Inspection:
a) All materials, equipment’s and workmanship shall be subject to inspection,
examination and test by TPCL or its representative at any and all times during the
period of contract. TPCL shall have the right to reject defective material and
workmanship or require its correction. Rejected material and workmanship shall
be satisfactorily replaced with proper material without additional charge therefor
and the Contractor shall promptly segregate and remove the rejected material from
the site. If the contractor fails to proceed at once with the replacement of rejected
materials and/or the correction of defective workmanship, TPCL may by contract
or otherwise replace such materials and/or correct such workmanship and charge
the cost thereof to the Contractor, or may terminate after giving reasonable notice
the right of the Contractor to proceed further with the work.
b) The Contractor shall furnish promptly without additional charge all reasonable
facilities, labour and materials necessary for the safe and convenient inspection
that may be required by TPCL.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 27 of 125 Signature of Contractor with seal
30. Defects:
a) The Contractor shall make good at its own cost and to the satisfaction of TPCL, all
defects/non completions or small faults, arising in the opinion of TPCL from work
not being in accordance with the Skilled manpower to be deployed or the
instructions of TPCL.
b) Such defects, faults shall upon direction in writing of TPCL or its representative and
within such reasonable time as shall be specified therein be amended and made
good by the contractor, at its own cost unless TPCL shall decide that ought to be
paid for such amending and making good and in case of default. TPCL may employ
and pay other agency to amend and make good such defects, fault, non
completions/building and all damages loss and expenses consequent thereon or
incidental thereto shall be made good and bore by the Contractor and such
damage, loss or expenses shall be recoverable from it by TPCL, upon the Owner’s
certificate together with any expenses TPCL may have incurred in connection
herewith.
31. Deficient services and rejection:
a) If at any time before issue of the completion certificate there becomes apparent
any failure of the services or part thereof to conform to the warranties or any other
defect or deficiency in the services for which notice from Owner and at his own
expense promptly remedy the same by, at Owner’s option, repair or replacement.
Deficient services shall also include Contractor’s failure to respond with diligence
and despatch.
b) Even if Contractor shall fail to promptly effect the required remedy then Owner
shall be entitled to reject the part of the services affected and to replace the same
at Contractor’s expense.
c) If Owner does not exercise its rights under the immediately preceding paragraph
within a reasonable time, Contractor shall not be relieved from liability in respect
of the relevant non-conformity or other defect or deficiency but his full and
complete responsibility shall be limited to the repayment of all monies paid by
Owner to him in respect of the part of the services affected thereby.
d) Contractor shall, if required by Owner, search for the cause of any malfunction,
defect or deficiency in the services and, if the same shall be found to be within the
scope of Contractor’s remedial responsibility as aforesaid, the cost of the services
carried out by Contractor in searching shall be borne by Contractor.
e) Contractor’s failure to perform any of its obligations under this Sub-article shall
(without prejudice to any other rights which Owner shall have in the matter) result
in Owner making demand under the performance Bank Guarantee and / or any
monies in its possession.
32. Liquidated Damages:
I. ACMV Works, BAS Works and DG & Connected Works
Manpower requirement is calculated at per day for 24X7 operations within the quoted
unit rate. The deployment of adequate manpower on continued basis with the required
material, tools and equipment’s and supply of man power are the essence for carrying
out Integrated Operations & Non-Comprehensive Maintenance of ACMV,BAS,DG to the
satisfactorily level. Penalty shall be imposed on monthly basis as given below, if the
required manpower is not provided at the discretion of TPCL:
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 28 of 125 Signature of Contractor with seal
Value of labour contract as required by TPCL for one month (in Rupees
ACMV BAS DG
21 9 9
Nil Above 85% of
man days
Above 80% of
man days
Above 80% of
man days
5% 65% to 85% 65% to 80% 65% to 80%
7.5% 51% to 65% 51% to 65% 51% to 65%
10% 50% and below 50% and below 50% and below
33. Contract sum:
In consideration of performing the services in full conformity with the contract, Owner
shall pay to the contractor the contract sum as specified in the bill of quantities.
34. Payment:
Payment for Integrated Operations & Non-Comprehensive Maintenance of
ACMV,BAS,DG Services will be made to the contractor after checking and certification
by TPCL on monthly basis within 14 days from the date of submission of Invoice
completed in all respects subject to fulfilling other terms and conditions of TPCL.
Contractor should submit the Bank statement of employees for every quarter along
with the invoice.
No advance shall be paid to the Contractor. As far as possible, Contractor should make
the payments to the contracted staff through ECS/Bank Transfer. In case of exigencies,
the employees may be paid by Cheque/in cash (for the first month only). However,
cash payments shall be witnessed and certified by the concerned TPCL representative.
Contractor shall be required to pay to its employees, roped in for services under the
contract, based on category of minimum wages as per the provision of relevant
statutes given by TPCL and deposit/disburse other statutory dues to respective
agencies/employees as claimed by the contractor and paid by TPCL on behalf of the
contractor. No payment/less payment of wages and other dues and failure to
deposit/less deposit of statutory dues will tantamount to violation of Terms and
conditions of the contract and necessary penalty may be imposed on the contractor as
per the terms and conditions of the tender, including but not limited to withholding of
payment access under the contract and remittance of the statutory dues directly to
the authorities wherever called upon so, which will be treated as settlement of dues to
the contractors.
Notwithstanding the release/payment of the bill by TPCL to the Contractor, the
contractor shall all times ensure the due and timely payment of wages to all its
manpower pursuant to this contract. Nothing contained herein shall establish any link
between release/payment of the bill by TPCL to the contractor and the payment of any
salary/wages or any other dues whatsoever by the Contractor to its manpower.
Salary /payment to the contracted employees shall be made on or before 5th of every
month by the contractor
35. Invoicing:
The contractor shall submit to TPCL detailed invoices in respect of the services
performed under each category of Facility Management at the end of each month in
arrears. The invoice shall be submitted in one (1) original, clearly stamped “Original”.
The Invoices shall be bear reference to this agreement and be supported with
a) Certificate of compliance as per condition of contract (Payment to Local Bodies /
Authorities) Bills with all necessary supporting documents should be submitted
within 10 days after completion of the month.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 29 of 125 Signature of Contractor with seal
b) All documentation with proof of statutory payment details
c) Details of deployment duly verified along with summary of bills (Copy of Bio
metric attendance to be enclosed).
d) Salary statement for the previous month with Bank statement/Bank Transfer
details to corroborate the payment. (Copy of wage-slips with staff signature &
muster roll to be enclosed).
e) Details of Bonus paid to all terminated/resigned contracted employees, employee
wise of the previous month.
f) Proof of having deposited the contribution to EPF, ESI, etc. with the concerned
authorities for the previous month as per the relevant statutes i.e. EPF Payment
contribution Challan, EPF’s Form 36B (Original), Copy of EPF’s ECR, Consolidated
Statement to refer EPF’s Form 36B & ECR, ESI Payment Contribution Challan,
ESI contribution history from the EPF/ESI authority along with muster roll to be
enclosed.
g) Clearly state the reason for which the payments are required. Payment shall be
made to the Contractor at monthly intervals. Upon receipt of each Invoice, with
all relevant enclosures complete in all respect in accordance with Tender Terms,
TPCL shall approve the said Invoice and the payment shall be made to the
Contractor within fourteen (14) days from the receipt of correct invoice by TPCL
subject to the bills being in the complete shape and in the accepted format.
Without waiver or limitation of any of its rights under this contract or law, the
Owner shall be entitled to deduct from any monies payable to the Contractor
under the contract and all amounts due from the Contractor to TPCL. However,
all payments under the contract shall be made only after the receipt of the
performance bank guarantee required under this contract.
36. Accident and Incident Reporting
All notifiable accidents, dangerous occurrences and potential hazard situations shall be
reported to the safety officer of TPCL. Injuries are to be treated by experienced medical
staff available at site at the contractor’s cost.
37. Hazardous Materials:
The Contractor must inform the safety officer, prior to commencement of work,
procurement of or materials connected with the contract work of a hazardous nature.
The Contract will have to secure storage for any such materials.
38. Bankruptcy of Contractor
a) In the event of the CONTRACTOR becoming bankrupt or making a composition or
arrangement with his creditors or being a company having a winding up order made
or (except for purposes or reconstruction) a resolution for voluntary winding up
passed or a receiver or manager of his business or undertaking duly appointed or
possession taken by or on behalf of the holders of any debentures secured by a
floating charge, of any property comprised in or subject to the floating charge, the
employment of the CONTRACTOR under this Contact shall be forthwith
automatically determined but the said employment may be reinstated and
continued if TPCL and the CONTRACTOR, his trustee in bankruptcy, liquidator,
receiver or manager as the case may be shall so agree.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 30 of 125 Signature of Contractor with seal
b) TPCL shall be entitled to determine the employment of the CONTRACTOR under
this Contract, if the Contractor shall have offered or given or agreed to give to any
person any gift or consideration of any kind as an inducement or reward for doing
or forbearing to do or for having done or forborne to do any action in relation to
the obtaining or execution of this Contract with TPCL, or for showing or forbearing
to show favour or dis-favour to any person in relation to this Contract or any other
Contract with TPCL, or if the like acts shall have been done by any person employed
by the CONTRACTOR or acting on his behalf (whether with or without the
knowledge of the CONTRACTOR), or if in relation to this Contract or any other
Contract with TPCL, the CONTRACTOR or any person employed by him or acting
on his behalf shall have committed any offence under the prevention of corruption
act, or shall have given any fee or reward the receipt of which is an offence under
the Local Government Act.
c) In the event of the employment of the CONTRACTOR being determined as aforesaid
and so long as it has not been reinstated and continued, the following shall be the
respective rights and duties of TPCL and CONTRACTOR.
d) TPCL may employ and pay other persons/agencies to carry out and complete the
works and he or they may enter upon the Works and use all temporary buildings,
plant, machinery, appliances, goods and materials intended for, delivered to and
placed on or adjacent to the works and may purchase all materials and goods
necessary for carrying out the completion of works.
e) The CONTRACTOR shall if so required by TPCL within 14 days of the date of
determination assign to TPCL without payment, the benefit of any Agreement for
the execution of any works for the purpose of this contract but on the terms that
a supplier or sub-contractor shall be entitled to make any reasonable objection to
any further assignment thereof by TPCL. In any case TPCL may pay any supplier
or Sub-contractor for any work executed for the purposed of the Contract (whether
before or after the date of determination), in so far as the price thereof has not
already been paid by the CONTRACTOR. TPCL’s rights under the paragraph are in
addition to his rights to pay Sub-contractors under this paragraph and all such
payments may be deducted from any sum due or to become due to the
CONTRACTOR.
f) The CONTRACTOR shall as and when required in writing by TPCL so to do (but not
before) remove from the works any temporary buildings, plant, tool, equipment,
goods and materials belonging to or hired by him. If within a reasonable time after
any such requirements has been made the CONTRACTOR, has not complied
therewith then TPCL may (but without being responsible for any loss or damage)
remove and sell any such property of the CONTRACTOR, holding the proceeds less
all costs incurred to the credit of the CONTRACTOR.
g) The CONTRACTOR shall allow or pay to TPCL in the manner hereinafter appearing
the amount of any direct loss and/or damage caused to TPCL by the determination.
Until after completion of the works under this Clause TPCL shall not be bound by
any provisions of this Contract to make any further payment to the CONTRACTOR,
but upon such completion and the verification within a reasonable time of the
accounts therefore TPCL shall certify the amount of expense properly incurred by
TPCL and the amount of any direct loss and/or damage caused to TPCL by the
determination and if such amounts when added to the monies paid before the date
of determination exceed the total amount which would have been payable on due
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 31 of 125 Signature of Contractor with seal
completion in accordance with this Contract, the difference shall be a debt payable
to TPCL by the CONTRACTOR and if the said amounts, when added to the said
monies be less than the said total amount, the difference shall be a debt payable
by TPCL to the CONTRACTOR.
39. Determination by TPCL
Default:
If the CONTRACTOR shall make default in any one or more of the following respects,
that is to say: -
If he without reasonable cause wholly suspends the carrying out of the works before
completion thereof, or if he fails to proceed regularly and diligently with the works, or
if he refuses or persistently neglects to comply with a written notice from TPCL
requiring him to remove defective work or improper materials or goods and by such
refusal or neglect the work is materially affected, or If he fails to comply with the
provisions, then TPCL may give him the notice by registered post or recorded delivery
specifying the default, and if the CONTRACTOR either shall continue such a default for
14 days after receipt of such a notice and shall at any time thereafter repeat such a
default (whether previously repeated or not), then TPCL without prejudice to any other
rights or remedies may within 10 days after such continuance or repetition of default
by notice by registered post or recorded delivery forthwith determine the employment
of the CONTRACTOR under this Contract, provided that such notice shall not be given
unreasonably or vexatiously.
40. Labour
a) The CONTRACTOR shall employ no child labour under 18 years of age on the work.
If female labour is engaged the CONTRACTOR shall make necessary provision for
safeguarding small children and keeping them clear of the site of operations. No
labour shall reside within the compound except authorized guards. Labour Acts
issued by the State/Central Government from time to time has to be followed
scrupulously.
b) The employees (Supervisor, technicians and Workers – full time and part time)
indicated in the bill of quantities is an essential term of contract. TPCL shall be
entitled at all times to inspect or calculate the actual manpower deployed at TPCL.
If during such inspection or calculation, TPCL discovers that the agreed minimum
manpower has not been deployed, then TPCL shall be entitled to deduct
proportionate amount from the lump sum quoted for the deployment of the
manpower. This right of TPCL shall be without prejudice to any other right of TPCL
available under this Contract on such matters
41. Guarantee
Besides guarantees required elsewhere, the CONTRACTOR shall guarantee the work in
general and shall submit all required guarantees to TPCL when requesting certification
of accounts for payment by TPCL.
42. Disputes: “Arbitration”
a) All disputes, differences or claims of any kind whatsoever arising out of or relating
to, this agreement, or its validity, construction, breach or performance between
the parties to the Agreement shall be finally settled through Arbitration. However
the parties shall first endeavour to settle the same amicably in a spirit of co-
operation.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 32 of 125 Signature of Contractor with seal
(i) The arbitration shall be governed by the Arbitration & Conciliation Act
1996 of India as amended up to date.
(ii) The arbitrator shall be appointed by Managing Director and Company
shall ensure that Arbitrator shall satisfy the norms of independence as
provided in Arbitration & Conciliation Act 1996 and any amendment
thereon.
(iii) The arbitration hearing and all proceedings in connection therewith shall
take place in Coimbatore and the language of the arbitration shall be
English.
(iv) The arbitration award shall be final and binding on the parties, and shall
be enforceable in any competent court of law and the parties agree to
be bound thereby and to act accordingly. The rights of the parties shall
remain suspended in relation to matters which are being arbitrated. Each
party shall bear its own costs for the arbitration and any attorney’s fees,
unless declared otherwise by the arbitral award.
(v) The Courts in Coimbatore shall have exclusive jurisdiction to try any and
all disputes arising out of this agreement, including the Arbitration
Agreement.
b) Except as above, all matters arising under this agreement shall be subject to the
exclusive jurisdiction of the Courts at Chennai only.
43. Protection and cleaning
The CONTRACTOR shall protect and preserve the work from all damage or accident by
providing any temporary coverings, boxing or other construction as required by TPCL.
This protection shall be provided for all property adjacent to the site as well as on the
site.
44. The bidder should physically inspect the entire systems which are to be covered
under contract and also to make an assessment of the average consumption of
consumables/spares etc., before quoting their rates.
45. In case of any damage/theft/injury to TPCLs people/tenants/premises/ property
/assets/installations due to negligence of his workers for which Contractor is
accountable, the Contractor will be liable to pay the compensation to TPCL as
decided and advised by TPCL.
46. The Contractor shall keep proper upkeep of all the areas under the contract.
47. The Contractor shall maintain liaising with concerned Statutory Body (ies), if any
on behalf of TPCL to get permissions/licenses/permits etc. as and when required.
48. Registers and Forms
The Contractor shall maintain the following records and log books during the contract
period:
The Contractor shall be responsible to maintain the registers/forms as required under
the prevalent labour laws in force from time to time. The Contractor shall maintain the
above neatly, completely and legibly for inspection by various statutory authorities
and the company officials even at short notice.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 33 of 125 Signature of Contractor with seal
49. Withdrawal of Contract Services in between the Contract Period
If contractor desires to withdraw the contract:
a) The contractor has to issue 3 months notice to terminate the contract.
b) The Contractor has to pay two months labour bill as penalty
c) Performance Bank Guarantee given by the Contractor will be revoked by TPCL.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 34 of 125 Signature of Contractor with seal
6. PRE - QUALIFICATION CRITERIA
1. The bidder must be a Firm or a Company registered under Companies Act, with a
minimum experience of 5 years in the field of Integrated Operation & Non-
Comprehensive Maintenance of ACMV, BAS, DG Sets & Connected Works.
2. The bidder should have a minimum average annual turnover of Rs.1 crore for any
three financial years during the last five financial years. Audited / certified balance
sheet (by Chartered Accountant) for all 5 years shall be submitted.
3. The Bidder should submit Solvency Certificate for Rs.80 Lakhs issued by any
scheduled commercial bank. The Solvency Certificate should not have been
obtained earlier than 3 months from the date of issue of tender.
4. Capacity magnitude
Bidder’s should have experience in handling any of the following two works during
the last three years
i) 2000TR ACMV system in single location.
ii) The intending bidder should be OEM (Honeywell) / OEM Authorized Channel
Partner / Solution provider of Honeywell Building Management System or
must have back to back agreement with Honeywell for supply of spares and
comprehensive onsite maintenance support. The Bidder must submit
authorization letter from Honeywell, clearly stating that bidder has the
competence to provide maintenance service for Honeywell, Niagara AX /
WEBs-N4 Supervisor / WEB 600/ 200/ 8000 Series Controller system,
Spyder DDC Controller. The bidder should submit necessary proof for
getting the back to back AMC from Honeywell along with the tender
document.
iii) 3 Nos x 2000 KVA DG sets in single location. The bidder should submit an
undertaking from the Original Equipment Manufacturer (MTU and Leroy
Somer) stating that they would facilitate the bidder on a regular basis for
the maintenance and service support of MTU engine and Leroy Somer
during contract term.
5. Experience in Multistoried Building (MSB)
Bidder should have successfully completed similar works in any three years during
the past five years in which atleast two years of work was carried out at the same
facility.
“Similar work” mentioned above shall mean successful completion of operation and
maintenance services of ACMV, BAS and DG works in atleast one MSB of 10 lakh square
feet or in two MSBs of 5 lakh square feet each, in IT parks / commercial complexes /
hospitals / offices of the financial institutions, Central & State Government
Departments or Organisations, Public Sectors Undertakings or reputed multinational
companies in India.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 35 of 125 Signature of Contractor with seal
(The following combinations are permitted
• Three continuous years in single MSB of 10 lakh square feet
• Three continuous years in two MSBs of 5 lakh square feet each
• Two continuous years in one MSB and one year in another, of 10 lakh square
feet each
• Two continuous years in two MSBs and one year each in two MSBs, of 5 lakh
square feet each
• Two continuous years in each of the three MSBs of 5 lakh square feet each
• Two continuous years in one MSB of 10 lakh square feet and one year in two
MSBs of 5 lakh square feet each
• One year in one MSB of 10 lakh square feet and two continuous years in 2 MSBs
of 5 lakh square feet each)
6. Consortium of bidders is not allowed.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 36 of 125 Signature of Contractor with seal
7. SCOPE OF WORK UNDER
VARIOUS OPERATIONS
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 37 of 125 Signature of Contractor with seal
7A – AIR CONDITINING AND MECHANICAL
VENTILATION WORKS
I. ACMV Works
The ACMV system at TPCL comprises of the following:
1. Air Cooled Chillers.
2. Water Cooled Chillers.
3. Constant Speed & Variable Speed Pumping system.
4. Induced Draft Cooling towers
5. Double Skin Air handling units (AHUs).
6. Fan coil units (FCUs) and Cassette units.
7. Gas based spilt units.
8. Latent Heat Storage System.
9. Centrifugal & Propeller fans for mechanical ventilation systems.
10. Integrators for Integrating Chiller Packages for BMS System.
11. Induction Jet Vent Fans for Basement Exhaust System.
12. Motorized valves & thermostats for AHUs & FCUs.
13. Pressurized expansion tanks along with accessories.
14. Chilled water, condensing water and condensate drain piping inclusive of all
valves and fittings.
15. Sheet metal ducts inclusive of external insulation, acoustic lining, canvas
connections, silencers, and volume control dampers and smoke dampers and
similar ducting for toilet exhaust systems..
16. Supply and return air diffusers.
17. Insulation of pipes pumps and tanks.
18. Vibration isolators for all ACMV equipment.
19. Enthalpy Recovery Wheels
20. Variable Frequency Drives
21. Associated Electrical Works
22. Automation of the system.
II. Ventilation Systems:
i) Basement ventilation (for car parking areas).
ii) Kitchen / Pantry Exhaust.
iii) Electrical Room Exhaust.
iv) Rest Room Exhaust and Fresh Air.
III. SCOPE OF WORK
The Scope of work includes (but not restricted to) the following.
1) TPCL has critical requirement of Air-Conditioning for clients. In no case, outage of
Air conditioning for critical, Water cooled and comfort circuit is not acceptable.
2) Hence, the essence of this contract is to achieve ‘Zero Breakdown”. All efforts are
to be made with up to date maintenance in achieving this, by using predictive and
proactive maintenance techniques at times, and, by strictly adhering to preventive
maintenance practices and schedules. Only qualified with experienced Engineers
and Technicians who have carried out similar works with good track records shall
be considered for engagement.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 38 of 125 Signature of Contractor with seal
3) Operation and routine, preventive and breakdown maintenance of 17 Nos. Chillers,
compressors, Breakers, Contactors and controlling/protective accessories.
4) Contractors shall engage and deploy experienced technical staff, who have
experience in troubleshooting to meet these kinds of requirements and handling
Break down situations. The detailed scope of work is as follows:
a) Operation and routine, preventive and breakdown maintenance of, LT PCC and
Distribution panel, AHUs, Chillers and VFD Panel, Main Distribution Boards,
Panels DB’s, PDB’S in, Utility Building, DIDW Fans, JET FANs and their Control
Panels, Primary and secondary pumps & motors and their control panels, all
Motors & pumps, Exhaust fans, Fresh air fans, OHT Cranes motors and control
panels, LT cables & Wirings, Pumps Electrical System, electric switchgear and
drives for primary and secondary pumps, control panels and motors.
b) Liasioning with Electrical Inspectorate, for Annual Safety Inspection, and any
other works related with Electrical Inspectorate and Documentation.
c) Any addition or alterations made in the ACMV system during the tenure of this
contract, have to be maintained by the contractor.
d) All small fabrication works, repairs, servicing of machines / equipment / parts
therein shall have to be carried out by the contractor within specified time.
Contractor shall never say ‘no’ to any of the requirement of TPCL, which is in
the area of technical services, as found reasonable to be entrusted onto the
contractor by Engineer In charge.
e) All works to be carried out in accordance with relevant Indian Standards and
as per Indian Electricity rule as amended. The contractor has to obtain
necessary clearance from Electrical Inspectorate. Panels, Fittings, Equipment,
Systems etc., all the components, accessories, Sub-Assembly, assemblies etc.
which are attachments or parts needed for the purpose. Any other work which
are incidental or part of the above, but not specifically spelt out will also be
included in the scope.
f) For carrying out the job, the contractor has to make his own arrangements for
tools, tackles and measuring equipment, measuring meters, safety and
protective devices for carrying out the work.
g) TPCL is an Information Technology Park and has critical requirement. Please
note maintenance should be in such a way that the break down should not be
more than 8 hrs in any case.
h) For some of the emergency load points power availability has to be monitored
round the clock.
i) Contractor will ensure consistency of work and workforce, correct trouble
shooting, good workmanship, follow all safety procedures and will make all
necessary efforts to maintain healthy environment and reliable services.
j) All equipment that require repairing shall be immediately serviced and repaired.
k) The contractor shall operate & maintain, test and adjust all air conditioning,
ventilation and exhaust system units, fan motors, all air handling appliances
provided in this connection and shall make all necessary adjustments and
corrections thereof including the adjustments of all regulating dampers.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 39 of 125 Signature of Contractor with seal
l) The Operation & Maintenance [to identify when maintenance is required and to
monitor performance and to diagnose problems more quickly and adequately
than through traditional means] preventive maintenance visits by qualified
personnel of the ACMV Contractors who are thoroughly familiar with the type
of equipment and system. Maintenance will consist of monthly maintenance
and necessary adjustment and lubrication of the equipment by the contractor’s
under competent direction and supervision.
m) These consumable materials shall be provided to ACMV contractor by TPCL.
n) All the maintenance work will be performed during regular hours of regular
working days. However the works in condenser, coil and cleaning of cooling
coils etc. should be carried out with prior permission from the TPCL.
o) Response Time-Any breakdown which is deemed which is deemed to be Minor
shall be rectified within 4 Hours from the time of breakdown. Major breakdown
shall be rectified within 12 Hours from the time of breakdown. This excludes
material replacement and dependency cases.
p) It is expected that persons operating/maintaining or servicing these equipment
should possess the knowledge for performing the tasks properly and safely.
q) During operation/maintenance or service, individuals may be exposed to
certain components or conditions including, but not limited to, refrigerants, oils
and materials under pressure, rotating components and both high and low
electrical voltages. Each of these items has the potential, if misused or handled
improperly to cause bodily injury or death. It is essential that operating /service
/maintenance personal identify and recognize these inherent hazards, protect
themselves and proceed safely in completing their tasks.
r) Works on electronic equipment should not be undertaken unless the
individual(s) have been trained in the proper maintenance of equipment and is
(are) familiar with the potential hazards. System components should be
maintained according to the individual manufacturer recommendations, as their
operation will affect the operation of the ACMV system.
s) As a minimum requirement, the ACMV Contractor shall carry out the inspection,
maintenance and service of all machinery and equipment comprising the ACMV
systems in accordance with the periodic service schedule and at the time of
such inspections shall perform when and where necessary the normal services.
t) ACMV Contractor shall submit TPCL the details of the proposed preventive
maintenance schedule. Any other services that will normally form part of
maintenance requirement as per International Best Practice shall be deemed to
be included in the scope of work for Operation and maintenance.
u) The maintenance intervals of the filter directly depends on the air cleanliness
of each locality. A dirty filter alters the pressure balance in the machine. It is
strongly recommended that the ACMV Contractor set up programme which
ensures that filters are replaced or cleaned prior to getting clogged “enough”
to become system problem.
v) In addition to the regular monthly inspection and service, the ACMV Contractor
shall also perform the following items of work:-
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 40 of 125 Signature of Contractor with seal
w) Every 3 months, check and analyse the oil and refrigerant of all water chilling
units and replace oil and refrigerant, if necessary. Every 3 months, check and
balance outside air quantities for all air handling units.
x) Every 6 months, check and clean all strainers on pipe work.
y) Every 12 months, check and balance water flow rates for all equipment. Every
12 months overhaul all water chilling units including inspection and cleaning of
heat exchanger tubes of condenser and chiller.
z) The ACMV Contractor shall supply the necessary labour, equipment and
instruments for testing of the systems in the ACMV system by the Authorities
during inspection. After every inspection and service, the ACMV Contractor shall
submit a written report to TPCL.
IV. Manpower Requirement
1. Man Power requirement for Maintenance of ACMV and Connected
Works
S.
No. Designation
No. of
persons Qualification Minimum Exp. in O&M
ACMV Works
1. O&M
Incharge
1 Engineer
Graduate in
Mechanical
Engineering
Should have minimum 10 years
experience in operation and
maintenance of Air Conditioning system
of capacity not less than 2000 TR
Diploma in
Mechanical
Engineering
Should have minimum 12 years
experience in operation and
maintenance of Air Conditioning system
of capacity not less than 2000 TR
2. Shift
Mechanical
Engineer
4 Diploma in
Mechanical
Engineering
Should have minimum 5 years
experience in operation and
maintenance of Air conditioning system
3. Shift
Electrical
Engineer
4 Diploma in
Electrical and
Electronics
Engineering
Should have minimum 5 years
experience in operation and
maintenance of Electrical switch gears
with “C” license.
4. Shift
Technician
8 Diploma -
Mechanical /
Electrical /
Cert. course
in AC
Should have minimum 2 years
experience in operation and
maintenance of ACMV
ITI –
Mechanical /
Electrical /
Cert. course
in AC
Should have minimum 3 years
experience in operation and
maintenance of ACMV
5. Helper 4 8th or SSLC Should have minimum 4 years
experience in operation and
maintenance of ACMV
ITI –
Mechanical /
Electrical
Fresher
Total 21
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 41 of 125 Signature of Contractor with seal
Note:
a) Working hours for Operation & Maintenance of ACMV and Connected Works will be
round the clock, seven days a week, 365 days an year including Sundays, Festivals,
National Holidays / Holidays. Adequate number of personnel as per tender
document shall be deployed by the Contractor in suitable shift duties. Exact working
hours will be fixed in consultation with Officer-in-Charge of TPCL. The Contractor
shall abide by all the Statutory Laws while deputing personnel in TPCL premises.
The personnel deployed by the Contractor should be duly qualified and trained
having requisite experience.
b) The above manpower is minimum requirement for routine O&M of ACMV and
Connected works. In case of Annual Maintenance, major breakdowns, emergency
situation etc., Bidder has to provide required manpower, tools, tackles, testing
instruments etc. to fulfill the contractual requirement. If the bidder feels that the
above minimum manpower is not adequate for routine operation and Maintenance
of ACMV works, the bidder shall engage more manpower within quoted price.
c) The Contractor shall deploy the required number of employees / workmen as stated
above to ensure rendering satisfactory services round the clock in three shift basis
including shift relievers, as may be required by TPCL.
d) The Contractor shall deploy such of their personnel who are courteous, trained well
mannered and disciplined. The personnel deployed by the Contractor should observe
at all times during the contract period, strict discipline and should see that the
decency and decorum are maintained during the course of their working. They shall
abide by the disciplinary procedures; rules, regulation, guidelines, Standing Orders
laid down by TPCL and shall strcitly follow the instructions given by the
representative or office incharge of TPCL from time to time.
e) Contractor shall take suitable measure in the event of any of his personnel failing to
observe discipline and decency in the campus as may be brought to the knowledge
of the Contractor and shall make immediate replacement of such of the personnel
who are habitually indulging in commissions & ommissions of acts which
would render the services of the Contractor in effective. In case of failure to do on
the part of the Contractor, TPCL would be at liberty to restrict the entry of such
personnel inside the campus and in such an event, necessary deduction shall be
effected from the monthly bills of the Contractor.
2. The Contractor shall employ the required number of personnel for carrying out
the jobs specified in the tender round the clock and as per following shifts for
rendering satisfactory services:
Shift 1st Shift 2nd Shift 3rd Shift
Reliever General
Timings 6 am – 2 pm 2 pm – 10 pm 10 pm – 6 am 9 am – 6 pm
O&M Incharge 1 General Shift - 9 am to 6 pm
Engineers 8 1 1 1 1 4
Technicians 12 2 2 2 2 6
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 42 of 125 Signature of Contractor with seal
(8 hours working per day in a calender month of 30/31 days including wages of weekly
off. No Shift person shall be allowed to work beyond normal shift time, (specific
approval to be obtained from TPCL incase of exigency).
V. PERIODIC MAINTENANCE & SERVICE SCHEDULE
As a minimum requirement, the ACMV Contractor shall carry out the inspection,
maintenance and service of all machinery and equipment comprising the ACMV
systems in accordance with the periodic service schedule listed below and at the time
of such inspections shall perform when and where necessary the normal services listed
below:
Though the list is exhaustive, it cannot be taken to be all inclusive. Hence, any other
services that will normally form part of maintenance requirement as per International
Best Practice shall be deemed to be included in the scope of work for maintenance
contract. The maintenance intervals of the filter depends on the air cleanliness of each
locality. A dirty filter alters the pressure balance in the machine and thus performance. A. CHILLER
MONTHLY INSPECTION AND SERVICE
a) Check refrigerant level, Leak test with electronic leak detector. If abnormal, trace
fault and rectify as necessary. Inform CLIENT’S in writing on the rectification.
b) Inspect level and condition of oil. If abnormal, trace fault and rectify as necessary.
Inform CLIENT’S in writing on the rectification.
c) Check the liquid line sight glasses for proper flow.
d) Check all operating pressure and temperature.
e) Inspect and adjust, if required, all operating safety controls, motors, control panels
and accessories.
f) Check capacity control. Adjust if necessary.
g) Check motorised valves and its BAS functions and Inlet and outlet valves of chill
water lines.
h) Visual inspect machine and associated components and listen for unusual sound or
noise for evidence of unusual conditions.
i) Check lock bolts and chiller spring mount.
j) Review daily operating log maintained by CLIENT’S’s operating personnel.
k) Providing written report to CLIENT’S, outlining services carried out, adjustment
made, rectification carried out and if the deficiency is of a major nature, arrange
with CLIENT’S for shut-down to rectify equipment
l) Check motor terminals.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 43 of 125 Signature of Contractor with seal
m) Check connections in starter.
n) Check motor ground, meg. motor and connection wiring on each leg.
o) Check motor temperature cut-out, tighten motor terminals.
p) Check starter contacts, arc shield, transformer etc.
ANNUAL INSPECTION
a) Perform all functions for monthly check.
b) Check all flanges for tightness.
c) Change oil and oil filter, if required.
d) Check oil temperature control and oil acidity test.
e) Check dashpot oil, clean dashpot and replace oil when necessary.
f) Test and calibrate overload setting.
g) Inspect, calibrate and adjust to original specifications all gauges, safety and
operating controls including low temperature and high pressure cut-out, oil
pressure switch, load limit relay and electrical interlocks.
h) For Water cooled condenser systems, inspect condenser tubes for fouling.
i) If fouling exceeds original specifications, ACMV Contractor shall carry out cleaning
of the tubes.
j) For Air-cooled condenser coils, dust should not be allowed to accommodate on the
condenser coil surfaces. Cleaning should be as often as necessary (approximately
every six months) to keep coil clean.
k) Exercise care when cleaning the coil, use a soft brush and a sprayer, so that the
coil fins are not damaged. Under no circumstances should this unit be clean with
Acid based cleaner.
B. WATER PUMPS
MONTHLY INSPECTION
a) Inspect all water pumps, motors, control panels etc.
b) Check all seals, glands and pipelines for leaks and rectify as necessary.
c) Re-pack and adjust pump glands as necessary.
d) Check all pump bearings and lubricate with oil or grease as necessary.
e) Check the tension of all belt drivers and adjust as necessary.
f) Check the alignment and condition of all rubber couplings between pumps and
drive motors and rectify as necessary.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 44 of 125 Signature of Contractor with seal
g) Check all bolts and nuts for tightness and tighten as necessary.
ANNUAL INSPECTION
a) Perform all function for monthly checks.
b) Check motor ground, meg. motor and connection wiring on each leg.
c) Tighten motor terminals.
d) Check starter contacts.
e) Test and calibrate overload setting.
C. EXPANSION TANK
MONTHLY CHECK
a) Inspect expansion tanks. Drain, clean and flush out tanks as necessary.
b) Analyse chilled water and check on chemical treatment.
D. FANCOIL UNITS AND AIR HANDLING UNITS, CASSETTE UNITS AND SPLIT
AC UNITS
MONTHLY INSPECTION
a) Check all air filters and clean or change filters as necessary.
b) Check all water coils, seals and pipelines for leaks and rectify as necessary.
c) Check and re-calibrate modulating valves and controls. Adjust and rectify as
necessary to ensure compliance to the original specifications.
d) Purge air from all water coils.
e) Checks all fan and motor bearings and lubricate with grease as necessary and
motor cable terminal tightness, control panel tightness etc.
f) Check the tension of all belt drives and adjust as necessary.
g) Check and clean all the condensate pans, trays and drains.
h) Check, measure and re-calibrate all sensors as necessary.
i) Check, clean and service smoke detectors. Carry out a system test to ensure that
the smoke detector will trip the AHU’s.
j) Check spring vibration isolators for abnormal vibration. Rectify as necessary.
k) Coil to be cleaned by (a) spray of high-pressure clean water (not exceeding 30 Psi)
(b) with chemical spray, if necessary.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 45 of 125 Signature of Contractor with seal
ANNUAL INSPECTION
a) Perform all functions for monthly checks.
b) Check motor ground, meg. motor and connection wiring on each leg.
c) Tighten motor terminals.
d) Check starter contacts.
e) Test and calibrate overload settings.
E. VENTILATION
MONTHLY CHECK AND ANNUAL INSPECTION
a) Check, adjust as necessary the air flow of all fans are in compliance with the original
specification.
b) Check the tension of all belt drives and adjust as necessary.
c) Check and lubricate all fan and motor bearings, check the control panels etc.
d) Tighten motor terminals.
e) Check starter contacts.
f) Test and calibrate overload settings.
g) A system check shall be carried out for all Mechanical ventilation (MV),
Pressurization and Exhaust System to verify the performance of the systems.
D. ELECTRICAL PANELS
MONTHLY AND ANNUAL INSPECTION
a) Clean and adjust all switchgear, contactors, relays and associated electrical
equipment at intervals not exceeding six months.
b) Check and prove operation of thermal overload and protection devices.
c) Check and ensure tightness of all equipment fastenings and cable terminations
within switchboards.
d) Vacuum clean all switchboard cubicles.
E. PIPING SYSTEM
MONTHLY AND ANNUAL INSPECTION
a) Check all piping systems for leaks and repair these where they have occurred.
b) Check for damage or deterioration of insulation or sheathings. Rectify as necessary.
c) Check all valves, meters and their insulations.
F. MEG SYSTEM
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 46 of 125 Signature of Contractor with seal
MONTHLY CHECKING EM
Monthly checking of MEG - PH and density and top up the MEG as required.
VI. CONSUMABLE MATERIALS
1. All consumable materials will be supplied by TPCL.
2. All oils and greases required for lubrication of compressors, fan bearings, motors
bearings, pivots and other moving parts. All refrigerants required to replace
refrigerant losses in the refrigerant systems.
3. All consumable, filter elements / rolls.
4. All Chemicals for the correct chemical treatment of the chilled water system.
5. All carbon brushes required to replace worn brushes in electric motors.
6. All electric contact points required to replace worn electric contact points in
switchgears, motor starter gears, electronic control gears and electric relays.
7. All electric fuses required to replace blown fuses.
8. All cotton waste, soap detergent and other cleaning materials required for
cleaning purpose.
9. Mono-ethylene Glycol.
10. Necessary quantity cooling water chemicals, micro biocides for control destruction
of corrosion and scaling due to dissolved solids, the growths of fungi and algae etc.
Corrosion control shall be done every day / month and microbiological control shall
be carried out quarterly per annum.
VII. SPARES OWNED BY TPCL
The Spares owned by TPCL shall be used by Contractor and TPCL shall replenish /
replace the items used at site. Necessary requirements of usage on weekly/monthly
basis shall be furnished by the Contractor.
VIII. List of Equipment
S.NO EQUIPMENT UOM QTY
1 Critical Chiller Nos 7
2 Brine Chiller Nos 3
3 Comfort Chiller Nos 3
4 Water Cooled Chiller Nos 4
5 Cooling Towers Nos 4
6 Make Up water Pump Nos 2
7 Comfort Water Cooled Primary pump Nos 6
8 Comfort Air Cooled Primary pump Nos 4
9 Comfort Water Cooled Secondary pump Nos 5
10 Plate Heat Exchanger – Chill Water pump Nos 6
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 47 of 125 Signature of Contractor with seal
11 Plate Heat Exchanger – Thermal Storage Primary pump Nos 6
12 Brain Air Cooled pump Nos 3
13 Critical Air Cooled Primary pump Nos 8
14 Comfort Chill Water Secondary pump Nos 5
15 Comfort Chill Water Secondary pump Nos 4
16 Plate Heat Exchanger Nos 4
17 Thermal Energy Storage Tank Nos 47
18 Air Handling Units Nos 87
19 Heat Recovery Wheel Nos 59
20 Ceiling Suspended Units Nos 3
21 Plenum Nos 87
22 Pantry Exhaust Fan Nos 4
23 Electrical Room Exhaust Fan Nos 4
24 Fresh Air Unit AHU Nos 4
25 Fresh Air-Gents Toilet Nos 8
26 Fresh Air-Ladies Toilet Nos 8
27 Exhaust Air-Gents Toilet Nos 8
28 Exhaust Air-Ladies Toilet Nos 8
29 Lift Well Pressurization Unit Nos 8
30 Stair Case Pressurization Unit Nos 18
31 Lift Lobby Nos 4
32 Fresh Air unit AHU-B1 Nos 2
33 Fresh Air-Kitchen Nos 4
34 Exhaust Air-Kitchen Nos 4
35 Fresh Air-STP Nos 1
36 Exhaust Air-STP Nos 1
40 Jet Fan Nos 300
41 DIDW Fan-Fire Mode Nos 30
42 DIDW Fan-Normal Mode Nos 30
IX. LIST OF MINIMUM TOOLS AND TACKELS TO BE PROVIDED BY THE
CONTRACTOR
All the tools required for carrying out the work stipulated in this document shall be
provided by the Contractor at site. But, the following minimum is a must at all times:
Sl.
No. Description Unit
Qty.
1. Air Blowers Nos 2
2. Heavy Duty Wet And Dry Industrial Vacuum Cleaner Nos 2
3. Hand drilling machine - small / Heavy Duty Nos Each 1
4. SKF full Bearing assembly kit set 1
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 48 of 125 Signature of Contractor with seal
5. Laser Alignment Tool kit set 1
6. Oxy - Accetylene Gas cutting & welding set with cylinders set 1
7. Dial Gauge set set 1
8. Hydraulic puller set set 1
9. Complete spanner sets set 3
10. Flaring Tool set Set 1
11. Oil charging pump for chiller compressor Set 1
12. High Pressure washing pump with 10 meter length hose Set 1
13. Refrigerant Vaccum pump Set 1
14. Refrigerant Recovery pump Set 1
15. Manifold set with gauges Set 1
16. Vibration meter No. 1
17. Taco meter - IR No. 1
18. Megger No. 1
19. Multi meter No. 3
20. Water Balancing meter Set 1
21. Loop calibration meter No. 1
22. Clamp meter No. 2
23. Temperature Thermometer – IR No. 1
24. Electrical Refrigerant leak detector No. 1
All the Engineers/Technicians should be given with the following:
a) One set of screwdrivers (one light duty & one heavy duty) with insulated handles.
b) One cutting plier, 500V grade with insulated handles.
c) One live line tester, 500 Volts
Following tools should always be available at site:
a) One set of Box type Spanner with Ratchet
b) One Heavy duty hydraulic Cable Crimping tool (to crimp size up to 300 Sq.mm)
c) Two sets of 6-7 to 30 – 32 size 9 metric 0 double end open spanner
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 49 of 125 Signature of Contractor with seal
d) One set of 6-7 to 30 – 32 size (metric) double end ring spanner
e) Two Nos. adjustable wrenches (12 inch)
f) One No. 0.5 to 16 sq.mm hand crimping tools
g) Two sets of allen keys
h) One star screwdriver set
i) One screwdriver set
j) Two Nos. of hammers (1lb & 2lb)
k) One soldering gun with lead & flux.
l) One drilling / hammering machine with drill bits (concrete / metal) (2.5mm to 16
mm each).
m) Two Nos of Tommy Bar
n) Two pairs of 11000 Volts grade Rubber Gloves (with valid test certificate)
o) Rubber mats.
p) One LT FRP Telescopic Earth / Discharge Rod (400v to 11 Kv)
Following calibrated and well maintained instruments should be available at
site:
1. One Clamp on Ammeter (Tong testers, preferably Kyoritsu make)
AC/DC -400 & 1000 AMPS
AC – 400V & 750V
DC – 400 V & 1000V
Resistance – 400 ohm to 4000 ohm
2. One Multi meters (True RMS preferably Fluke make)
CAT IV 600V – 50 to 500 MV
CAT III 1000V – 5V to 1000 V
DC – 400 mA to 5000 µA
Resistance – 50 ohm to 500 mega ohm
3. One 500V Megger / IR tester (analog) (with valid calibration and test certificate)
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 50 of 125 Signature of Contractor with seal
7B - BUILDING AUTOMATION SYSTEM
Operation & Maintenance for Building Automation System
Preamble
1. TPCL has in place Honeywell Building Automation System comprising of Niagara
AX Supervisor, WEB 600/200 series of Network Controllers (JACE) and Spider
PUB6438S DDC Controllers. TPCL is in the process of upgrading the BAS by
using Niagara WEBs-N4 Supervisor and WEB 8000 series controllers.
2. BAS also comprise of Actuators, CO2 Sensors, Damper Actuators, Damper
Controllers, DP Switches, Flow meters, Valve Actuators, Temperature Sensors,
DDC Controllers, Network Controllers, associated software etc. The Building
Management System/Building Automation System works are to be Operated and
Maintained on a round the clock, full time basis for the specified period to a high
international standard. The details about the scope of work are more fully
described elsewhere in this document, but, in brief, the Owner expects the
Contractor to take a single point and full responsibility of Operation and
Maintenance of the Building Automation System covered by this contract.
3. TPCL requires a single point responsibility for the Contractor in controlling and
managing in respect of the works / system covered by this contract during the
entire contract period.
4. OEM Support
The Bidder / their sub-contractor must submit authorization letter from Honeywell,
clearly stating that bidder / their subcontractor has the competence to provide
maintenance service for Honeywell, Niagara AX / WEBs-N4 Supervisor / WEB 600/
200/ 8000 Series Controller system, Spyder DDC Controller. The bidder should
submit necessary proof for getting the back to back AMC from Honeywell along
with the tender document. If the bidder fails to do so, bidders shall be disqualified
from the tender process.
5. All maintenance for equipment, sub-system and installation shall include
planned preventive, routine, annual and breakdown maintenance. For each, the
Contractor should follow the existing procedures and if any improvement is
necessary, the same shall be incorporated after TPCL’s approval. During contract
period, Contractor may liaise with Original Equipment Manufacturer (OEM).
6. The work is for Operation and Maintenance under single point responsibility and
shall be with modern systems and services of International Quality, integrating all
functions necessary to support the daily operations to high-tech operations and
maintenance smoothly, deploying competent, trained and experienced work force
under a well structured system and using modern management techniques
including hardware and software support. Maintenance of BAS shall be ensured as
‘Life Time Care’ with planned preventive maintenance schedule, procedures, self-
audit and continuous improvement, precisely determining most appropriate type
and level of services to fulfillment of standards and objectives of TPCL Park.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 51 of 125 Signature of Contractor with seal
Contractors field organization and Equipment
Operation & Maintenance In-charge
1. The Contractor shall constantly keep a watch on his work during the progress of
work and shall deploy required qualified and competent engineer as an O&M
Incharge who shall have experience in the field of Operation and Maintenance of
Building Automation System Works.
2. The O&M Manager will be responsible for carrying out the job to the true meaning
of the Contract document, Schedule of Quantities, Technical specifications,
equipment operations, Owner instructions and directions to the satisfaction of the
Owner. Any directions or instructions given to him by the Owner or his authorised
representative shall be deemed to have been issued to the Contractor. The man
power of experienced and trained technical and non-technical support staff shall
assist the works as required to fulfill the scope of work envisaged as listed in this
document. The exact organisation chart to be implemented shall be got approved
from the Owner prior to commencement. If the Owner establishes at any time
the need to augment the field organisation, either on a short term or long term
measure, the Contractor is bound to implement Owner’s instructions forthwith
within the agreed rates.
3. In the case of replacement of any engineer so deployed with the others of
required qualification, TPCL shall be informed atleast 3 months in advance.
Frequent replacements of engineers has to be avoided. No staff shall be replaced
within one year from his date of joining unless otherwise, TPCL desires to relieve
him. No staff shall be relieved/replaced from this site, without the concurrence of
TPCL
Arrangement of Execution of Work
The Contractor shall arrange for all materials, tools tackles, equipment and labour
necessary including its transportation for proper execution and completion of the
job and contract to the satisfaction of the Owner.
II. SCOPE OF WORK
The scope of work under the contract includes the following:
a) The Contractor will provide maintenance services and will carry out day to day
operations, repairs and maintenance of the entire systems / equipment, including
fixing, installing of spare parts/ materials / consumables cabling, pipes, testing /
replacement of duct/space/ immersion temperature sensor/ RH sensor/Differential
Pressure sensor/CO2 sensor/Duct smoke Detectors/Fire Dampers/BTU
meters/Control Valve/Honeywell Spyder DDC / JACE Controllers.
b) To ensure smooth, trouble free and disruption free functioning of all the Niagra
supervisor systems and the systems/equipment that may be installed during
tenure of the contract.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 52 of 125 Signature of Contractor with seal
c) All the routine, preventive maintenance, overhaul, breakdown maintenance,
repair, maintenance, replacements of parts/equipment etc. are part of the Scope
of Work. Services are to be provided round the clock i.e. 24 hours, 365 days a year
in the building. Most of the activities of Electro Mech. Services (ACMV, Electrical,
Instruments) are integrated with BAS and to be maintained all the times.
d) Monitoring and maintaining Time Schedule of AHU required parameter of the
various equipment within the permissible limit as per the clients requirements.
e) Coordination with the fire team during fire simulation audit, emergency evacuation
and evacuation audits.
f) Trouble shooting of equipment related problems. Carryout necessary rectification
/ replacement and putting back the equipment into the operation within the
stimulated time.
g) Reporting of breakdown / abnormalities to TPCL
h) Reporting to TPCL about any faults arising in the devices of fire alarm system
including offline problems and alarms rises out of BMS.
i) Operating and maintenance of the equipment shall include routine check-up,
equipment preventive maintenance work and management of any breakdowns.
j) Maintain log books and records of operational / maintenance activities.
k) The contractor shall submit weekly, monthly and annual reports as required by
TPCL.
l) Any breakdown loss of material or damage to the BMS equipment as a result of
negligent activity on the parts of the Contractor shall deemed to be unsatisfactory
by TPCL and costs, damages would be recovered from the Contractor.
m) Response Time-Any breakdown which is deemed which is deemed to be Minor shall
be rectified within 4 Hours from the time of breakdown. Major breakdown shall be
rectified within 12 Hours from the time of breakdown. This excludes material
replacement and dependency cases.
n) The operation and maintenance of BMS equipment as listed below;
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 53 of 125 Signature of Contractor with seal
LIST OF BAS EQUIPMENTS
SYSTEMS OS/APPLICATION FUNCTIONAL
AREA
SYSTEM
ARCHITECTURE
SOFTWARE
VERSION
MAKE/MODEL TOTAL
(Nos.)
BAS SERVER
HONEYWELL
NIAGARA AX
FRAMEWORK
BUILDING
MANAGEMENT
SYSTEM
TO CONTROL
ACMV SYSTEMS
INTEGRATED
WITH BAS
WORKBENCH
VERSION -
3.3.22
HP PROLIANT
ML330G6,
Windows 2008
R2
3
BAS
WORKSTATION
WINDOWS 10
PROFESSIONAL
BUILDING
MANAGEMENT
SYSTEM
TO CONTROL
ACMV SYSTEMS
INTEGRATED
WITH BAS
HP Elite Desk
800G4 1
BAS
WORKSTATION
WINDOWS 7
PROFESSIONAL
BUILDING
MANAGEMENT
SYSTEM
TO CONTROL
ACMV SYSTEMS
INTEGRATED
WITH BAS
HP PRO3090MT 2
BAS
WORKSTATION
WINDOWS 7
PROFESSIONAL
BUILDING
MANAGEMENT
SYSTEM
TO CONTROL
ACMV SYSTEMS
INTEGRATED
WITH BAS
DELL OPTIPLEX
380 1
S. NO. FIELD DEVICES MAKE MODEL Total Qty
1 NETWORK CONTROLLER HONEYWELL WEB600 5
2 NETWORK CONTROLLER HONEYWELL WEB201 2
3 DDC CONTROLLER HONEYWELL PUB6438S 560
4 VFD DANFOSS P101/102 71
5 CHW Valve Actuator -2WAY VALVE FLOWCON S.M3.1/4.1 90
6 Differential Pressure Switch GREYSTONE GFS80N-1K 440
7 Duct Temperature Sensor GREYSTONE TE200B20D2 660
8 CHW Temperature Sensor (20K) GREYSTONE TE200C20D2E 180
9 CHW Temperature Sensor (10K) CLIVET 34
10 Fire damper controller NIL NIL 570
11 Static Pressure Sensor GREYSTONE LP3A04 90
12 CO2 Sensor GREYSTONE CDD1A6000 90
13 RH Sensor GREYSTONE RH200A03K 90
14 Duct Smoke detector GREYSTONE SL-2000-P 140
15 Outside-Temperature/RH Sensor GREYSTONE RH300A05K 2
16 BTU Meter HONEYWELL UH50 193
17 BTU Meter LANDYS GYR T350 42
* The JACE controllers and Niagara AX supervisor mentioned in the above tables will
be migrated to Honeywell WEB 8000 Series Controller and WEBs-N4 Supervisor in
future
The following minimum maintenance schedule/procedures are to be adhered to for
carrying out the routine/maintenance works:
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 54 of 125 Signature of Contractor with seal
a) Routine Preventive Maintenance Schedule: The Contractor shall also prepare a
Preventive Maintenance Schedule of all the systems in compliance with the
manufacturers recommendations and consultation with officer-in-charge of TPCL.
b) The Contractor shall also maintain Plant & Machinery/equipment history card to
ensure the full details of equipment, frequency of check and overhaul. The
Contractor shall provide list of inventories of critical spare parts/consumables etc.
to be maintained for the purpose of corrective and preventive maintenance to
ensure that the faults are rectified immediately without any downtime. It shall be
the responsibility of the Contractor to provide special tools, testing of equipment
always in readiness.
c) The Contractor shall strictly monitor the Scheduling of all AHU’s/Chillers/ Exhaust
fans and Building Automation System server /Workstations/ all process parameters
of temperature, RH, Flow of Chillers/AHU’s/Fire Dampers and other related
systems/services etc. and to ensure that the systems are operational at all times
round the clock. The Contractor shall maintain the monthly backup of Entire Niagra
Supervisor system and same to be maintained in storage medium given by TPCL.
During monitoring of the same, if any things unusual are noticed, like abnormal
noise in the AHU’s and Chillers etc. coming from any equipment, quick action
should be taken for rectification of the faults immediately.
d) As per request of tenants, the Contractor has to maintain & record of all the entries
of extra working hours, entries of AC energy consumption, electrical energy
consumption and submit the report as and when required.
e) The Contractor shall ensure that in emergency cases the reported fault/support
request is to be attended promptly and in any case within eight hours from the
reporting time and rectification thereof and defects/faults of general or not of
serious nature have to be ensured within 48 hours of the reporting.
f) All complaints have to be attended to, in minimum agreed time, as per industry
norms/practice, failing which, TPCL will be at liberty to get the work done on its
own/another agency and recover the costs incurred from your running bills/security
deposit.
g) In case of renovation/modification of any floor, the Contractor has to ensure safe
removal of existing sensors, controllers, JACE, Workstation, Servers, other systems
involved in BAS and again re-installation and configuration of the same with the
BAS system without any additional charges.
h) All systems/equipment shall be operated as per mutually agreed programs. The
Contractor shall maintain proper entry and upkeep of relevant log books/registers
as per statutory obligations in physical and shall also maintain complaints register,
and work done/carried out reports to the satisfaction of TPCL. The same can also
be maintained in soft copy.
i) Duty allocation and roaster control shall be the Contractor’s responsibility. Exact
working hours will be fixed in consultation with officer-in-charge of TPCL. TPCL
reserves the right to advise replacement/change in the manpower deployed by the
Contractor, if his service is found not satisfactory.
j) The Building Automation System works are to be Operated and Maintained on a
round the clock, full time basis for the specified period to a high international
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 55 of 125 Signature of Contractor with seal
standard. The details about the scope of work are more fully described elsewhere
in this document, but, in brief, the TPCL expects the Contractor to take a single
point and full responsibility of Operation and Maintenance of the BAS covered by
this contract. The TPCL’s objective is that Contractor does not perceive this as a
short term or a one-time contract but as an exercise in Asset value maximization
and Asset Life Prolongation.
k) The bills of quantities are divided into several sections. The rates quoted for each
section shall be self sustainable and correct reflective of the Scope envisaged. TPCL
reserves the right to add or delete from the Scope of work, items as he may deem
fit. The successful bidder cannot make any claim on account of such changes.
l) For operations and Maintenance, provided will ensure availability of the Tools as
required at each location at their cost for effective operation and maintenance
The work is for Operation and Maintenance under single point responsibility and shall
be with modern systems and services of International Quality, integrating all functions
necessary to support the daily operations to high-tech operation and Maintenance
smoothly, deploying competent, trained and experienced work force under a well
structured system and using modern management techniques including hardware and
software support. Maintenance of Building Automation System Systems shall be
ensured as ‘Life Time Care’ with planned preventive maintenance schedule,
procedures, self-audit and continuous improvement, precisely determining most
appropriate type and level of services to fulfillment of standards as per objectives of
TPCL.
Operation and Building automation controls check the following on a quarterly basis:
1. Check operation of control valves, signal should be compared with feedback
2. Check operation of temperature sensors, apply offset and calibrate if required
3. Check operation of dampers in auto mode (check the feedback)
4. Check wiring termination in control panels and ensure tightness
5. Check chilled water control loop and operation of all associated devices
i) Quarterly ppm shall cover the following systems as well
ii) DDC panels
iii) Actuators
iv) Software/Application
v) Sensors
6. Vendor to discuss the plan for quarterly/ half yearly / annually Maintenance
before the PPM activity and MIS report after PPM with Concerned officer of TPCL.
7. Vendor to take up one training session at site every six months and to ensure
that all the concerned stakeholders are present for this as well.
8. Vendor to advice on the in-house maintenance.
9. Vendor to monitor the inventory of minimum critical spares at TPCL stores.
10. All the breakdown and service calls shall be attended as per the defined SLA.
11. All the critical components shall be tested for normal functionality.
12. Energy conservation measure shall be taken and discussed with Admin for any
recommendation and suggestion. If logic to be modified, get the approval and
commission the controller.
13. All spare parts required for repair/replacement of the equipment’s will be TPCL’s
scope.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 56 of 125 Signature of Contractor with seal
15. Corrective maintenance visits to be carried out within 24 hours of logging the
complaint.
16. Any repair / replacement of field equipment will be done within 24 hours of
identifying the fault.
17. Third party integration, hardware / software interface), need to be verified;
problem should be escalated to the Admin team.
18. Check the healthiness of the network communication system, if problem exist,
escalate to the admin team.
19. Possibilities to be explored for central monitoring system for the entire campus.
20. The reports and backup shall be shared when the TPCL officer requesting the
information.
The Building Management System will have following aspects:
1. Equipment Operation and Planned Preventive Maintenance.
2. Overall Management, Co-ordination and Reporting.
3. Managing statutory requirement for operation if any (License, NOC, etc.).
Equipment Operation
As part of operation of Building Management Systems following needs to be completed:
a) Check and verify all systems points on a daily basis
b) Check any points which are overridden with a temporary set point and clear
them
c) Verify operating schedules of equipment ensuring equipment operation is
meeting building occupancy. Bring any required changes to the attention of the
TPCL officer.
d) Verify that the set points are correct and are within the recommended limits
e) Check any outstanding alarms and clear
f) Complete daily operations report, energy usage report, occupancy report etc.
g) Ensure all data points from third party equipment like Energy meters, Chillers,
VFD’s are all displaying properly.
h) Capture any faulty devices, communication issues etc, in daily report and raise
required service requests to ensure timely closure of outstanding issued.
Maintain overall tracker of such issued. Maintain overall tracker of such issues.
i) Submit all trend charts of all equipment on a daily basis to TPCL officer.
j) Ensure system time is in synch with network time
As part of maintenance of the Building management System following needs to be
completed at least on a weekly basis:
a) Check all sensors are displaying the proper status
b) Check operation of all field controllers and associated devices
c) Check operation of dampers, field linkages
d) Check VFD drives for proper operation
e) Ensure chillers, chilled water pumps and VFD and associated equipment are
working according to sequence of operation for maximum energy efficiency and
occupant comfort.
f) Ensure all critical parameters of chiller are getting logged and trended
g) Check calibration of all sensors on an annual basis including temperature,
humidity, CO2 sensors
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 57 of 125 Signature of Contractor with seal
Managing the Services
i. Provided will take ownership of all the services as described in this statement
of Work and will work as an independent unit. TPCLS intervention should be
only on major issues and not on routine/operational issues.
ii. Provided will ensure that the Checklists are adhered to with utmost care and
regularity
iii. Provided will ensure that the Preventive Maintenance is performed for all
equipment as per the Preventive Maintenance Plan.
iv. Provided will prepare and follow Standard Operating Procedures for smooth
functioning of the maintenance services, within 30 days of commencement of
agreement.
v. Provider site in charge will brief TPCL representative on maintenance and
operational proceedings on day to day basis
Reporting
Provider will submit the Daily, Weekly, Monthly, Quarterly, Half-yearly and Annual
Report as per the formats discussed and decided between TPCL and provider. These
Formats will be submitted by Provided within 2 weeks of commencement of Services
at TPCL and will be finalized within one week from submission.
The Reports will include the following:
i. The checklists which will be prepared by the Provided Supervisors for every
equipment at TPCL
ii. Report on Electrical Power consumption and BTU Energy consumption.
iii. Report on UPS Parameters
iv. Report in individual AHU operating parameters including zone temp, setpoint,
on/off status, VFD speed
v. Report on detailed Zone temperatures
vi. Report on chiller water equipment status
vii. Report on the Major Replacements & repairs undertaken
viii. Report on Inventory Status of Spares and Consumables
ix. report on forthcoming Preventive Maintenance
x. Report on breakdowns
xi. Report on Spares Consumption (Highlighting abnormal consumptions)
xii. Report on Employee Health & Safety (EFS)
xiii. Report on Customer satisfaction
The above Reports are indicative. final Reports and the Formats will be developed
and finalized as mentioned above.
Value -Adds & Key Deliverables of Provided
i. Minimum Emergency repairs-this will be monitored on a monthly basis and over
6 months of services there should be a decline in the number of incidents and
expense thereof towards the Emergency Maintenance
ii. Preventive Maintenance schedule to be followed with 100% compliance and
predictive maintenance techniques to be followed.
iii. Response and resolution Time to be followed to be complied within 100% of
the cases. Resolution time is to be complied with in 98% of the cases. In a most
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 58 of 125 Signature of Contractor with seal
2% cases, wherein the problem is beyond the control pf provider, the
Resolution Time can go beyond the committed Time but has to be apprised to
TPCL and approved by TPCL. all such deviations are to be reported separately
to TPCL.
iv. All the Daily, Weekly, Monthly, Quarterly. Half-Yearly and Annual Reports and
Checklists to be adhered to.
v. Energy audits – Participate in Energy Audits
vi. Energy savings – Targets to be set with TPCL representative
vii. Maintaining adequate inventory of critical parts and reporting it a monthly
basis.
III. Manpower Requirement for Maintenance of BAS and Connected Works
S.
No. Designation No. of
persons Qualification Minimum Exp. in O&M
(No. of years)
1. O&M
Incharge 1
Engineering
Graduate in Instrumentation / Electronics /
Electrical Engineering
Should have minimum 10 years experience in operation and maintenance of Building Management system and should have experience in Honeywell BAS (Niagara AX/N4
Supervisor/ WEB600 / 8000 Series Controllers)
2. Shift
Engineer 4
Engineering/ Diploma
Graduates in Instrumentation
/ Electronics / Electrical
Engineering
Should have minimum 3 (For Engineering Graduates) / 5 (For Diploma holders) years of experience in
operation and maintenance of Building Management system
3. Shift
Technician 4
Diploma
Graduates in
Instrumentation / Electronics /
Electrical Engineering
Should have minimum 3 years of
experience in operation and maintenance of Building Management system
Note:
a) Categories are defined for the purpose of taking Minimum Wages into consideration,
as notified by the Govt. of Tamil Nadu from time to time that are to be paid to the
workers deployed by the Contractor at TPCL Site(s). However, for the Staff falling
under above Skilled Category and having Managerial/Specialized role at TPCL Site,
the bidders may consider wages as per industry standards.
b) Working hours for Operation & Maintenance of BAS and Connected Works will be
round the clock, seven days a week, 365 days an year including Sundays, Festivals,
National Holidays / Holidays. Adequate number of personnel as per tender
document shall be deployed by the Contractor in suitable shift duties. Exact working
hours will be fixed in consultation with Officer-in-Charge of TPCL. The Contractor
shall abide by all the Statutory Laws while deputing personnel in TPCL premises.
The personnel deployed by the Contractor should be duly qualified and trained
having requisite experience.
c) The above manpower is minimum requirement for routine O&M of BAS and
Connected works. In case of Annual Maintenance, major breakdowns, emergency
situation etc., Bidder has to provide required manpower, tools, tackles, testing
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 59 of 125 Signature of Contractor with seal
instruments etc. to fulfill the contractual requirement. If the bidder feels that the
above minimum manpower is not adequate for routine operation and Maintenance
of BAS works, the bidder shall engage more manpower within quoted price.
d) The Contractor shall deploy the required number of employees / workmen as stated
above to ensure rendering satisfactory services round the clock in three shift basis
including shift relievers, as may be required by TPCL.
e) The Contractor shall deploy such of their personnel who are courteous, trained well
mannered and disciplined. The personnel deployed by the Contractor should
observe at all times during the contract period, strict discipline and should see that
the decency and decorum are maintained during the course of their working. They
shall abide by the disciplinary procedures; rules, regulation, guidelines,
Standing Orders laid down by TPCL and shall strcitly follow the instructions given by
the representative or office incharge of TPCL from time to time.
f) Contractor shall take suitable measure in the event of any of his personnel failing to
observe discipline and decency in the campus as may be brought to the knowledge
of the Contractor and shall make immediate replacement of such of the personnel
who are habitually indulging in commissions & ommissions of acts which
would render the services of the Contractor in effective. In case of failure to do on
the part of the Contractor, TPCL would be at liberty to restrict the entry of such
personnel inside the campus and in such an event, necessary deduction shall be
effected from the monthly bills of the Contractor.
3. The Contractor shall employ the required number of personnel for carrying out the
jobs specified in the tender round the clock and as per following shifts for rendering
satisfactory services:
Shift 1st Shift 2nd Shift 3rd Shift General
Timings 6 am – 2 pm 2 pm – 10 pm 10 pm – 6 am 9 am – 6 pm
O&M Incharge 1 General Shift - 9 am to 6 pm
Engineers 4 1 1 1 1
Technicians 4 1 1 1 1
(8 hours working per day in a calender month of 30/31 days including wages of
weekly off. No Shift person shall be allowed to work beyond normal shift time,
(specific approval to be obtained from TPCL incase of exigency).
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 60 of 125 Signature of Contractor with seal
7C – DIESEL GENSET AND CONNECTED
WORKS
I. DG-MECHANICAL SCOPE OF WORK
Preamble
1. TPCL has in place DG plant with total capacity of 10 MVA (5 x 2000 KVA). The plant
is to provide 100% backup to entire operation of the Building. The DG Sets and
Connected works are to be Operated and Maintained on a round the clock (24 hours
x 7 days), full time basis for the specified period to a high international standard.
The details about the scope of work are more fully described elsewhere in this
document, but, in brief, the Owner expects the Contractor to take a single point
and full responsibility of Operation and Maintenance of the Diesel Generator Sets
and Connected works covered by this contract. The Owner’s objective is that
Contractor does not perceive this as a short term or a one-time contract but as an
exercise in Asset value maximisation and Asset Life Prolongation.
2. TPCL requires a single point responsibility for the Contractor in controlling and
managing in respect of the works / system covered by this contract during the entire
contract period. TPCL will impose / charge Liquidated Damages (not as penalty) on
the Contract in terms of one day’s O&M charges in case of failure of any utility /
service for each occurrence, for each day of delay has agreed by the contractor
herein.
The scope of work under the contract includes the following:
3. The work is for O&M under single point responsibility and shall be with modern
systems and services of International Quality, integrating all functions
necessary to support the daily operations to high-tech operations and
maintenance smoothly, deploying competent, trained and experienced work
force under a well structured system and using modern management
techniques including hardware and software support. Maintenance of DG Sets
and Connected works shall be ensured as ‘Life Time Care’ with planned
preventive maintenance schedule, procedures, self-audit and continuous
improvement, precisely determining most appropriate type and level of services
to fulfillment of objectives of TPCL Park.
The single point responsibility shall cover:
a) Taking possession with all service systems in satisfactory working conditions
duly tested and commissioned, from the existing Contract agency and in Co-
ordination with the Owner/Representative.
b) All maintenance for equipment, sub-system and installation shall include
planned preventive, routine, annual and breakdown maintenance. For each,
the Contractor should follow the existing procedures and if any improvement
is necessary, the same shall be incorporated after TPCL’s approval. During
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 61 of 125 Signature of Contractor with seal
contract period, Contractor may liaise with Original equipment manufactures
(OEM). The selected Contractor shall co-ordinate with existing Contractor for
knowing existing operation and maintenance practices during handing over of
system
c) Adequately man the O&M implementation inclusive of support from their Head
Office, on Administration and Technical matters. Also provide adequately for
transport, insurance, uniforms etc. for all O&M staff.
4. OEM Service Support
The bidder should submit an undertaking from the Original Equipment
Manufacturer (MTU and Leroy Somer) stating that they would facilitate the
bidder on a regular basis for the maintenance and service support of MTU
engine and Leroy Somer during contract term.
5. The operator shall be required to record the duration of interruption in syst
em operation during power failure.
6. Operation and Maintenance of 5 Nos. of 2000 KVA MTU Make DG Sets,
Synchronizing panel, Ancillary panel, Sandwich bus ducts, Fuel pumps,
Ventilation system and Flue Gas Desulphurization (FGD) system during power
failures / load tests (schedule will be given by TPCL) as per OEM
recommendations
i. Logging, Monitoring and maintaining of required parameter values of
the DG sets within permissible limits.
ii. Devising Energy Efficient Pattern of Operation for DG Sets in line with
the energy conservation schemes of TPCL.
iii. Monitoring and maintaining the parameters of radiator coolant within
limits by topping up the DM water/Coolant chemicals.
7. All major breakdowns in Engine/Alternator/Connected Accessories shall be taken
up with OEM and repair has to be carried out under the Supervision of OEM. The
spares from OEM shall be arranged based on the report by OEM for all
breakdowns by TPCL. The contractor shall have arrangement with OEM for on
the spot study/analysis/repairs to be undertaken by OEM supervision. The details
of such arrangement shall be submitted to TPCL to be acceptable by TPCL.
8. The Contractor will maintain log books and registers in which full and detailed
records of all daily operational maintenance and repair activities will be kept to
provide a basis for preparation of periodic reports by the Contractor as required
to TPCL. All Log books and registers shall be accessible to TPCL at all times
during the period of contract.
9. Carry out change-over operations to DG power supply within 1 Minute during
power failures.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 62 of 125 Signature of Contractor with seal
10. Submitting of Completed PPM checklists/ Work orders and daily, weekly and
monthly reports to TPCL.
11. Trouble-shooting of equipment related problems by carrying out necessary
rectification /replacement and putting back the equipment into operation within
the stipulated time mentioned in the contract documents.
12. Generating spare consumption reports on a monthly basis and submitting to
TPCL.
13. The contractor will operate manage and maintain the system to suit the
Owner’s requirements for the whole of the Contract Period.
14. The Contractor shall undertake to carry out the Works in such a manner as to
ensure that the DG sets and connected works and equipment are fully
functional and performing.
15. The Contractor shall refer all operational and maintenance management issues
for consideration and decision to TPCL.
16. The primary purpose of carrying out the Works is to ensure that the best O&M
practices and engineering standards are maintained at all times round the year.
17. The Contractor will operate and maintain the equipment and system daily in
accordance with Original Equipment Suppliers operation and maintenance
specifications as a minimum requirement, and Standard O&M Procedures.
18. Daily Operation and Maintenance of the equipment will include routine checkup
of and adjustment to the equipment preventive maintenance works and
management of any breakdowns.
19. Any breakdown, loss of material or damage to the Plant as a result of negligent
activity on the part of the Contractor shall be deemed to be unsatisfactory
performance and must be immediately repaired to the proper condition and to
the satisfaction of TPCL at contractor cost.
20. The Contractor shall bring necessary tools, tackles, vibration monitoring
equipment and measuring equipment, for efficient operation and maintenance
of entire DG sets and connected works.
21. During annual maintenance period/ major breakdowns the Contractor shall
provide additional man power, tools, tackles etc. to manage the above in time.
22. The contractor should check and report to TPCL on daily stock of HSD. If HSD
stock level comes to minimum level, the same shall be informed immediately
and followed with TPCL for further procurement of HSD.
23. Planned Preventive Maintenance (PPM) to be done as per schedules / checklists
for DG sets and equipment and carrying out the PPM activities as per the
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 63 of 125 Signature of Contractor with seal
Schedule /Checklist. The check list are to be updated based on OEM/TPCL
recommendations.
24. The scope of work other then the above also mentioned in anywhere in the tender
document is applicable during contract period.
25. The contractor shall co-ordinate with REPRESENTATIVE during TNPCB
inspection, CEIG inspections and other statutory inspections.
26. All measuring instruments (Energy meters, Voltmeters, Ammeters, relays,
circuit breakers, etc.) shall be tested and calibrated once in a year for ensuring
correctness of measurements and report to be submitted within the quoted
rate.
27. A further purpose of carrying out the Works is to ensure that all plant and
equipment to be maintained to a standard that will ensure that at the end of
the Contract Period all the plant and equipment should be handed over in a
satisfactory working condition.
28. Periodically carrying out painting of equipment/ pipelines/stack/ platforms, as
and when they get damaged / peeled off.
29. Maintaining the lubricating oil levels by topping up the same as and when
required.
30. Replacement of damaged oil/ air/ fuel oil filters (Lubrication Oil and filters will
be supplied by TPCL).
31. O&M of FGD system. (Consumables Supplied by TPCL)
32. The contractor shall arrange OEM inspection/health checkup for all DG
Engines/Alternators/ Equipment on yearly basis and OEM should submit report
to owner.
33. Checking and maintaining of battery voltage and acid specific gravity within
permissible levels.
34. Replacement of damaged batteries. (New batteries supplied by TPCL)
35. O&M contractor is responsible for round the clock operation of the entire system
and all the operation and maintenance shall be performed by suitably trained
and qualified personnel.
36. Hence, the essence of this contract is to achieve ‘Zero Breakdown”. All efforts
are to be made with up to date maintenance in achieving this, by using
predictive and proactive maintenance techniques at times, and, by strictly
adhering to preventive maintenance practices and schedules. Only qualified
with experienced Electrical Engineers and Technicians who have carried out
similar works with good track records shall be considered for engagement.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 64 of 125 Signature of Contractor with seal
37. Contractors shall engage and deploy experienced technical staff, who have
experience in troubleshooting to meet these kinds of requirements and handling
Break down situations. So engaged supervisors / technicians shall have ability
to read continuous power and control circuit drawing of 30 pages or more, able
to do troubleshooting and rectification.
Special Conditions:
i. All works to be carried out in accordance with relevant Indian Standards and
as per Indian Electricity rule as amended. The contractor has to obtain
necessary clearance from Electrical Inspectorate. Panels, Fittings, Equipment,
Systems etc., all the components, accessories, Sub-Assembly, assemblies etc.
which are attachments or parts needed for the purpose. Any other work which
are incidental or part of the above, but not specifically spelt out will also be
included in the scope.
ii. For carrying out above job the contractor has to make his own arrangements
for tools, tackles and measuring equipment, measuring meters, safety and
protective devices for carrying out the work.
iii. TPCL is an Information Technology Park and has critical power requirement.
Please note maintenance should be in such a way that the break down should
not be more than 8 hrs in any case.
iv. For some of the emergency load points power availability has to be monitored
round the clock.
v. Contractor will ensure that the deployed staff should have basic qualification,
License (issued by Chief Electrical Inspectorate to Govt) and are capable of
handling work as stipulated in scope of work. Contractors should deploy
electrical staff having experience in handling such Break-down situations and
have ability to read continuous drawing of 30 pages or more and capable of
troubleshooting and rectification.
vi. As the work involved is quite specialized and continuous monitoring is required,
absenteeism of the contractor’s employees will not be tolerated.
vii. It is presumed that contractor will deploy skilled manpower as required. All the
labour and expertise are included in the scope of work. No extra payment will
be made for carrying out wiring work, routine breakdown and preventive
maintenances.
viii. All the breakdown calls should be attended immediately. In case frequency /
work demands more manpower, Contractor will arrange additional manpower,
at no extra cost, so as not to disturb the research activities.
ix. It is fully contractor’s responsibility to deploy qualified Engineer, Supervisor and
Technicians with relevant Qualifications, License, hands on experience to
handle electrical System and Equipment specified in the scope of work. They
should be well conversant with Indian Standard, Indian Electricity Rule and Acts
as applicable and should have knowledge of electrical and Industrial safety
practices.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 65 of 125 Signature of Contractor with seal
x. Contractor will ensure consistency of work and workforce, correct trouble
shooting, good workmanship, follow all safety procedures and will make all
necessary efforts to maintain healthy environment and reliable services.
xi. It is purely contractor’s responsibility to get his staff acquainted with the site
condition, operation and maintenance procedures, equipment details, safety
devices, Scope of work etc.
III. Deployment of Staff by the Contractor:
Minimum Man Power requirement for Operation and Maintenance of Diesel
Generator Sets and Connected Works
Sl. No.
Designation No. of Persons
Qualification Minimum Experience (No. of years)
1. O&M Incharge
1 Engineering Graduate in Mechanical Engineering
Or
Diploma in Mechanical Engineering
Should have minimum 10 years experience in Operation and Maintenance of Diesel
Generator Sets of capacity not less than 1250 KVA. Should have minimum 12 years experience in Operation and Maintenance of Diesel Generator Sets of capacity not less than 1250 KVA
2. Shift Mechanical Engineer
4 Diploma in Mechanical Engineering
Should have minimum 5 years experience in Operation and Maintenance of Diesel Generator Sets of capacity not less than 1250 KVA
3. Shift Electrical Engineer
4 Diploma in Electrical and Electronics Engineering
Should have minimum 5 years experience in Operation and Maintenance of Diesel Generator Sets of not less than 1250
KVA/1010 KVA with “C” license.
Note:
a) TPCL reserves the right to increase or decrease the manpower requirement as
per LOA. Intent will be issued before 10 days of commencement of next contract
month. If no intent is issued, it is presumed that previous month manpower will
be continued.
b) Categories are defined for the purpose of taking Minimum Wages into
consideration, as notified by the Govt. of Tamil Nadu from time to time that are
to be paid to the workers deployed by the Contractor at TPCL Site(s). However,
for the Staff falling under above Skilled Category and having Managerial/
Specialized role at TPCL Site, the bidders may consider wages as per industry
standards.
c) Working hours for Operation & Maintenance of DG Sets and Connected Works
will be round the clock, seven days a week, 365 days a year including Sundays,
Festivals, National Holidays/Holidays. Adequate number of personnel as per
tender document shall be deployed by the Contractor in suitable shift duties.
Exact working hours will be fixed in consultation with Officer-in-Charge of TPCL.
The Contractor shall abide by all the Statutory Laws while deputing personnel
in TPCL premises. The personnel deployed by the Contractor should be duly
qualified and trained having requisite experience of DG Systems.
d) The above manpower is minimum requirement for routine O&M of DG Sets and
Connected works. In case of Annual Maintenance, major breakdowns,
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 66 of 125 Signature of Contractor with seal
emergency situation etc., Bidder has to provide required manpower, tools,
tackles, testing instruments etc. to fulfill the contractual requirement. If the
bidder feels that the above minimum manpower is not adequate for routine
Operation and Maintenance of DG Sets and Connected works, the bidder shall
engage more manpower within quoted price. The manpower deployed in shifts
should always be available as agreed in the contract.
1. Duties and Responsibilities of O&M Incharge:
i) Take care of the Operation and Maintenance of entire DG Sets &
troubleshooting
ii) Daily / Monthly / Weekly PPM Works.
iii) Preparing, maintaining and submission of Log Sheets/Books
iv) Supervising of DG team and maintenance of all DG Sets.
v) Maintain daily checklists
2. The Contractor shall employ following required number of Engineers for carrying
out the jobs specified in the tender and as per following shifts for rendering
satisfactory services:
O&M Incharge 1 General Shift - 9 am to 6 pm
Shift Engineers 8 2 2 2 2
Shift 1st Shift 2nd Shift 3rd Shift Reliever
Timings 6 am – 2 pm 2 pm – 10 pm 10 pm – 6 am
(8 hours working per day in a calender month of 30/31 days including wages of
weekly off. No Shift person shall be allowed to work beyond normal shift time,
(specific approval to be obtained from TPCL incase of exigency).
IV. TESTING, MEASURING EQUIPMENTS, TOOLS & TACKLES
All the tools required for carrying out the work stipulated in this document shall be
provided by the Contractor at site. But, the following minimum is a must at all times:
All the Engineers/Technicians should be given with the following:
i. One set of screwdrivers (one light duty & one heavy duty) with insulated
handles.
ii. One cutting plier, 500V grade with insulated handles.
iii. One live line tester, 500 Volts
Following tools should always be available at site:
i. One set of Box type Spanner with Ratchet
ii. One Heavy duty hydraulic Cable Crimping tool (to crimp size up to 300
Sq.mm)
iii. Two sets of 6-7 to 30 – 32 size 9 metric 0 double end open spanner
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 67 of 125 Signature of Contractor with seal
iv. One set of 6-7 to 30 – 32 size (metric) double end ring spanner
v. Two Nos. adjustable wrenches (12 inch)
vi. One No. 0.5 to 16 sq.mm hand crimping tools
vii. Two sets of allen keys
viii. One star screwdriver set
ix. One screwdriver set
x. Two Nos. of hammers (1lb & 2lb)
xi. One soldering gun with lead & flux.
xii. One drilling / hammering machine with drill bits (concrete / metal) (2.5mm to
16 mm each).
xiii. Two Nos of Tommy Bar
xiv. Two pairs of 11000 Volts grade Rubber Gloves (with valid test certificate)
xv. Rubber mats.
xvi. One LT FRP Telescopic Earth / Discharge Rod (400v to 11 Kv)
Following calibrated and well maintained instruments should be available at
site:
1. One Clamp on Ammeter (Tong testers, preferably Kyoritsu make)
AC/DC -400 & 1000 AMPS
AC – 400V & 750V
DC – 400 V & 1000V
Resistance – 400 ohm to 4000 ohm
2. One Multi meters (True RMS preferably Fluke make)
CAT IV 600V – 50 to 500 MV
CAT III 1000V – 5V to 1000 V
DC – 400 mA to 5000 µA
Resistance – 50 ohm to 500 mega ohm
3. One 500V Megger / IR tester (analog) (with valid calibration and test certificate)
4. One earth resistance measurement instrument (0.1 Ohm LC) with kit (with valid
calibration and test certificate) (analog)
5. One phase sequence meter (analog) (with valid calibration and test certificate)
6. One Tachometer – Photo / Contact (Lutron) (with valid calibration and test
certificate)
7. One IR Thermal monitoring equipment (Fluke) (with valid calibration and test
certificate)
8. One vibration measuring instrument (with valid calibration and test certificate).
9. One noise level measuring instrument (with necessary calibration and test
certificate).
All the above tools and instruments shall be suitably kept at site, with
contractors own security arrangement.
V. TECHNICAL SPECIFICATION OF 2000 KVA DG SETS
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 68 of 125 Signature of Contractor with seal
Equipment Details Unit DG
Engine
Make MTU
Model 16 V 4000 G23
Mfg. Yr 2008
Weight Kg 7710
Power KW 1798
Speed rpm 1500
Sl. No 527 106 495, 291, 292, 293, 294.
Alternator
Make Leroy Somer
Type 86 L
Sl. No 186-060, 62, 65, 61, 64.
Continuous KVA 2850
Duty Rating KW 2280
D.E. Bearing NU 1036
N.D.E. Bearing NU 1036 ÷ 16036
AVR R 449
Voltage V 415
Current A 3965
Cos Ø 0.8
Phase 3
Thermal Class H
Excitation V/A V/A 45/4.25
Speed rpm 1500
Frequency Hz 50
Enclosure IP 23
Weight Kg 6250
VI. SYSTEM DESCRIPTION
The total capacity of the DG plant is 10 MVA. The plant is to provide 100% backup to
entire operation of the Building. The plant is consists of the following:
a) 2000 KVA DG Sets
Diesel Generator (D.G.) sets of 2000 KVA / 1798 kW of 0.8 PF, speed of 1500
RPM, four stroke engine, operating on High Speed Diesel (HSD), coupled to a
415V air-cooled alternator and radiator with motor, fan and fan guard.
Engine : MTU, Model - 16V 4000 G23
Alternator : Leroy Somer
Quantity : 5 Nos.
b) HSD storage with Fuel pumping system
Bulk HSD storage underground tanks of capacity 2 Nos of 30 KL and connected
piping works and flame proof pumps with manual system
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 69 of 125 Signature of Contractor with seal
b) Acoustic Treatment for entire DG room
c) Ventilation System
11 Nos. of Fresh Air Fans and 6 Nos of Exhaust Fans are provided for ventilation
of the DG room
d) Flue Gas De-sulphurisation System.
Flue Gas De-sulpharisation (FGD) consisting of scrubber and ETP. The treated
and scrubbed gas is let out through the stack. The by-product of the system
is a semi dry solid waste. There are two separate systems one catering to 3
Nos. 2000 KVA sets, and the other one catering to 2 Nos. 2000 KVA sets.
e) MCC’s, Sandwich Bus ducts, Cabling and Earthing
f) Stainless steel stack of 20 meters height, Lighting Arrestor, Aviation
Light – Two (2) Nos.
g) AMF panels
All the 5 Nos of DG sets are connected to AMF panels. The 2000 KVA DG sets
are connected to of One No. Microprocessor based Auto Mains Failure control
panel, which has facility to start 5 Nos. of 2000 KVA DG sets automatically in
the event of EB supply failure. The above system also includes control of the
DG incomer breaker in DG Control panel.
VII. QUALITY CONTROL AND ASSURANCE
1.0 CONTRACTOR'S’S RESPONSIBILITIES
1.1 Quality Control
Contractor shall be responsible for producing a Quality Control Procedure for
implementation. The procedure shall contain inspection report forms and test
report forms to record the quality of the materials and workmanship, in
accordance with the requirements of the Contract. The Procedures shall only
be implemented with the approval of Owner.
1.2 Quality Assurance
Contractor shall be responsible for producing and implementing a Quality
Assurance Plan to ensure that inspection and testing of the WORKS are carried
out in accordance with the relevant provisions of the Contract.
1.3 Testing
Testing shall be in accordance with the requirements of the Contract. A full
formal record shall be kept by Contractor. Contractor shall inform Owner/
Representative at least twenty four (24) hours in advance of all tests requiring
witnessing so that Owner can be present for the test.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 70 of 125 Signature of Contractor with seal
2.0 INSPECTION AND TESTING BY OWNER
2.1 General
Owner shall have the right to inspect at all times any tools, instruments
materials, staging, or equipment used or to be used in the performance of the
WORKS. Contractor shall make all parts of the WORK accessible for these
inspections.
2.2 Rejected Work and Equipment
Owner shall have the right to condemn any and all tools, instruments,
materials, staging, equipment, or work which does not conform to
Specifications.
Any defective work not conforming to Specification shall be rectified by
Contractor at no additional cost to Owner.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 71 of 125 Signature of Contractor with seal
8. QUARTERLY PERFORMANCE EVALUATION
SL.
NO Evaluation Criteria Marks Score Remarks
1 Whether the contractor has provided the man
power and materials as per contract terms and
conditions, fulfilling EPF, ESI remittance on
timely, medical insurance covers for eligible staff
and other statutory provisions. (Payslip details
and bank account statement of individual
employees of the contractor will have to be
submitted for verification of TPCL)
5
2 Whether the contractor has maintained the
operating procedures, PPM schedules, failure /
missing / damage report, material consumption
report etc.
5
3 Whether the contractor has maintained log books
for daily technical activities, equipment running
status, deployment sheet, check list and
submitted all reports to TPCL periodically.
5
4 Whether the contractor has provided the
adequate trainings, meetings and Technical
updates to his employees.
5
5 Whether the contractor has provided the required
basic Tools and Accessories to his technical
employees, Personal Protective equipment like
shoes, uniforms, other required PPE’s, computers
and other required office equipment.
5
Total 25
Note: -
Performance Evaluation will be done by TPCL for every quarter.
Based on the performance evaluation, annual renewal and yearly escalations
will be decided.
If the annual performance evaluation is 50 and below, the contract may be
terminated.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 72 of 125 Signature of Contractor with seal
9. TENDER ACCEPTANCE LETTER To
The Managing Director
M/s. TIDEL Park Coimbatore Ltd.
ELCOSEZ
Aerodrome Post
Coimbatore - 641 014
Dear Sir,
Sub: Tender for Integrated Operation & Non Comprehensive
Maintenance of ACMV, BAS, DG Sets & Connected Works – Reg.
Ref: e-Tender issued in Website: www.tntenders.gov.in on
14.12.2020 ~~~~~~
Tender No. A-17012/003/2020-CR
A copy of the tender notice is enclosed. I / We M/s
____________________________
have submitted a tender for Integrated Operation & Non Comprehensive Maintenance
of ACMV, BAS, DG Sets & Connected Works.
1. Having examined the scope of work, schedule of quantities etc., relating to the
works specified in the memorandum hereinafter set out and having visited and
examined the site of the job specified in the said memorandum and having acquired
the requisite information relating thereto as affecting the tender, I/we hereby offer
to undertake the job specified in the said memorandum for the duration specified
in the said memorandum at the rates mentioned in the attached schedule of
quantities and in accordance, in all respects with the specifications, scope of work
and instructions in writing referred to in conditions of tender, the Articles of
Agreement, Special Conditions, O&M activities of Various works, Schedule of
Quantities and Conditions of Contract and with such materials as are provided for,
by, and in all other respects in accordance with such conditions so far as they may
be applicable
2. Scope of work and instructions in writing referred to in conditions of tender, the
Articles of Agreement, Special Conditions, Scope of Work, O&M activities of various
works, Schedule of Quantities and Conditions of Contract and with such materials
as are provided for, by, and in all other respects in accordance with such conditions
so far as they may be applicable.
3. We agree to abide by this bid for a period of 90 days from the date fixed for bid
opening and it shall remain, binding upon us and may be accepted at any time
before expiration of that period.
MEMORANDUM
1) a) Outline description of
works:
Integrated Operation & Non
Comprehensive Maintenance of ACMV,
BAS, DG Sets & Connected Works for One
year, renewable every year upto 3 years subject to satisfactory performance of the contractor as decided by TPCL.
b) Bidder / Contractor will be solely responsible for effective operation
and maintenance.
c) Earnest money Rs.2,00,000/- (Rupees Two Lakhs only)
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 73 of 125 Signature of Contractor with seal
2) We hereby unconditionally accept the tender conditions of above mentioned
tender document(s)/corrigendum(s) in its totality/entirely.
3) Should this tender be accepted, I/we hereby agree to abide by and fulfill the
terms and provisions of the said Conditions of Contract annexed hereto so far
as they may be applicable or in default thereof to forfeit and pay to TIDEL Park
Coimbatore Ltd., Coimbatore the amount mentioned in the said contract.
4) I/We have deposited a sum of Rs.2,00,000/- (Rupees Two Lakhs only) as
earnest money with TIDEL Park Coimbatore Ltd., which amount shall not bear
any interest. Should I/we fail to execute the contract when called upon to do
so, immediately after the issue of Letter of award by TIDEL Park Coimbatore
Ltd., I/we do hereby agree that this sum shall be forfeited by me/us to TIDEL
Park Coimbatore Ltd., Coimbatore.
5) All schedules necessary in connection with the job are enclosed as required.
6) Our bankers are:
i)
ii)
The names of partners / Director of our firm / Company are:
i)
ii)
Name of the partner / Director of the
firm authorised to sign:
or
Name of person having Power of:
Attorney to sign the contract.
(Certified true copy of the Power of
Attorney should be attached) Yours faithfully,
Signature of Tenderer
along with Seal of the Tenderer
WITNESSES
i) Signature:
Occupation:
Address:
ii) Signature:
Occupation:
Address:
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 74 of 125 Signature of Contractor with seal
10. ARTICLES OF AGREEMENT (FORMAT)
(The successful bidder has to execute a non judicial stamp paper for a value of
not less than Rs.100/-)
ARTICLES OF AGREEMENT made on this .……. day of .........…… 2020 between TIDEL
PARK COIMBATORE LTD. having its registered office at First floor, No-4, Rajiv Gandhi
Salai, Taramani, Chennai – 600 113 (Hereinafter called "TPCL”) of the one part and
…………………………………………………………………………………………………………………………………………
…………………................................of the other part whose registered office is situated
at ……………………………….……….(Hereinafter called "The Contractor")
WHEREAS TPCL is desirous of availing the services of M/s._________ for Integrated
Operation & Non Comprehensive Maintenance of ACMV, BAS, DG Sets & Connected
Works (hereinafter called "the Work") at its IT Park in ELCOSEZ, Coimbatore and has
caused documents and details of Skilled manpower to be deployed along with
description of work to be done.
The Contractor has informed that the Contractor is sufficiently equipped to carry out
and possess extensive experience in the field of Integrated Operation & Non
Comprehensive Maintenance of ACMV, BAS, DG Sets & Connected Works in accordance
with the terms and conditions prescribed in this regard.
AND WHEREAS the following documents shall be deemed to form and the document
to form and be read and construed as part of the agreement viz:
(i) Letter of Acceptance of contract
(ii) General and standard terms and conditions
(iii) Notice Inviting Tender
(iv) Bill of Quantities
(v) Detailed work specification and supplementary work
(vi) Addendum, if any
(vii) Any other document forming part of the contract
AND WHEREAS the Contractor has furnished Bank Guarantee No.____ dated_____
issued by _____ Bank _______ Branch for a sum of Rs…………….. (Rupees
…………………………………………) as Performance Bond, valid for entire contract period with
additional irrevocable period of six months from the date of commencement for due
performance of this agreement, that is for 18 months ending on______.
AND WHEREAS the Contractor has supplied TPCL with a fully priced offer for aforesaid
services and has been selected and is willing to render the services as per requirement
of tender and as desired by TPCL.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 75 of 125 Signature of Contractor with seal
NOW IT IS HEREBY AGREED AS FOLLOWS:
1. For the consideration hereinafter mentioned the Contractor will upon and
subject to the Conditions annexed carry out and complete the job shown upon
the Contract Document and described by or referred to in the Contract Bills and
in the said Conditions.
2. TPCL will pay the Contractor, the said contract amount of Rs. ….................
(Rupees.....................................…………………….. only) (hereinafter referred to
as "the Contract Sum") or such other sum as shall become payable hereunder
at the times and in the manner specified in the said Conditions.
3. The agreement and documents mentioned herein shall form the basis of this
Contract.
4. This Contract is to carry out the work in respect of provision of Integrated
Operation & Non Comprehensive Maintenance of ACMV, BAS, DG Sets &
Connected Works to TIDEL PARK COIMBATORE LTD. and its services & Facilities
to be paid for according to actual services performed and works done at the
lump sum rates contained in the Vol.II or as provided in the said Conditions.
5. TPCL shall afford every reasonable facility for carrying out of all works relating
to the provision of Integrated Operation & Non Comprehensive Maintenance of
ACMV, BAS, DG Sets & Connected Works in the manner laid down in the said
Conditions till the completion of the contract.
6. TPCL reserves to itself the right of altering the Documents and nature of the
work by adding to or omitting any items of work or having portions of the same
carried out without prejudice to this Contract. There shall be changes ordered
by TPCL on the scope and the Contractor shall not be entitled to any
compensation or claim due to such change (s) / Order (s) by TPCL. The
Contractor will only be paid for the actual services performed and works done
payable at the accepted unit rates.
7. Timely performance of the contract obligation shall be considered as the
essence of the Contract and the Contractor hereby agrees to commence the
work within 7 days from LoA as provided for in the said Conditions and to
perform the job during and within the stipulated contract period.
8. All payments by TPCL under this contract will be made only at Coimbatore in
Indian Rupees and shall be within 14 days from submission of interim bills
(monthly) including period of certification subject to bills being in complete
shape and format to be mutually agreed.
The final payment will be made within a period 3 months after completion of
contract and due verification of final bill with all necessary supporting
documentation such as handing over of documents, Maintenance during the
contract period, material handed over by TPCL etc.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 76 of 125 Signature of Contractor with seal
9. All disputes, differences or claims of any kind whatsoever arising out of or
relating to, this agreement, or its validity, construction, breach or performance
between the parties to the Agreement shall be finally settled through
Arbitration. However the parties shall first endeavour to settle the same
amicably in a spirit of co-operation. The arbitration shall be governed by the
Arbitration & Conciliation Act 1996 of India as amended up to date. The
arbitrator shall be appointed by the TPCL and Company shall ensure that the
Arbitrator shall satisfy the norms of independence as provided in Arbitration &
Conciliation Act 1996 and any amendment thereon. The arbitration hearing and
all proceedings in connection therewith shall take place in Coimbatore and the
language of the arbitration shall be English.
10. Except as above, all matters arising under this agreement shall be subject to
the exclusive jurisdiction of the Courts at Chennai only.
11. That the several parts of this Contract have been read by the Contractor and
fully understood by the Contractor.
12. All correspondences and notices shall be sent by both the parties to the
following addresses only, unless any change has been specifically intimated by
any of the party through ‘Registered Post with Acknowledgement Due’ (RPAD).
To TPCL To the Contractor
The Managing Director,
TIDEL Park Coimbatore Limited,
ELCOSEZ, Civil Aerodrome Post,
If the Contractor is a partnership or an individual:
IN WITNESS WHEREOF TPCL and the Contractor have set their respective hands to
these presents and hereof the day and year first herein above written.
If the Contractor is a Company:
IN WITNESS WHEREOF TPCL has set its hand to these presents through its duly
authorized official and the Contractor has caused its common seal to be affixed
hereunto and has caused these presents and hereof to be executed on its behalf, the
day and year first herein above written.
Signature Clause:
For and on behalf of the For and on behalf of the
TIDEL PARK COIMBATORE LTD. CONTRACTOR
Name : Name :
Designation : Designation :
Address : TIDEL PARK COIMBATORE LTD. Address :
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 77 of 125 Signature of Contractor with seal
ELCOSEZ, Aerodrome Post
Coimbatore – 641 014
WITNESSES:
1. Signature : 1. Signature :
Name : Name :
Occupation : Occupation :
Address : Address :
2. Signature : 2. Signature :
Name : Name :
Occupation : Occupation :
Address : Address :
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 78 of 125 Signature of Contractor with seal
11. FORM OF PERFORMANCE GUARANTEE
1. In consideration of TIDEL PARK Coimbatore Ltd. (hereinafter called “TPCL,”) having
agreed to allow M/s. ……………………….. [hereinafter called “Integrated Operation &
Non Comprehensive Maintenance of ACMV, BAS, DG Sets & Connected Works”
from the demand under the terms and conditions of an Agreement No. .. . . . . . . . . .
for Integrated Operation & Non Comprehensive Maintenance of ACMV, BAS, DG Sets
& Connected Works at Information Technology Park at Vilankurichi Special Economic
zone, Coimbatore, (hereinafter called “the said Agreement” for furnishing Performance
Bond for the due fulfillment by the said Contractor(s) of the terms and conditions in
the said Agreement, by production of a BANK GUARANTEE for Rs.. . . . . . . . (Rupees..
. . . . . . . . . . only). We the . . . . . . . . . . . . . (Name of the Bank) having our Head
Office at . . . . . . . . . . . and having branch at . . . . . . . . . . referred to as “the Bank”
at the request of M/s. ….. . . . . . . . do hereby undertake to pay to TPCL, an amount
not exceeding Rs.. . . . . . . on demand by TPCL.
2. We . . . . . . . . . . . . . . . . . . . . (Name of the Bank) . . . . . . . . branch do hereby
undertake to pay the amounts due and payable under this guarantee without any
demur, merely on a demand from TPCL, stating that the amount claimed is required
to meet the recoveries due or likely to be due from the said Contractor(s). 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.... . . . . . . (Rupees.. . . . . . . . only).
3. We undertake to pay to TPCL, the amount due under this Guarantee so demanded
not withstanding any dispute to disputes raised by the said Contractor(s) in any suit
or proceeding pending before any Court or Tribunal relating thereto, our liability under
this present being absolute and unequivocal. The payment so made by us under this
bond shall be a valid discharge of our liability for payment thereunder.
4. We . . . . . . . . . . . . (Name of the Bank) . . . . . . . . .. branch further agree that the
guarantee herein contained shall remain in full force and effect during the period that
would be taken for the performance of the said agreement and that it shall continue
to be enforceable till the dues of TPCL, under or by virtue of the said agreement have
been fully paid and its claims satisfied or discharged or till the Engineer in charge on
behalf of TPCL, certifies that the terms and conditions of the said Agreement have
been fully and properly carried out by the said Contractor(s) accordingly discharges
this guarantee.
5. We . . . . . . . . . . (Name of the Bank) . . . . . . . . branch further agree with TPCL,
that TPCL, shall have the fullest liberty without our 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 said Contractor(s) from time
to time or to postpone for any time or from time to time any of the powers exercisable
by TPCL, against the said Contractor(s) and to forbear or enforce any of terms and
conditions relating to the said agreement and we shall not be relieved from our liability
by reason of any such variation or extension being granted to the said Contractor(s)
or for any forbearance act or omission on the part of TPCL, or any indulgence by TPCL,
to the said Contractor(s) or by any such matter or thing whatsoever which under the
law relating to sureties would but for this provision have effect of so relieving us.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 79 of 125 Signature of Contractor with seal
6. This guarantee will not be discharged due to the change in the constitution of the
Bank or the said Contractor(s).
7. We hereby waive the necessity of your demanding the said Contractor before
presenting us with the demand.
8. We . . . . . . . . . . . . (Name of the Bank) . . . . . . branch lastly undertake not to
revoke this guarantee except with the previous consent of TPCL, in writing.
9. This guarantee shall be valid upto the full contract period with additional irrevocable
period of six months from the date of completion of job and due fulfillment of the
contract i.e for a total period of One and half years. Notwithstanding anything
contained herein before our liability against this guarantee is restricted to Rs.. . . . . .
. (Rupees.….. …. . only) and it will remain in force till . . . . . ………..) unless a claim or
demand in writing is made against us under this guarantee before the expiry of six
months from the aforesaid date that is before . . . . . . . of . . . . ……….. …. ( . .
………………..) all your rights under the said guarantee shall be forfeited and we shall be
relieved and discharged from all liability hereunder.
Notwithstanding anything contained herein:
Our liability under this Bank Guarantee shall not exceed Rs.___________/= (Rupees
__________________________________ only).
This Bank Guarantee shall be valid upto ______. unless this guarantees extended for
further period on demand from TPCL without referring to Contractor.
We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only if you serve upon us a written claim or demand on or before _______
or within the period extended after------------based on the demand from TPCL.
IN WITNESS WHEREOF I/We of the Bank signed and sealed this guarantee on the day
of _______________ , ______ being herewith duly authorised by the Bank.
Witness : For and on behalf of the
Bank
Name :
Address :
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 80 of 125 Signature of Contractor with seal
12. SPECIAL CONDITIONS
11.0 Working Hours
11.1 The premises is subject to continuous occupation of all the 24 hours of a day.
The manpower deployment at various locations shall be decided in consultation
with TPCL. Shift allotment, general shift allocation of the manpower will be
mutually decided in consultation with TPCL and approved by TPCL. The working
hours of staff shall be 9 hours (8 hours Plus 1 hour for Lunch / Tea Break)
within the quoted rate.
12.0 Adequacy of Contractor’s Staff
12.1 It is understood that the service activities are to be performed with utmost
diligence and expediency so as to maintain the highest standards of O&M
Services. To achieve this, Contractor shall maintain adequate level of staff of
good technical competence at site at all times.
12.2 If, at any time, during the currency of the Contract, Contractor’s staffing, in the
opinion of Owner, is inadequate to meet the requirements of Contract services,
Owner may so notify Contractor, who shall thereupon take immediate steps to
increase its staff at site. Contractor shall effect such increases within a period
of maximum Seven Days following the procedure outlined elsewhere in the
contract agreement. If within the specified period Contractor does not or fails
to increase the staff as required, Owner may itself or through other parties hire
additional staff to supplement that of Contractor at the cost fixed by the owner
to be deducted from the payment of Contractor.
12.3 Failure of Contractor to comply with the instructions of Owner may be grounds
for determination by Owner that Contractor is not proceeding with the
performance of services with due diligence to ensure fulfillment of contractual
requirements. 13.0 Conditions of Performance
13.1 Contractor confirms and assures that:
13.1.1 Contractor has the requisite skilled and qualified personnel to perform
the services.
13.1.2 Contractor has inspected the premises and is familiar with the
conditions related to performance of the services.
13.1.3. Contractor shall at all times ensure that the supply of know-how,
Manpower, Materials, Equipment, Tools and Vehicles shall be adequate to
satisfactorily undertake the scope of services without delay.
13.1.4. Contractor shall at all times ensure that the services are being carried
out in the most expeditious efficient manner consistent with the best interests
of Owner, and in good and professional manner and in accordance with sound
industry practice.
13.1.5. Contractor shall perform and provide the services in accordance with
provisions of this Contract and shall exercise all reasonable skill, care diligence
and judgment in performance of the services.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 81 of 125 Signature of Contractor with seal
14.2 Owner has discussed and agreed with Contractor as per the Contract, the
general basis for execution of services, Contractor shall provide procedures for
Owner approval in accordance with Annexure ‘A’ which shall be based upon
good working practice in order to maintain the services/equipment at a high
level of efficiency and to provide safe working conditions. If any question arises
between Contractor and Owner regarding particular work procedure followed
or proposed to be followed by Contractor, Contractor must justify to Owner the
soundness of such procedure and shall obtain Owner’s written approval before
the same may be affected. Provision or otherwise of such approval shall not
relieve Contractor of any of its obligations under this Contract.
Owner shall have the right to check and make remarks on any or all procedures
proposed to be adopted by Contractor for the performance of services.
Contractor shall submit such work procedure for Owner’s review and approval.
14.3 Contractor shall notify the Owner as soon as Contractor knows of any difficulty
in performing the services. If, at any time during the performance of the
services, Contractor’s actual progress is inadequate to meet the requirements
of the Contract, Owner may so notify Contractor who shall thereupon take such
steps as may be necessary to improve its performance. If Contractor does not
improve its performance to meet the approved and accepted schedule, Owner
may require an increase in Over time working hours, an increase in the number
of Manpower and Equipment, Plant, tools etc. all without any additional
payment by Owner to Contractor. Neither such notice by Owner nor Owner’s
failure to issue such notice shall relieve Contractor of its obligations to achieve
the performance required by Contract.
14.4 If Contractor fails to perform any of the services then Owner has the
undisputable right to claim damages and hire a third party to perform such
services, and the incurred amount i.e. the additional amount payable to the
third party by virtue of assigning services until expiry date of Contract shall be
recovered from any monies due to Contractor under the Contract.
14.5 In the event that Contractor fails to progress the services in accordance with
accepted Schedule of work and thereby incurs Owner in additional cost and /
or expense through the re-Organization and / or re-scheduling of dependant
third party claims in consequence thereof, then to the extent that Contractor is
at fault, Contractor shall reimburse all such direct and verifiable costs and
expenses to Owner and Owner may deduct such sums from the value of any
invoice submitted by Contractor or from any sums due or owing which may
become due or owing to Contractor.
15.0 Variations in Scope of Work
15.1 Additional and modification works shall be subject to the provisions made under
this contract Agreement.
15.2 Additional and modification works related to scope of services.
15.2.1 Owner may frequently have some additional works, modifications etc at site
related to the Scope of Services to be carried out. Owner has the right to make
use of Manpower, materials, Equipment, Tools & Vehicles made available at
site by the Contractor, for carrying out the additional services. Contractor shall
carry out such additional works without any additional charges to Owner.
However, the cost of materials required for such works shall be paid as per the
provision under this contract.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 82 of 125 Signature of Contractor with seal
15.2.2 Owner has the right to waive the charges of damages due to routine programme
performance shortfalls observed of Contractor by Owner during that period for
using its Manpower, materials, Equipment, Tools and Vehicles for carrying out
the additional works.
16. Labour
16.1 Contractor shall be responsible for the engagement, employment, transport,
working and living conditions of personnel and in respect of all matters
connected therewith. Contractor shall at all times during the continuance of this
Agreement conform in all respects to and carry out all obligations imposed on it
by the provisions and requirements of the Employees Provident Fund
(Miscellaneous Provision) Act, 1952, Payment of Gratuity Act, 1952,
Employment State Insurance Act, 1948, Maternity Benefit Act, 1961, Minimum
Wages Act, 1923, Equal Remuneration Act, 1976, Payment of Wages Act, 1936,
Payment of Bonus Act, 1965, Contract Labour (Regulation and Abolition) Act,
1971 and any applicable law in the country where any of the services are
performed or regulations issued including without limitation all laws, regulations
and requirements of Government of India/State Government.
All the proposed staff / personnel shall possess high standard of Integrity, have
no affiliation with any political parties or trade unions. This has to be followed
during the entire contract period.
16.2 Contractor shall in its dealing with the personnel for the time being employed
on or in connection with the Agreement have due regard to all recognized
festivals. Contractor shall also observe all relevant local customs and such other
conditions and instructions as may be issued to Contractor from time to time by
Owner
17. Contractor shall administer any National Labour on employment on terms and
conditions not less favorable than those established for equivalent sites or
locations within India.
17.1. Contractor shall at all times take all reasonable precautions to prevent any
unlawful, riotous or disorderly conduct by or amongst its employees and for the
preservation of peace and protection of persons and property in the
neighborhood of the site against the same.
17.2. Upon the outbreak of any strike or labour dispute involving any of Contractor’s
personnel engaged on the services, Contractor shall forthwith give details
thereof to Owner. If any dispute arises between the contract labour/labour/
employees and Contractor agency, the owner will not be responsible in any
manner. The Contractor” shall not stop or cause stoppage of work on account
of strike or other agitation during the period of contract. The Contractor agrees
that it shall be liable for all consequences for the delay caused or loss / damages
suffered by the Owner due to the stoppage / strike by the Contractor. TPCL
shall recover the cost incurred due to this from the Contractor’s running account
bills.
17.3 Contractor shall within twenty four (24) hours of any occurrence of any accident
at or about the site or in connection with the execution of the services or any
injury, lose or damage to any personnel or to property of Contractor, Owner or
of a third party, report such occurrence to the competent authority whenever
such a report is required by law.
17.4 Contractor shall be responsible for the observance of all provisions of this Article
by any Sub-contractor employed by it in the execution of this Agreement.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 83 of 125 Signature of Contractor with seal
17.5 Owner shall be at liberty to object to and require Contractor to remove forthwith
from the site any person employed by Contractor in or about execution or
performance of services who in the opinion of Owner has committed a
misconduct or whose employment is otherwise considered to be undesirable.
Contractor without the written permission of Owner shall not again employ such
person upon services at any circumstances.
18. Contractor’s Working Hours
18.1 Normal daily working hours for Contractor’s personnel, except those working on
rotational shift basis will be prepared by Contractor and approved by Owner.
Sundays will be observed as weekly rest days except in case of persons who will
be working on shift basis. In this contract, the shift pattern shall comply with
local regulations governing the engagement of Labour, such as Contract Labour
Law, Shop and Establishment Act etc.
18.2 Persons working on shift basis will follow the weekly shift schedule to be prepared
by Contractor and approved by Owner. Contractor shall arrange to provide at
his cost relievers for its Shift Personnel.
18.3 Contractor will have to work after normal working hours (as per clause 19.1
above) and on Sundays / Holidays to fulfill its obligation of services. Overtime if
any for such work shall be to Contractor’s account deemed to have been included
in the rates quoted.
18.4 Contractor is responsible and bound to provide coverage for 24 hours a day
throughout the Agreement period to attend to any work of the services with full
mobilisation as required at site and as and when directed by Owner’s
Representative(s) without any extra cost to Owner.
During the festive days, Contractor at no extra cost to Owner shall make such
adjustment as necessary to the working arrangement at each location of the
premises to meet such exigencies as may be directed by Owner.
18.5 Each Shift Working Hours will be 9 hours Pattern (8 hours plus 1 hour Lunch
Break). Round the clock coverage should be there throughout the year including
Sundays and Government Holidays.
18.6 TPCL will not pay extra who are working on Government Holidays, National
Holidays and Sundays. If any such work is carried out by the Contractor, it is
deemed to have been included in the rates quoted by the Contractor.
19. Declaration:
The Contractor shall provide a Declaration that he will make all Statutory
Payments like PF & ESI to his employees and remitted all applicable taxes to the
Government.
Age – Limit: Age – Limit for Officers / Staff employed by the Contractor is 20
to 55 years
19.1 Conflict of Interest:
Contractor shall conduct its operations in a lawful manner consistent with good
international practices and standards for such type of services.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 84 of 125 Signature of Contractor with seal
19.2 Neither Contractor nor any of its subsidiaries or affiliates shall in connection
with the services enter into a contract, give an undertaking, bid, enter into a
Joint Venture Partnership, have any relations with a Third Party or any other
arrangement to perform any services, to supply goods or equipment which may
be to Owner’s detriment.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 85 of 125 Signature of Contractor with seal
Annexure – ‘A’
CO-ORDINATION PROCEDURE This procedure outlines various responsibilities of Representative(s) nominated by Owner and contractor for the Contract. Contractor will carry out proper execution of the services under the supervision of Owner’s Representative(s).
1.0 Communication 1.1 English language will be used for all purposes.
i) All written communication shall be done at site level directly between
Owner and Contractor. All efforts must be made to keep correspondence to a minimum. If, for expediency, telephonic conversation is used, this must be confirmed in writing within two (2) working days, by both parties.
ii) Notwithstanding any other provision under this Contract Agreement, hand delivery will be an approved means of exchange of letters.
iii) Contractor shall prepare and issue Minutes of all Meetings and shall be
responsible for obtaining approval of these minutes from Owner prior to release within two (2) working days of the meeting.
2.0 Site Instructions 2.1 Instructions shall be confirmed, in writing, using a numbered site instruction,
and signed by Owner. Contractor is required to sign one copy of each instruction as confirmation of its receipt.
2.2 Should Contractor consider that he has received any instruction or order which
has involved it in cost outside the Scope of Services covered by the Agreement, contractor must within forty eight (48) hours communicate in writing full details of its justification to Owner complete with break up for cost details, for consideration.
3.0 Reports and Services Records
3.1 Contractor is required to prepare and submit to Owner various routine and
special reports relating to the performance of the services.
3.2 i) Contractor is required to submit daily reports of all activities.
ii) A set of “Formats” currently in use for the Records of Performance of the
Scope of Services.
iii) Owner has the right to modify the present “Formats” in use or introduce
new “Formats” as and when required to meet the services requirements. Contractor is obliged to prepare and maintain such records.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 86 of 125 Signature of Contractor with seal
4.0 Permits / Permissions
Security Passes
The Owner may issue required passes to contractor staff assigned to the project
as situation warrant at any point of time. Contractor shall contact the Owner
as soon as such exigencies arise for the details of the procedure. Contractor
shall familiarize himself with all requirements of the Owner on contract award
so that time delay on account of passes shall be minimized. Owner shall arrange
for passes as required by the contract as soon as the request from the
contractor is received.
Any delay or expense incurred, resulting from securing passes from the Owner
shall not entitle contractor to any claim for extension of mobilization time or
completion dates or additional payments.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 87 of 125 Signature of Contractor with seal
13. FORMATS
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 88 of 125 Signature of Contractor with seal
13A- GENERAL
i) Format – A: Structure of Organization
ii) Format – B: Personnel
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 89 of 125 Signature of Contractor with seal
FORMAT – A
STRUCTURE OF ORGANISATION OF THE BIDDER
1. Name of Applicant firm
2.
a
Registered Office Address
Postal Address
Telephone Number
Fax Number
b. Office address through which this work will be
handled and name of officer in-charge and the
telephone/ fax numbers/ e-mail id.
c. Year of establishment and location of
Establishment
3. Number of years experience in Integrated
Operations & Non-Comprehensive Maintenance of
ACMV,BAS,DG by Contractor.
4. The applicant firm is
a) Proprietary Firm
b) a Firm in Partnership
c) a Limited Company or Corporation
d) a Group of companies
e) a firm in joint venture/ tie up with a foreign
company
5 In case of company, please enclose Memorandum
and Articles of Association along with Certificate
of Incorporation and certificate of
commencement of business
6 In case of Firm, registered under the partnership
act 1932 please enclose details of partners along
with certificate of registrations, details of their
business and partnership deed etc., duly attested
by notary
7. Attach the Organization Chart showing the
structure of the organization including the names
of the Directors and position of Officers.
8 Bank of the company (please enclose self-
attested photocopy)
Bank and Branch Name
Account No
Account Type
MICR Code
IFSC code
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 90 of 125 Signature of Contractor with seal
9 PAN of the Bidder (Please enclose self attested
photocopy of PAN)
10 GST Number of the Bidder (Please enclose self
attested photocopy of GST Registration
Certificate issued by relevant authorities)
11 PF Registration of the Bidder (Please enclosed
self attested photocopy)
12 ESI Registration of the bidder (Please enclose self
attested photocopy)
13 IT Return for the last 3 Financial years (Please
enclose self attested photocopy)
14 Has the Bidder’s contract with any organization
ever been terminated due to poor performance (if
so, give name of work and reasons for not
completing work)
15 Has the Bidder’s Security Deposit for any contract
has ever been forfeited (if so, give name of work
and reasons for not completing work)
16 Has the Bidder suffered insolvency/bankruptcy in
the last five years? (Yes/ No)
17 Has the Bidder been blacklisted by any
organization? (if so, give name of work and
reasons for not completing work)
18 Is the Bidder’s net worth negative? (Yes/ No)
19 Were you ever required to suspend work for a
period of more than 3 months? If yes, give the
name of work and reasons thereof.
20 Have you ever left the work awarded to you
incomplete? (if so, give name of work and
reasons for not completing work)
21 In how many of your works were penalties
imposed for delays and out of how many works
handled in that year (please give details)
22 In how many of your works cases of litigation
have arisen out of how many works handled in
that year?
a) Income tax clearance certificate for
Organisation / Firm.
b) State Permanent Account number.
a) Adequate and satisfactory evidence to take up the
ACMV, BAS, DG work with reference to the
requirements as mentioned in the tender notice.
Enclose Annual report / Balance sheet and P & L
statements for the past five years.
b) Banker’s overdrafts and credit facilities available.
c) Particulars of registration etc. if registered with
any Government, Semi-Government, Municipal
or other organization, /ISO 9001 Certification
(Give details including classification license etc.)
d) Sales tax Registration no:
TNGST
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 91 of 125 Signature of Contractor with seal
CST
e) GST of any other state
f) Others (Specify)
23 Please give two references of firms (Engineers,
Architects or top Officials of client Organisations)
for whom you may have carried out the above
works from whom TIDEL PARK COIMBATORE
LTD., can verify directly about the ability,
competence or capability of your organisation.
Preferably attach certificates duly signed by the
top officials of the organizations in their
letterhead.
24. Give details of your plans for Sub-Contractors
with full details, if any, in terms of percentage of
works.
25 Do you have any tie-up with foreign company? If
yes, give nature of tie-up, since when and full details
of company with name and address. Necessary
proofs have to be attached.
26 Copy of license under Contract Labour Act 1970
(Form No: XXVI) of the clients satisfying the Pre
Qualification Criteria (Please enclose self attested
photocopy)
Place:
Date: Signature of Applicant with seal
Note:
1. The Details as required to be submitted with supporting documents for each criteria
mentioned at each row.
2. Bids with alterations/ Corrections shall be attested by the Bidder.
I/We
________________________________________________________________ do
hereby declare that the entries made are true to the best of my/our knowledge and
also that we shall be bound by the acts of my/our duly constituted Attorney.
I/We
________________________________________________________________ do
hereby declare that I/We have not been penalised for poor quality of work during the
last five years.
I/We, further understand that in case of any information submitted by me/us being
found to be incorrect either before or even after the award of license. TIDEL will have
the right to summarily reject the bid, cancel the License or revoke the same at any
time without assigning any reason whatsoever.
I/We
__________________________________________________________________
hereby declare that I/We have not been black list by any Govt/Semi/PSU or any other
organization.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 92 of 125 Signature of Contractor with seal
FORMAT – B
PERSONNEL DETAILS OF THE BIDDER
Give details of key Technical and Administrative Personnel (who could be
assigned for this works) of the bidder in the following proforma.
A. Details of the Board of Directors
Name of the Director(s)
Organisation
Address
B. Key Technical and Administrative Personnel
and Consultants:
1) Individual’s Name
2) Qualification
3) Present position of office
4) Professional experience and details of
Integrated Operation & Comprehensive
Maintenance Services carried out
5) Years with the applicant
6) Language known
7) Additional information
C. Details of Service Personnel to take
care of various services.
Place:
Date:
Signature of Applicant with seal
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 93 of 125 Signature of Contractor with seal
13B – AIR CONDITIONING AND MECHANICAL VENTILATION SYSTEM WORKS
1. Format – C : Experience in Operation & Maintenance of
ACMV and Connected works
2. Format – D : Experience of ongoing ACMV and
Connected works in O&M Works
3. Format – E : Details of facilities available for performing
services
4. Format – F : Certificates
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 94 of 125 Signature of Contractor with seal
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 95 of 125 Signature of Contractor with seal
FORMAT – C
EXPERIENCE OF COMPLETED O&M JOBS
Give details of the similar type of OPERATION AND MAINTENANCE OF ACMV AND
CONNECTED WORKS work (satisfying the requirements mentioned in the tender
notice) completed during the last 5 years in the following proforma (separate form for
each work)
1. Name of work and location
2. Client's name, address, contact person, Phone
No., fax No., and e-mail ID
3. In case of Indian Company, was there any tie-up
with foreign company? If yes, give name,
address and details of company with nature of
tie-up and since when.
4. Total tendered cost of work (Agreement No. and
Date)
5. Brief description of works including principal
features and main items of the work.
6. Name of applicant’s Building & Facility Manager
of the work and professional Qualifications.
7. Period of Contract
1. Originally stipulated time limit
2. Renewal time, if any.
8. Were there any
penalties/fines/stop - notice/compensation/liqui
dated damages imposed? (Yes or No) (If yes give
details, amount and explanation).
9. Details of litigations / arbitration cases, if any,
pertaining to works completed.
10. Attach client's certificate as may be available.
(Signed by Authorised Signatory of not below the
rank of Director) along with copy of work order,
agreement clearly stating the scope and details
of operation and maintenance of ACMV and
Connected works work.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 96 of 125 Signature of Contractor with seal
FORMAT – D
EXPERIENCE OF ONGOING O&M JOBS
Give details of OPERATION AND MAINTENANCE OF ACMV AND CONNECTED WORKS
(satisfying the requirements mentioned in the tender notice) ongoing and performance
progress as on the date of submission of pre-qualification document in the following
proforma. (Separate form for each work)
1. Name of work and location
2. Client's name, address, contact person, Phone No.,
Fax No., and e-mail ID
3. In case of Indian Company, Is there any tie-up with
foreign company? If yes, give name, address and
details of company with nature of tie-up and since
when.
4. Total tendered cost of work (Agreement No. and
Date; copy to be attached)
5. Name of Applicant's Building & Facility Manager
with professional qualifications.
6. Brief description of work including principal
features and main items.
7. Details of works on hand
a. Present stage of work.
b. Stipulated date of completion
c. Anticipated date of completion
d. Present stage of payment receipt (percentage)
8. Reason for delay if any in carrying out the job.
9. Were there any penalties / fines / stop – notice /
compensation / liquidated damages imposed? (Yes
or No). (If Yes, give details, amount and
explanation).
10. Were there any fines, claims or stop notice filed by
the Owner? (Yes or No)
(If yes, give details, amount and explanation)
11. Details of litigations/arbitration cases, if any,
pertaining to works ongoing.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 97 of 125 Signature of Contractor with seal
12. Attach client's certificate, as may be available (Not
below the rank of Director or equivalent) along with
copy of work order, agreement clearly stating the
scope and details of operation and maintenance of
ACMV and Connected works.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 98 of 125 Signature of Contractor with seal
FORMAT – E
DETAILS OF FACILITIES AVAILABLE WITH OPERATION AND MAINTENANCE OF ACMV
AND CONNECTED WORKS CONTRACTOR FOR PERFORMANCE OF SERVICES.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 99 of 125 Signature of Contractor with seal
FORMAT-F
CERTIFICATES
Certificates in support of suitability, technical know-how and capability for having
successfully completed the OPERATION AND MAINTENANCE OF ACMV AND
CONNECTED WORKS during the last five years along with copy of work order,
agreement clearly stating the scope and details of work.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 100 of 125 Signature of Contractor with seal
13C – BUILDING AUTOMATION SYSTEM WORKS
1. Format – G : Experience in Operation & Maintenance of
BAS and Connected works
2. Format – H : Experience of ongoing BAS and
Connected works in O&M Works
3. Format – I : Details of facilities available for performing
services
4. Format – J : Certificates
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 101 of 125 Signature of Contractor with seal
FORMAT – G
EXPERIENCE OF COMPLETED O&M JOBS
Give details of the similar type of OPERATION AND MAINTENANCE OF BAS WORKS
work (satisfying the requirements mentioned in the tender notice) completed during
the last 5 years in the following proforma (separate form for each work)
1. Name of work and location
2. Client's name, address, contact person, Phone
No., fax No., and e-mail ID
3. In case of Indian Company, was there any tie-up
with foreign company? If yes, give name,
address and details of company with nature of
tie-up and since when.
4. Total tendered cost of work (Agreement No. and
Date)
5. Brief description of works including principal
features and main items of the work.
6. Name of applicant’s Building & Facility Manager
of the work and professional Qualifications.
7. Period of Contract
3. Originally stipulated time limit
4. Renewal time, if any.
8. Were there any
penalties/fines/stop - notice/compensation/liqui
dated damages imposed? (Yes or No) (If yes give
details, amount and explanation).
9. Details of litigations / arbitration cases, if any,
pertaining to works completed.
10. Attach client's certificate as may be available.
(Signed by Authorised Signatory of not below the
rank of Director) along with copy of work order,
agreement clearly stating the scope and details
of operation and maintenance of BAS works
work.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 102 of 125 Signature of Contractor with seal
FORMAT – H
EXPERIENCE OF ONGOING O&M JOBS
Give details of OPERATION AND MAINTENANCE OF BAS WORKS (satisfying the
requirements mentioned in the tender notice) ongoing and performance progress as
on the date of submission of pre-qualification document in the following proforma.
(Separate form for each work)
1. Name of work and location
2. Client's name, address, contact person, Phone No.,
Fax No., and e-mail ID
3. In case of Indian Company, Is there any tie-up with
foreign company? If yes, give name, address and
details of company with nature of tie-up and since
when.
4. Total tendered cost of work (Agreement No. and
Date; copy to be attached)
5. Name of Applicant's Building & Facility Manager
with professional qualifications.
6. Brief description of work including principal
features and main items.
7. Details of works on hand
a. Present stage of work.
b. Stipulated date of completion
c. Anticipated date of completion
d. Present stage of payment receipt (percentage)
8. Reason for delay if any in carrying out the job.
9. Were there any penalties / fines / stop – notice /
compensation / liquidated damages imposed? (Yes
or No). (If Yes, give details, amount and
explanation).
10. Were there any fines, claims or stop notice filed by
the Owner? (Yes or No)
(If yes, give details, amount and explanation)
11. Details of litigations/arbitration cases, if any,
pertaining to works ongoing.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 103 of 125 Signature of Contractor with seal
12. Attach client's certificate, as may be available (Not
below the rank of Director or equivalent) along with
copy of work order, agreement clearly stating the
scope and details of operation and maintenance of
BAS and Connected works.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 104 of 125 Signature of Contractor with seal
FORMAT – I
DETAILS OF FACILITIES AVAILABLE WITH OPERATION AND MAINTENANCE OF BAS
WORKS CONTRACTOR FOR PERFORMANCE OF SERVICES.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 105 of 125 Signature of Contractor with seal
FORMAT-J
CERTIFICATES
Certificates in support of suitability, technical know-how and capability for having
successfully completed the OPERATION AND MAINTENANCE OF HONEYWELL BAS
WORKS during the last five years along with copy of work order, agreement clearly
stating the scope and details of work.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 106 of 125 Signature of Contractor with seal
13D – DIESEL GENSET AND CONNECTED WORKS
FORMATS
1) Format – K : Experience in Operation & Maintenance of
completed Diesel
Generator Sets & Connected works
2) Format – L : Experience of ongoing Diesel Generator Sets and
Connected Works in Operation and Maintenance
works
3) Format – M : Details of facilities available for performing
Services
4) Format – O : Certificates
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 107 of 125 Signature of Contractor with seal
FORMAT – K
EXPERIENCE OF COMPLETED O&M JOBS
Give details of the similar type of OPERATION AND MAINTENANCE OF DIESEL
GENERATOR SETS AND CONNECTED WORKS work (satisfying the requirements
mentioned in the tender notice) completed during the last 5 years in the following
proforma (separate form for each work)
1. Name of work and location
2. Client's name, address, contact person, Phone
No., fax No., and e-mail ID
3. In case of Indian Company, was there any tie-up
with foreign company? If yes, give name,
address and details of company with nature of
tie-up and since when.
4. Total tendered cost of work (Agreement No. and
Date)
5. Brief description of works including principal
features and main items of the work.
6. Name of applicant’s Building & Facility Manager
of the work and professional Qualifications.
7. Period of Contract
5. Originally stipulated time limit
6. Renewal time, if any.
8. Were there any
penalties/fines/stop - notice/compensation/liqui
dated damages imposed? (Yes or No)(If yes give
details, amount and explanation).
9. Details of litigations / arbitration cases, if any,
pertaining to works completed.
10. Attach client's certificate as may be available.
(Signed by Authorised Signatory
of not below the rank of Director) along with copy
of work order, agreement clearly stating the
scope and details of operation and maintenance
of Diesel Generator Sets and Connected works
work.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 108 of 125 Signature of Contractor with seal
FORMAT – L
EXPERIENCE OF ONGOING O&M JOBS
Give details of OPERATION AND MAINTENANCE OF DIESEL GENERATOR SETS AND
CONNECTED WORKS work (satisfying the requirements mentioned in the tender
notice) ongoing and performance progress as on the date of submission of pre-
qualification document in the following proforma. (Separate form for each work)
1. Name of work and location
2. Client's name, address, contact person, Phone No.,
Fax No., and e-mail ID
3. In case of Indian Company, Is there any tie-up with
foreign company? If yes, give name, address and
details of company with nature of tie-up and since
when.
4. Total tendered cost of work (Agreement No. and
Date; copy to be attached)
5. Name of Applicant's Building & Facility Manager
with professional qualifications.
6. Brief description of work including principal
features and main items.
7. Details of works on hand
a. Present stage of work.
b. Stipulated date of completion
c. Anticipated date of completion
d. Present stage of payment receipt (percentage)
8. Reason for delay if any in carrying out the job.
9. Were there any penalties / fines / stop – notice /
compensation / liquidated damages imposed? (Yes
or No). (If Yes, give details, amount and
explanation).
10. Were there any fines, claims or stop notice filed by
the Owner? (Yes or No)
(If yes, give details, amount and explanation)
11. Details of litigations/arbitration cases, if any,
pertaining to works ongoing.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 109 of 125 Signature of Contractor with seal
12. Attach client's certificate, as may be available (Not
below the rank of Director or equivalent) along with
copy of work order, agreement clearly stating the
scope and details of operation and maintenance of
Diesel Generator Sets and Connected works.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 110 of 125 Signature of Contractor with seal
FORMAT – M
Details of facilities available with OPERATION AND MAINTENANCE OF DIESEL
GENERATOR SETS AND CONNECTED WORKS contractor for performance of services.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 111 of 125 Signature of Contractor with seal
FORMAT- N
CERTIFICATES
Certificates in support of suitability, technical know-how and capability for having
successfully completed the OPERATION AND MAINTENANCE OF DIESEL GENERATOR
SETS AND CONNECTED WORKS work during the last five years along with copy of work
order, agreement clearly stating the scope and details of work.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 112 of 125 Signature of Contractor with seal
UNDERTAKING MAINTENANCE OF SYSTEM/EQUIPMENT/PREMISES (To be executed on Company Letter Head)
We___________________________ (Name & address of the bidder/contractor)
undertake that we will maintain the whole equipment, its sub-equipment, sub-
system(s) & premises properly in smooth running condition.
As we have accepted and offered the prices for maintenance contract in the submitted
bid, if any equipment or its related parts or machinery or property of TPCL found
damaged/not working properly/abnormal sound/heating/leakage/wiring damage/
insulation damaged/ corruption of software/equipment parts missing/the loss of any
items/spare part damage etc. on account of failure or negligence of the workers
deployed by us, then we shall be fully responsible for rectification of interrupted system
and for also keeping the whole system in completely smooth running condition.
We also undertake that we will replace/repair the faulty equipment/property
immediately. The make of replace item/equipment shall be similar to the existing items
or reputed make as per agreed by TPCL.
Signature of Authorised person:
Name
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 113 of 125 Signature of Contractor with seal
14. HAND BOOK ON HEALTH AND SAFETY AT WORK
FOR CONTRACTORS WORKING IN TIDEL PARK
“Contracter” – Shall mean Integrated Operations & Non-
Comprehensive Maintenance of
ACMV,BAS,DG contractor
“Owner” - Shall mean TIDEL Park Coimbatore Ltd.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 114 of 125 Signature of Contractor with seal
TABLE OF CONTENTS SECTION
1. INTRODUCTION 2. RULES FOR GENERAL OPERATIONS
2.1 Access
2.2 Accident Reporting
2.3 Contracts & Sub-Contracts Tools & Equipments.
2.4 Hazardous Materials
2.5 Dust and Fume Control
2.6 Fire Hazards and Precaution
2.7 Machinery Safety
2.8 Noise
2.9 Overhead Working
2.10 Working at Height
2.11 Safety Clothes and Equipment
2.12 Plant Services
2.13 Supervision
2.14 Warning signs and Notices
2.15 Fogging
2.16 Pest control
3. TOOLS
3.1 Electrically Driven Portable Tools
3.2 Compressed Air Tools
3.3 Percussion Cartridge Tools
3.4 Hoisting and Lifting.
3.5 Movement of Plant and Machinery
3.6 Powered Industrial Trucks
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 115 of 125 Signature of Contractor with seal
SECTION – 1
INTRODUCTION:
This document defines the operations undertaken by Contractors and sub-Contractors
on this premises, which can give rise to hazards to those engaged in the work and
others that may be working, standing or passing in the vicinity.
It is the Owner’s endeavor to secure a high standard of safety at site. Therefore,
Contractors and sub-Contractors must know their duties under common law, both for
establishments, and their own employees and the occupants to conduct their business
and methods of work to conform to the best practices as per the Owner’s ISO14001
policies and standards. Before the Owner, allows any contracting or sub- contracting firm to carry out work
on its premises, the Owner insists that Contractors and sub-Contractors understand
their duties regarding safe practices for themselves, others and regulations covering
the type of work they will be carrying out. In furtherance to this policy, rules herein have been devised to bring to the notice of
Contractors and sub-Contractors, some of the more common hazards, and appropriate
preventive measures in connection with the erection, construction, cleaning, painting,
alteration or demolition of plant, machinery and buildings. The Owner is confident that the observance of these rules will be no hindrance to
progress the work, but will assist in the avoidance of accidents.
IT IS IN A TERM OF ALL CONTRACTS BETWEEN THE OWNER AND
CONTRACTORS THAT THEY AND ANY SUB-CONTRACTORS, APPOINTED BY
THEM COMPLY WITH THESE RULES AND THEIR CO-OPERATION IS THEREFORE
OBLIGATORY IN CARRYING OUT THE PRECAUTIONS LAID DOWN.
Section – 2 : Details general rules which are applicable to most Contractors and sub-
Contractors. Section – 3 : Details specific rules which must be followed where applicable, where a
particular type of work is to be undertaken.
All Contractors Supervisors will make sure that the Engineering Services / Safety
Manager on this premises are notified as and when himself and others (Sub-
Contractors) are reporting for work on that site.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 116 of 125 Signature of Contractor with seal
SECTION 2
RULES FOR GENERAL OPERATIONS:
2.1 ACCESS:
- Nothing shall be done or omitted to be done by Contractors or Sub-
Contractors or their employees to render unsafe or obstruct:
- any means of access to the places at which people are required
to work.
- the passage of people and / or vehicles whether on a defined
gangway or not, unless permission is obtained from the
designated safety officer - access for emergency apparatus, such
as firefighting equipment
- Contractors and sub-Contractors shall nevertheless provide
adequate fencing, lighting and warning signs to ensure safety at
all times
- While carrying out maintenance works, necessary signages to be
provided at the respective locations.
2.2 ACCIDENT AND INCIDENT REPORTING:
All notifiable accidents, dangerous occurrences and potential hazard situations
shall be reported to the safety officer of TPCL.
Injuries are to be treated by experienced medical staff available at site at the
contractor cost.
2.3 CONTRACTORS AND SUB-CONTRACTORS’ TOOLS AND EQUIPMENTS:
All Contractors and sub-Contractors tools and equipments must comply with
statutory regulations and approved codes of practices.
2.4 HAZARDOUS MATERIALS:
The Contract must inform the safety officer of TPCL, prior to commencement of
work, procurement of or materials connected with the contract work of a
hazardous nature. The Contract will have to secure storage for any such
material.
2.5 DUST AND FUME CONTROL:
Contractors and sub-Contractors must inform the safety officer of TPCL at this
premises of all processes producing dust or fumes, and under the conditions as
laid down in the Factories Act 1948, Sections 14 & 17 the safety precautions
are to be fulfilled.
2.6 FIRE HAZARDS AND PRECAUTIONS:
When at site, all fire regulations, as well as regulations under Section 38 and
subsequent amendments if any under the Factories Act 1948, must be observed
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 117 of 125 Signature of Contractor with seal
at all times. Awareness about the above to be educated to all staffs who are to
be deployed in this contract. 2.7 MACHINERY SAFETY:
Contractors and sub-Contractors working at these premises must not remove
or displace any guard, fencing or other safety equipment which is designed to
protect personnel or machinery or any place where safety equipment has been
provided without the written permission of the safety officer or his designated
representative.
On completion of any work, any guards that had to be removed must be
replaced immediately and whilst work is being carried out, machinery must not
be operated. The requirement of the Factories Act Sections 21-26 and
subsequent amendments if any must be followed: 2.8 NOISE:
Contractors and sub-Contractors working at this premises must obtain
permission from the safety officer/Owner if the processes being employed to
carry out that work significantly increase the ambient noise level in that area
being worked.
2.9 OVERHEAD WORKING:
No work may be carried out above the heads of people or over gangways or
roads, until all precautions have been taken to ensure the safety of the persons
below, and until the safety officer/Owner gives permission. Each specific site of
overhead working will require consent from the safety officer. This will be given
after satisfactory inspection.
Work may be carried out in the vicinity of power cables only when permission
is obtained from the safety officer and/or Owners representative.
Work connected with overhead safety includes the movement of long metal
objects, machinery, jibs, masts, arms or other elevated parts.
2.10 WORKING AT HEIGHT:
All temporary structure erected by Contractors or sub- Contractors for the
purpose of allowing their staff to work at heights of more than 2 M. above floor
level must be constructed in accordance with the Safety Regulations laid down.
Whenever possible, ladders are to be made of wood and in good condition.
Metal ladders must not be used where there is any possibility of the ladder
coming into contact with an electrical conductor.
Roof working must be properly supervised.
2.11 SAFETY CLOTHES / UNIFORM AND EQUIPMENT:
This will be supplied by Contractors and Sub-Contractors who are working on
sites and must be adequate for the well being of their staff engaged in the type
of work contracted for.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 118 of 125 Signature of Contractor with seal
The equipment and its use must comply with the regulations and codes of
practice as laid down that apply to the conditions of work being undertaken.
Uniform and PPE materials should be provided for all the Staff.
Green colour reflector jackets shall be provided for Technical team in addition
to uniform.
Contractors and sub-Contractors will be responsible for the use of any tools and
equipment that is supplied by them, or their staff to the exclusion of all
responsibility of the Owner. Tools will be maintained to the highest standard of
safety. Whilst in the possession of such tools, the person so using said tools is
responsible for the continued maintenance of safety standards.
It is the individual’s responsibility to ensure that the tools he works with are
suitable for the job, and in a safe condition prior to work commencement. All
necessary tools and equipment to complete a contract should be supplied by
the Contract. Due provision must be made during contract preparation. 2.12 PLANT SERVICES:
Before using plant services such as electricity, permission to do so must be
obtained from the appropriate authority, Owner/Safety Officer.
2.13 SUPERVISION:
Contractors working at this premises must ensure that their staff are
adequately supervised.
2.14 WARNING SIGNS AND NOTICES:
Suitable warning signs are to be displayed at the respective locations,
warning of potential hazards.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 119 of 125 Signature of Contractor with seal
SECTION – 3
TOOLS
3.1 ELECTRICALLY DRIVEN PORTABLE TOOLS:
Permission is to be obtained from the nominated person before any Contract or
sub-Contract’s electrical hand tools can be connected to the electricity supply.
Connection must be by 3-core and 3-pin plugs and sockets, except when tools
are double insulated on a 2-wire supply. Where the supply is 3-phase, 4-core
cable and 4-pin plugs and sockets with earth connections must be used.
Connections without proper sockets are not permitted
Make-shift connections are prohibited.
The use of extension cables is discouraged, but sometimes necessary.
Portable electric lamps must be the ‘Gripper’ type with caged wire protection
for the bulk and precautions as laid down under Section 36-37 of the Factories
Act 1948 and subsequent amendments if any, must be observed.
In all cases, with the exception of double insulated tools, the metal work of the
tools must be effectively earthed, also any flexible metallic cable coverings
must be earthed.
3.2 COMPRESSED AIR TOOLS
Contractors and sub-Contractors must obtain permission to use any
compressed air supply at this premises. Contractors and sub-Contractors must
also provide suitable noise suppression for pneumatic hammers, drills etc.
3.3 PERCUSSION CARTRIDGE TOOLS
Permission to use percussion tools must be obtained from the designated safety
officer/Owner prior to the use of these tools.
Also when using percussion tools, it is the individual duty to ensure that the
charges used in said tools are correct. These tools are to be handled as
dangerous weapons, never leave tools unattended, never leave tools charged
or store charged, never point tools at personnel, always lock up when
finished both tool and charges.
3.4 HOISTING AND LIFTING:
Permission must be obtained prior to the use of Plant and equipment, from the
Owner or other nominated responsible person.
Equipment must be adequate for the purpose required and anchorage approved
by the site safety officer/Owner.
All equipment so used must have been examined by a competent person, and
where necessary a certificate obtained in accordance with Sections 28 and 29
of the Factories Act 1948 and subsequent amendments if any shall be observed.
No object is to be left unattended whilst using lifting equipment.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 120 of 125 Signature of Contractor with seal
3.5 MOVEMENT OF PLANT AND MACHINERY
Permission must be obtained from the appropriate authorities prior to the
movement of construction materials, plant or equipment in and around
premises.
3.6 POWERED INDUSTRIAL TRUCKS
Permission must be obtained from the appropriate authorities prior to the use
of lift-trucks by Contractors or sub-Contractors at this premises.
Trucks must only be driven by competent licensed personnel with valid license
and must comply with statutory regulations.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 121 of 125 Signature of Contractor with seal
SECTION – 4
GUIDELINES FOR CONTRACTORS AND SUB- CONTRACTORS
1. Safe working practices must be observed at all times.
2. It is the responsibility of the contractors and sub- contractors staff to use
appropriates personal protection. It is the Contracts and sub-Contracts
obligation to supply necessary protective equipment and clothing.
3. Certain areas are designated hazardous (e.g. noisy areas) and warning signs
must be obeyed.
4. Where the contractors and sub- contractors work presents a potential hazard,
appropriate notices must be supplied and displayed, and the area made secure
as far as is reasonably possible.
5. The Owner will not provide tools, materials, lifting or access equipment, fixings
or raw materials, unless by previous arrangement.
6. Any equipment brought to site by contracts and sub- contracts must not be
used by untrained persons, and attention is drawn to the indemnity clause of
the Owner orders, which states that the Contracts is liable for any consequent
damage or loss to people, equipment or buildings.
7. All welding, burning and grinding operations which could potentially cause fire
must be reported to security.
8. Vehicle parking will be in designated areas only.
9. No smoking is allowed inside the building and service building, near the fuel
storage tank, waste oil storage area, scrap dumping yard, waste collection
yard, LPG stored area and wherever hazardous area notified by the Owner. This
has to be strictly enforced by the Safety officer/Fire officer.
10. No food is to be consumed or left in work areas.
11. Warning signs and speed restrictions must be displayed and be observed.
12. Place of work to be left in a tidy and safe condition at the end of each work
period.
13. Care to be taken against contamination of any product of paint, oil, etc.
14. All injuries must be reported to the Ambulance Authority or to Security
officer/staff who shall all be trained in First Aid.
The above has been received and read by Contractors / Sub – Contractors and we
agree to comply with these Rules (See foot-note)
NOTE:
The Contractor/Bidder will ensure that Sub – Contractor shall receive and sign a copy
of these Rules.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 122 of 125 Signature of Contractor with seal
15. Conditions of BOQ
1) The rate quoted includes all expenses, cost of Manpower, tools & equipments etc.,
including overheads and profits for the lumpsum prices quoted in the Bill of Quantities. The
quoted price to be exclusive of GST and all other taxes as the same is exempted being
the contract is in SEZ (Special Economic Zone). The Total rate quoted for One year of
services will be considered for the purpose of deciding the competitive tender.
2) The rate shall include all statutory payments, payable to the contractor
workman i.e., Minimum wages notified by TN Government, ESI, PF, Bonus etc., and
any other statutory taxes and levies notified by the government from time to time and
will remain fixed throughout the contract period and for extended period.
3) Computation of Manpower cost:
Basic Rate as per GO No.102 dated 5th Mar 2019
Leave salary to be considered for 22 days (10 days national holidays
plus 12 days casual leave) on Basic plus DA
PF 13% on Basic plus DA plus Leave Salary.
ESI / Insurance 3.25% on Basic plus DA
(ESI to be covered for the eligible staff and staff who are
exempted from ESI are to be covered under insurance).
Bonus 8.33% on Basic plus DA plus Leave Salary
Uniform 2% on Basic plus DA plus Leave Salary
4) Service charges should not be less than 2% of the total cost.
5) From BOQ Sl. No 1.01 to 1.34, only service charges, Basic rate, DA and other
allowance to be provided and 1.41,1.42 only service charge cost needs to be provided.
6) If the quoted rate offered by the tenderer is unreasonably high, TPCL shall
adopt the bench mark of the rates quoted by the other tenderer for the same items
and arrive suitably. TPCL’s decision on this will be final and binding on the Tenderer
for the items of this price bid.
8) All workers should be given one day week off on rotational basis. Manpower
rate includes scheduled mandays on Sundays / National holidays and week off to
ensure 24 x 7 operations.
9) Service charges quoted by the bidder should include all expenditure on
providing the resources / managerial / supervisory / administrative services by all
means to get the work done through the deployed staff.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 123 of 125 Signature of Contractor with seal
16. Insurance
1. The Contractor shall be responsible for all injury or damage to persons, animals
or things, and for all damage to property which may arise from any factor of
omission on the part of the Contract or any sub-Contractor employed by them
or any of their employees.
2. The Contractor shall indemnify and keep indemnified the Employer and hold
him harmless in respect of all and any loss and expenses arising from any such
injury or damage to persons or property as aforesaid and also against any claim
made in respect of injury or damage, whether under any statute or otherwise
and also in respect of any award or compensation or damage consequent upon
such claim.
3. The Contractor shall also indemnify the employer against all which may be upon
the Employer, whether under the workmen's compensation Act or any other
statute in force, during the currency of this contract or at common Law in respect
of any employee of the Contractor or of any Sub-Contractor and shall at his own
expense effect and maintain until the completion of the contract, with an
insurance Company, approved by the Employer, a Policy of Insurance against
such risks (with a limit of liability of not less than Rs 5.00 (five) lakhs per
occurrence)and deposit such policy or policies with the Employer from time to
time during the currency of this contract.
4. In default of the Contractor insuring as provided above, the Employer may so
insure and may deduct the premiums paid from any moneys due or which may
become due to the Contractor.
5. The Contractor shall be responsible for any liability which may not be covered
by the Insurance Policies referred to above and also for all other damages to
any person, animal or defective carrying out of this contract, whatever, may be
the reasons due to which the damage shall have been caused.
6. The Contractor shall also indemnify and keep indemnified the Employer against
all and any cost, charges or expenses arising out of any claim or proceedings
relating to the works and also in respect of any award of damages or
compensation arising therefrom.
7. Without prejudice to the other rights of the Employer against Contractor in
respect of such default, the Employer shall be entitled to deduct from any sums
payable to the Contractor the amount of any damages, compensation costs,
charges and other expenses paid by the Employer and which are payable by
the Contractor under this clause.
8. Contractor shall, prior to the commencement of any site activity submit the
Insurance Confirmation Letter – Annexure regarding the required Insurance
Policies to be put in place by Contractor. TPCL reserves the right to examine
the policy wording and require evidence that the Policy Premium has been paid
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 124 of 125 Signature of Contractor with seal
to the Insurers, and that it shall remain in force, throughout the duration of the
Contract.
9. All deductions or liabilities in excess of the indemnities provided under the
insurance arranged by Contractor / Sub-contractor and / or TPCL shall be for
the account of and paid by Contractor and his Sub-contractors.
10. TPCL shall not accept any responsibility whatsoever for any loss of or damage
to any property or personal effects belonging to Contractor’s employees or to
those of Sub-contractors employed by them.
TIDEL PARK COIMBATORE LTD TENDER FOR INTEGRATED OPERATION & NON-COMPREHENSIVE MAINTENANCE SERVICES - Vol.I
Tender Notice No: A-17012/003/2020-CR Page 125 of 125 Signature of Contractor with seal
Annexure
INSURANCE CONFIRMATION LETTER
(To be typed on Contractor’s Letterhead, Signed
& Stamped by Authorised Person)
To
TIDEL Park Coimbatore Ltd.
ELCOSEZ
Aerodrome Post
Coimbatore - 641014
Dear Sir,
Sub : Confirmation of Insurance Policies Contract / Agreement No.
…………… for Integrated Operation & Non Comprehensive Maintenance
of ACMV, BAS, DG Sets & Connected Works at TIDEL PARK
COIMBATORE LTD.
------------
We hereby confirm that we have effected valid insurance policy(ies) expiring on
……………….. which comply(ies) with all the requirements and conditions stipulated in
the Insurance and Indemnity Article of the above Contract / Agreement including inter-
alia :-
• Waiver of subrogation against its servants, agents, employees, subsidiaries
and all other companies in TPCL’s Group and
• ………… being included / named as an additional insured in the capacity of
principal which are endorsed to the insurance policy(ies).
Corporate or Company Seal _____________________
Authorized Signature
Name of Contractor
By:
Title