Upload
buimien
View
213
Download
0
Embed Size (px)
Citation preview
1
Address for communication
Dy. General Manager (Security),
Bank of India, Head Office
Security Department, Star House, Bandra-Kurla Complex,
Plot No.C-5, G-Block, 4th Floor East Wing,
Bandra (E), Mumbai 400 051
Phone : 022-66684413, 66684414, 66684415, Fax : 66684413
Email :[email protected]
TENDER CONDUCT OF COMPREHENSIVE
ELECTRICAL SAFETY & ENERGY AUDIT FOR
FOUR BUILDINGS OF BANK OF INDIA, AT MUMBAI
Ref:-HO/SD/KK/124/3172 DATED 15.09.2012
2
Website: www.bankofindia.co.in
TIME SCHEDULE
_____________________________________________________
Date of display of Tender on website - 17.09.2012
Last Date and time for Submission of response – 03.10.2012 till 3.00 pm
Date of opening of technical bid: - 04.10.2012 at 3.00 pm
Date of opening of financial bid:- Will be communicated later
3
Contents
PART I Invitation to Bid
PART II Instructions to Bidders
PART III Terms and Conditions
ANNEXURE A Technical bid
ANNEXURE B Financial Bid
ANNEXURE C Details of Buildings to be audited
ANNEXURE D Performance Security form
___________________________________________________________________
It is hereby clarified that the Bid/ response to the tender should be submitted in the
exact format given herein without making any changes/alterations to the tender
document. Any change/alteration made to the tender document by the participant would
make his Bid/ response to the tender void and the same shall be liable to be rejected by
the Bank without further going to the merits of the tender. It is also clarified that in case
of any difference/change between Bid/ response to the tender document submitted by
the participant and the tender document maintained by Bank of India (Bank), the tender
document maintained at the Bank, would be considered as authentic and binding on the
participant.
********
4
PART I - INVITATION TO BID
1. The Proposal Bank of India invites tenders for conducting comprehensive Electrical Safety Audit &
Energy Audit for its four offices. Two offices are located at Mumbai and two are located
at Navi Mumbai.
2. Scope of Work Scope of Work is detailed in PART II – Instructions to Bidders of thisdocument
3. Qualification Criteria Qualification Criteria is given in PART II- Instructions to Bidders of this document
4. Terms and Conditions Terms and Conditions are given in PART III – Terms and Conditions of this document
5. Availability and Submission of Proposal The tender document can be down loaded from the Website of the Bank. However, cost
of the tender document i.e.`1,000/- (non-refundable) is to be submitted in the form of
pay order/demand draft favoring “Bank of India” payable at Mumbai at the time of
submission of the proposal at security Department, Star House, Plot No.C-5, G-Block,
ground floor, Bandra (E), Bandra-Kurla Complex, Mumbai 400 051.
Tender document can also collected from Security Department, Head office, Bank of
India from 17.09.2012 to 03.10. 2012 till 3 pm on submission of pay order/demand draft
favoring “Bank of India” payable at Mumbai.
Interested vendors or firms can visit to our buildings proposed for audit, with prior
appointment to see and inspect electrical installation of building during working hours
i.e. from 10 am to 5 pm.
The last date for submission of bid/response to the tender is 03.10.2012 and should
reach Bank of India, Security Department, at the above address by 03.00 p.m. on that
day.No proposals will be accepted after the above deadline
5
6. Validity of proposals The bids/proposals shall remain valid for 180 days from the last date of submission of
the bids i.e. 03.10.2012or such extended last date of submission as advised by the
Bank.
7. Amendment At any time before the last date and time for submission of response to the tender, the
Bank may, for any reason, modify the tender document, by an amendment that would
be displayed on Bank’s Website www.bankofindia.co.in. The Bank would make no other
intimation in this regard. It would be the sole responsibility of the firm to submit
bid/proposal incorporating amendments, if any.
8. Disclaimer
The tender would bind neither the Bank in any contract nor it an offer of an
assignment/contract. The Bank reserves the right to accept any bid/ proposal or reject
any or all the bids/ proposals received in response to the tender and to cancel the entire
process at any time prior to award of the assignment/contract, without thereby incurring
any liability to the affected respondent/s.
The Bank shall not be bound to offer any reasons for such acceptance/ rejection nor
shall entertain any correspondence with the rejected respondents in this matter.
Capt. L. K. Singh
Dy. General Manager
(Security)
6
PART II – INSTRUCTIONS TO BIDDERS
Bank of India is a nationalized Bank with more than four thousand branches across
country and abroad also. We wish to get our four important buildings audited for
Electrical Safety and Energy. Two buildings are located at Mumbai and remaining two
buildings are located at BelapurNavi Mumbai. Detailed information about buildings are
given in Annexure C. Details given in Annexure “C” are provided only for giving a rough
idea about the building. Agencies are suggested to visit the building before submitting
purpose. Details of Annexure “C” may vary a little bit. Broadly scope of work for
Electrical Safety Audit & Energy audit for all building is as under:
Methodology :
Selected vendor will do the electric safety & Energy audit through these steps.
Steps are directional only.Vendors may choose an appropriate methodology but output
should be similar.
1. Pre Audit:Meetingwith Bank of India team (separate teams for each building to be
audited).Visual inspection & verification of documents.
2. Audit: Auditing &testing to determine the condition of electrical installation.
3. Presentation of findings to separate committees of Bank of India responsible for
acceptance of report and implementation of recommendations. Reports on
electrical safety audit & energy audit should be separate. Recommendations
should be supplemented with a list of equipment’s to be changed. Specifications
of the equipment’s to be changed should be given with directional costs so that
tender can be floated, if required by bank and the implementation can be done
easily. Meetings, Reporting, incorporation, implementation should be separate
for all buildings.
4. After modifications, as suggested by Bank of India team. Reports will be
accepted.
5. Two day’s training in Mumbai on Electric audit & Energy Audit for Nodal Officers
responsible for conduct & implementation for electric audit. The training should
cover following aspects :-
i) Indian Electricity Rules, Energy Conservation Act.
ii) Need of Electric Audit & Energy Audit.
iii) Relevant standards on Electrical safety.
iv) Electrical safety/Maintenance in relations to Electrical Equipment’s like
AC/UPS/LT Panel.
v) Earthing/Lighting protection & their testing.
7
vi) Auditing & Implementation.
Logistics for training will be taken care by MDI, Belapur our training centre.
Reserve person should be arranged by agency/vendors.
6. Training of electrician’s on preventive electrical maintenance on the basis of
standard / recommended preventive Electrical Safety Maintenance
Schedule/Programme.
7. Implementation Audit: Audit will be done by vendor in all buildings to certify that
gaps identified in report are fulfilled in the way as it is required. Vendor will
certify that the building complies with relevant standards.
SCOPE OF WORK FOR ELECTRICAL AUDIT-
1. All Electric Institution of building falls under scope of work (eg. HVAC, split AC,
DG set, UPS, Electric panel, transformer etc.
2. Physical inspection of the Building with reference to applicable Indian Standard,
Indian Electricity Rules and other relevant codes of Practice & Identifying
electrical hazards ( Shocks etc. )
3. Review & Testing of protection device/system of all electrical installations in the
building.
4. Review & Testing of adequacy of cables, motors based on actual load current
measurements and cable current carrying capacities. Insulation Resistance test
and Earthing leakage resistance testing should be done.
5. Examination and testing adequacy of lighting protection systems as per national
and international standards.
6. Checking of all pumps, connector, compressor units for reducing load factor in air
conditioning system /HVAC system.
7. Performance & testing of Bus bar, filtration coil, safety device like MCB ELCB &
electric distribution panel of air conditioning unit.
8. Evaluation of electric preventive maintenance (EPM) programme in building to
examine documentation, checklists, work permit, test records etc and if EPM is
not in place or inadequate, recommend and design EPM as per applicable
standards.
9. Evaluation of voltage, ampere, earthing strength of capacitor, potential of
capacitor of all split ACs.
10. Evaluation of condenser coil, compressor and refrigerant pressure with Cu wire
piping of all standalone AC units.
11. Training of electricians from the point of electrical safety.
12. Testing should be done appropriately with help of internal team of electrical
engineer/electrician.
13. Evaluation of UPS battery system. Calculation of existing load on each UPS
under on & off position.
8
14. Evaluation of battery backup, Voltage, ampere and Ah of all batteries.
15. Thermography/Temperature detection should be done for hot spot detection in
electric panel, equipment’s etc.
16. Earthing system should be tested appropriately and evaluation. Earth electric
resistance, Earth fault loop impendence should be tested.
17. Belapur Buildings two floor contains Data center, testing and evaluation for
electric safety should be done appropriately. Thermography should be utilized
for identification of hot spots.
SCOPE OF WORK FOR ENERGY AUDIT –
The following areas will be covered to identify Energy Conservation Measures-
Electricity Supply and Distribution
Air Conditioning System
Air Handling Units
Split/ Package Air Conditioners
UPS and Ventilation
Lighting
Kitchen Equipment’s
Water Pumps
Any other existing electrical system no mentioned above
Electricity Supply and Distribution net work-
1. Detailed examination of the existing energy use of the facility with break up.
2. Measurement and analysis of demand and power factor, suggestions to reduce
the demand and improve the power factor.
3. Performance evaluation of selected motors, 10 HP and above, to identify
under/over loading of motors.
4. Study and examination of use of electric energy, cost balance with break up.
5. Study on Metering system and suggestion for improvement.
6. Energy distribution Break up on floor wise and department wise.
7. Study on V, I KW fluctuation and profiling, V & I imbalances in the network.
8. Suggestion for reducing the network loss and to improve monitoring system.
9. Performance evaluation of installed capacitors to ensure deliverance of desired
output, level of losses, management of system power factor and operation of
capacitors.
Air Conditioning System –
1. Evaluation of operating Coefficient of Performance of Chiller. Evaluation of
specific energy consumption of Chiller.
9
2. Estimation of actual tonnage and comparison of actual parameters with the
design values, and corrective actions (like air and water flow balancing etc.)
3. Performance Evaluation of chilled water pumping to optimize pumping power.
4. Potential of reduction in chilling requirements in working stations.
5. Measurement of power parameters for cooling tower fans, water flow rate, air
flow rate, dry bulb temperature (DBT) wet bulb temperature (WBT) sump
temperature, relative humidity etc.
6. Estimation & Evaluation of cooling tower performance (Range, approach, and
effectiveness) and comparing it with designed data.
7. Measurement (Provisions must be available) and analysis of pump flow rate,
pressure and power consumption with respect to rates/design conditions.
8. Air Handling Units.
9. Measurement of airflow, RH, Tsa, Tra, Chilled Water Tin, Tout through cooling
coil and energy consumption of AHUs.
10. Estimation of actual tonnage and Measurement of operating zone
temperatures under each unit. Comparison of actual parameters with the
design values.
11. Examination and or Air Handling Units for air delivery capacity, capacity
utilization, temperature pattern, pressure drop and operational pattern with
respect to time to identify potential energy saving measures.
Package/ precision Air Conditioners / Split or window air conditioners/ -
1. Evaluation of operating Coefficient of Performance of Precision Air Conditioner.
Evaluation of specific energy consumption of precision Air Conditioner.
Identification and suggestions for performance improvement and energy saving
potential.
2. Estimation of actual tonnage and comparison of actual parameters with the
design values and corrective actions.
3. Measurement and analysis of selected units (10% of units) 24 hours profile to
suggest measures for energy conservation.
4. Package Air Conditioners: Measurement of power consumption, temperature
profile under different duct able units.
5. Measurement of airflow, RH, Tsa, Tra, chilled water Tin, T out , through cooling
coil and energy consumption (Access must be available).
6. Estimation of actual tonnage and Measurements of operating zone temperatures
under each unit. Comparison of actual parameters with the design values.
UPS and Ventilation
10
1. Measurement and analysis UPS loading, redundancy, operating efficiency,
load pattern to suggest measures for energy cost reduction, Measurement
and analysis of Harmonics (up to 30th ) as per standards (IEEE 519/IEC
61000 -3-2/3/4).
2. Measurement and analysis of exhaust fan operating parameters. Usage
patter, suggest measures for energy conservation.
Lightning
1. Examination of the lighting system in all the areas, measurement of
illumination levels, etc to improve lighting efficiency and optimizing lighting
levels as per ECBC Standard & comparison (ECBC-2006) published by
Bureau of Energy Efficiency (BEE) Govt. of India.
2. To look possibilities to reduce energy use by incorporating energy efficient
lighting system, equipment’s and lay out changes.
3. Study of operating electrical parameters like voltage etc in the lightening
circuits.
kitchen equipments
1. Examination of the existing kitchen equipments, measurement of power
consumption etc to improve efficiency and optimizing power consumption.
2. To look possibilities to reduce energy use by incorporating energy efficient
equipments.
Others
1. The power measurements (I,V,pf,KVA, and KW) of all major motors (above
10 HP) will be studied for possible energy savings opportunities by the
application of following items.
a. Possibility of on /off control
b. Interlocking
c. Downsizing motors
2. Evaluation of Energy efficiency of Data Centre located at CBD Belapur
building.
3. Any other existing system no mentioned above.
4. Any other Electrical system available at BOI buildings will be under the scope
of the Energy Audit and Energy Audit of the above system also to be carried
out.
Deliverables.
The energy audit report will contain the following :
11
Specific energy savings proposals
Full description and figures if required
Method of implementing the proposal
Cost benefit analysis
Present energy consumption pattern
Energy Management Guidelines to monitor and sustain the saving identified.
1. The recommendation will be classified as non-capital proposals (proposals
requiring no investment or insignificant investment) and as capital proposals. It
should be noted that for capital proposals, the budgetary cost estimates have an
accuracy of plus or Minus 20 per cent.
2. For projecting cost benefit analysis, simple payback system technique may be
used.
3. Discussion with Bank officials for consensus on proposals and justifications.
4. Energy Conservation Measures having payback of less than 2 years will be given
in the report.
5. Compilation of detailed report comprising of observations, recommendations with
adequate financial justifications, vendor support data etc.
6. All the data collected from the Bank to be tabulated properly and submitted along
with detailed report in the form of Soft copy and Hard Copy.
7. Presentation of the detailed report and data collected from the Bank to be given o
Bank Officials before final submission to the Bank.
Qualification Criteria of the Firm
1. The vendor should have carried out at least three electrical safety and / or
Energy Audit in Banks, financial institutions, major hotels and multistoried office
buildings with a minimum connected load of 1000 KW in last 05 years.
2. The vendor should be enlisted in approved list of vendor /engineers of Bureau of
Energy Efficiency. Engineers who are likely to be working on this project should
be certified from BEE. Enclose copy of certificate of BEE & proof that engineer is
working since last one year with agency.
3. The vendor should have an office in Mumbai with technically qualified staff to
render the said services.
12
4. The contractor should be an Income tax assesse and should have filled Income
Tax return for the last assessment year.
5. The Contractor could be a sole proprietary concern/partnership firm or a
company and should be registered with Registrar of Firms/Companies wherever
applicable.
6. Should submit three years audited Balance Sheets. The firm should be profit
making for the last three years.
Payment
70% payment will be released after submission of report and their acceptance by
management. 30% payment will be released after submission of report on
implementation audit of certification.
13
PART III Terms and Conditions
A Submission of Bid Sealed Envelope containing Technical cum Commercial Bid with “Bank of India,
Electrical Safety & Energy Audit ” super scribed on it should be addressed to: -
Dy. General Manager (Security)
Bank of India, Head Office,
Security Department,
Star House, Bandra-Kurla Complex,
Plot No.C-5, G-Block,Ground floor,
Bandra (E), Mumbai 400 051
Phone : 022 66684413, 66684415
Fax : 6668 4413
Email:[email protected]
Contact Persons:Mr. Kanchan Kumar, Senior Manager (Disaster Mgt.) Tel. - 66684415
Mr. Birendra Kumar, Manager (Fire Officer) Tel. - 66684436
The proposal should reach the Bank on or before 03.10.2012 by 03.00 p.m. The
proposals received late will not be considered.
The proposal in a sealed envelope should include (2 covers) as given below –
I. Technical Bid sealed cover containing:-
1 Proposal Form and Technical bid as per Annexure A of this document
2 Company profile along with documentary evidence of Servicesoffered and all relevant
enclosures as detailed in / required as perTechnical Bid form and qualification criteria
3 Demand Draft/Pay order for Rs.1,000/- favoring “Bank of India” payable at Mumbai
being cost of tender document, which is non- refundable.
14
4 Bid Security deposit of Rs. 30,000/- (Rupees ThirtyThousand Only) as specified in
para K. This bid security will be returned to allthe firms who couldn’t
bequalified/successful.
II. Commercial Bid separate sealed cover containing:-
1. Proposal of fees as per Annexure B of this document.
Note: The sealed covers of technical and commercial bids together should be
kept in another sealed envelope.
B. Clarifications on the TENDER
All queries relating to this tender should be in writing only (at the above address) and
addressed to the security Department and can be sent to email id:
[email protected]. The Bank will respond in writing to any request
for clarification of the tender document which it receives not later than five (5) working
days prior to the deadline for submission of bids prescribed in Part I Invitation to Bid.
The firm should provide the E-mail address for correspondence in their queries without
fail, since replies from Bank will be provided to the vendor, in this mode only.
If the Bank in its absolute discretion deems that the originator of the clarification will gain
any advantage by response to a question, then Bank reserves the right to communicate
such query and response to all respondents of the tender host it on Website.
C. Clarifications on the bids/response to tender
The Bank in order to assist evaluation and comparison of bids/response to tender
received, may seek clarifications from some or all of the bidders. Such clarifications and
responses will necessarily be in writing. The Bank has right to disqualify the vendor
whose clarification is found not suitable.
D. Confidentiality
The tender contains information proprietary to the Bank. The Bank requires the
recipients of this tenderto maintain its contents in the same confidence as their own
confidential information and refrain from reproducing it in whole or in part without the
written permission of the Bank
The Bank will not return the bids/responses to the tender received. The information
provided by the bidder/s will be held in confidence and will be used for the sole purpose
of evaluation of bids.
15
E. Time period: Validity of tender will be for three months.
F. Opening and Evaluation of Bids (Evaluation Methodology)
i) Opening of Technical Bids by the Bank
Technical bids will be opened in the presence of the “Technical committee” and
vendor’s representatives. The Bidders’ names, Bid modifications or withdrawals and the
presence or absence of requisite Bid Security and such other details as the Bank, at its
discretion, may consider appropriate, will be announced at the time of technical Bid
opening. No bid shall be rejected at bid opening, except for late bids, which shall be
returned unopened to the Bidder.Bids (and modifications sent) that are not opened at
Bid Opening shallnot be considered further for evaluation, irrespective of
theCircumstances. Withdrawn bids will be returned unopened to theBidders.
ii) Preliminary Examination and Technical Evaluation
The Bank will examine the Bids to determine whether they arecomplete, required
formats have been furnished, the documents havebeen properly signed, and the Bids
are generally in order.The Bank may, at its discretion, waive any minor infirmity, non-
conformity, or irregularity in a Bid, which does not constitute a materialdeviation.Only
those Bidders whose Technical bids have been found to be in theconformity of the
eligibility terms and condition would be taken up bythe Bank for the further detailed
evaluation.Prior to the detailed evaluation, the Bank will determine theresponsiveness of
each Bid to the Bidding Document. For purposes ofthese Clauses, a responsive Bid is
one, which conforms to all theterms and conditions of the Bidding Document without
material deviations. Deviations from, or objections or reservations to criticalprovisions,
such as those concerning Bid Security, Applicable Law,Performance Security,
Qualification Criteria, Force majeure will bedeemed to be a material deviation.The
Bank’s determination of a Bid’s responsiveness is to be based onthe contents of the Bid
itself, without recourse to extrinsic evidence.The Bank reserves the right to evaluate the
bids on technical &functional parameters including possible visit to inspect live site/s of
the bidder and witness demos of the system and verifyfunctionalities, response times,
etc.If a Bid is not responsive, it will be rejected by the Bank and maynot subsequently
be made responsive by the Bidder by correctionof the non-conformity.The Bank may
use the services of external consultants for bid evaluation
iii) Clarification of Technical Bids
During evaluation of the Bids, the Bank, at its discretion, may ask the Bidder for
clarification of its Bid. The request for clarification and the response shall be in
16
writing,and no change in the prices or substance of the Bid shall be sought, offered or
permitted.
iv) Evaluation and Comparison of Price Bids
The Bank will evaluate and compare the Price bids, which have beendetermined to be
responsive. Arithmetical errors will be rectified on the following basis. If there is a
discrepancy between the unit price and the total price that is obtained by multiplying the
unit price and quantity, the unit price shall prevail, and the total price shall be corrected.
If the Successful Bidder does not accept the correction of the errors, its Bid will be
rejected, and its Bid security may be forfeited. If there is a discrepancy between words
and figures, the amount in words will prevail.L1 will be decided on the basis of price
quoted in the Annexure C of the commercial bid. Separate L 1 will be decided separate
buildings by comparing the respective price bids.
IMPORTANT NOTE
1. One agency will not be allotted more than two buildings for
Electrical Safety & Energy Audit.
2. L 2 will be offered to carry out work of other buildings at the
quoted/agreed rate of L1.
3. In case, L-2 as mentioned above does not agree to carry out the
work at the rate of L-1, the chance will be given to L-3 for accepting
the work at the quoted/agreed rates of L-1.
4. Similarly work of building will be offered to L-3, L-4 etc in the
manner mentioned above and award the work at the quoted/agreed
rate of L-1.
5. If one agency becomes L-1 in three or all four buildings, then the
agency will be awarded maximum two buildings for work. Bank will
decide which buildings to be given to agency quoted L1 for more
than two buildings.
G. Bank reserves the right to the following:
1. Reject any or all proposals received in response to the tender withoutgiving any
reason whatsoever
2. Reject the proposals received in response to the tender containing anydeviation from
the payment terms stipulated in para H below
3. Waive or Change any formalities, irregularities, or inconsistencies inproposal format
delivery
4. Extend the time for submission of proposal.
17
5. Modify the tender document, by an amendment that would be displayed onBank’s
Website
6. Select the next most responsive Consultant/consultant firm if negotiationswith the
Consultant/firm of choice fail to result in an agreement within aspecified period.
7. To independently ascertain information from the Banks and otherinstitutions to which
Consultant/consultant firm has already extendedservices for similar assignment.
8. Apply whatever evaluation criteria deemed appropriate for evaluation ofTechnical
Bids.
9. To terminate the services if the assignment is not proceeding in accordance with the
terms of contract or undue delay is taking place in execution of theassignment.
10. Modify the time period stipulated in Para E above for completion ofassignment
during the execution of assignment.
H. Force Majeure
Notwithstanding the provisions of TCC, the firm shall not be liable for forfeiture of its
performance security, liquidated damages, or termination for default if and to the extent
that its delay in performance or other failure to perform its obligations under the
Contract is the result of an event of Force Majeure.
For purposes of this clause, “Force Majeure” means an event beyond the control of the
Bidder and not involving the Service Provider’s fault or negligence and not foreseeable.
Such events may include, but are not restricted to, acts of the Bank in its sovereign
capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and
freight embargoes.
If a Force Majeure situation arises, the Bidder shall promptly notify the Bank in writing of
such condition and the cause thereof. Unless otherwise directed by the Bank in writing,
the Bidder shall continue to perform its obligations under the Contract as far as is
reasonably practical, and shall seek all reasonable alternative means for performance
not prevented by the Force Majeure event.
I. Termination for Insolvency
The Bank may, at any time, terminate the Contract by giving written notice to the Bidder
if the Bidder becomes Bankrupt or otherwise insolvent. In this event, termination will be
without compensation to the consultant/firm/Service Provider, provided that such
18
termination will not prejudice or affect any right of action or remedy, which has accrued
or will accrue thereafter to the Bank.
J Termination for Convenience
The Bank, by written notice sent to the consultant/firm/Service Provider, may terminate
the Contract, in whole or in part, at any time for its convenience. The notice of
termination shall specify that termination is for the Bank’s convenience, the extent to
which performance of the Bidder under the Contract is terminated, and the date upon
which such termination becomes effective.
K. Bid Security
The Bidder (Consultant/consultant firm) shall furnish, as part of its Bid, a Bid security
of`. 30,000/- The Bid security is required to protect the Bank against the risk of Bidder’s
conduct, which would warrant the security’s forfeiture.
The Bid security shall be denominated in Indian Rupees and shall be in the form of a
Banker’s Cheque / Demand Draft, issued by a Scheduled Commercial Bank in India,
drawn in favor of “Bank of India” payable at Mumbai and valid for a period of six
months.Any Bid not secured, as above, will be rejected by the Bank, as non-
responsive.Unsuccessful Bidders’ Bid security will be discharged or returned as
promptly as possible but not later than sixty (60) days after the expiration of the period
of Bid validity .The successful Bidder’s Bid security will be discharged upon the Bidder
(Consultant/Consultant firm) signing the Contract and furnishing the Performance
Securityof`50, 000 as perAnnexure D. 10 % of the value of accepted tender value.
The Bid security may be forfeited:
a) if a Bidder withdraws its Bid during the period of Bid validity specifiedby the Bidder on
the Bid Form; or
b) if a Bidder makes any statement or encloses any form which turns out to be
false/incorrect at any time prior to signing of Contract; or
c) in the case of a successful Bidder, if the Bidder firm fails;to sign the Contract; OR to
furnish Performance Guarantee
L. Performance Guarantee:
The Bidder selected for the assignment should furnish a performance guarantee in favor
of Bank of India, for 10% of the value of accepted tender value valid for a period of 24
months ( from the date of awarding contract) from a nationalized / Public sector bank in
India ( other than Bank of India). The performance guarantee to be submitted within a
19
period of 15 days from the date of awarding contract. Performance guarantee should
be submitted separately for each building.
M. time of completion & penalty clause: - All electrical and energy audit should be
completed i.e. submission of report and its acceptance by BOI Management within four
months for all four sites from the date of issue of Work order. If the agency fails to
complete the above mentioned work within the stipulated time frame, the agency shall
be liable and pay the owner as pre estimated damages at the rate of half percent of the
final contract price for each week of delay or part thereof subject to a maximum of 10%
of the final contract value.
Once sites are ready for implementation audit, agency should complete the
implementation audit within two months after issuance of order for implementation audit.
If the agency fails to complete the above mentioned work within the stipulated time
frame, the agency shall be liable and pay the owner as pre estimated damages at the
rate of half percent of the final contract price for each week of delay or part thereof
subject to a maximum of 10% of the final contract value. The organisation will try to
implement within six to nine months after the submission and acceptance of report.
N. Injury to persons, property & Owner’s Indemnity
i) The Agency shall be liable for and shall indemnify the Owner against any
liability loss, claim or proceedings whosoever arising under any statute or at
common law in respect of personal injury to or the death of any person
whomsoever arising out of or in the course of or caused by the carrying our of the
works unless due to any act or neglect of the Owner or of any person for whom
the Owner is responsible.
ii) Except of such loss or damage as is at the risk of the Owner under the
Contract the Agency shall be liable for and shall indemnify the Owner against any
expense, liability, loss claim or proceedings in respect of any injury or damage
whatsoever to any property real or personal in so far as such injury or damage
arisen out of or in the course of or by reason of the carrying out of the works and
provided always that the same is due to any negligence omission or default of
the agency his servants or agents or of any sub-contractor his servants or
agents.
O. Accidents
The Agency shall within 24 hours of the occurrence of any accident at or about
the Site or in connection with the execution of the work report such accident to the
20
Owner’s representative. The Agency shall also report such accident to the Competent
Authority whenever such report is required by law.
The Agency shall comply with the provision of all labour legislation including the
requirements of :-
a) The payment of Wages Act
b) Owner’s Liability Act
c) Workmen’s Compensation Act
d) Contractor Labour (Regulation & Abolition) Act 1970 and Central Rules 1971
e) Apprentices Act 1961
f) Any other Act or enactment relating thereto and rules framed thereunder from
time to time.
P. Costs of tests
The cost of arranging/undertaking any test, as directed by the Owner shall be
borne by the Agency.
Q. Excise & Sales taxes, Works contract tax
The Agency shall pay and be responsible for payment of all taxes, duties, levies
fees or charges in respect of the works including but not limited to sales taxes, tax on
work contract, excise duties and octroi payable in respect of materials, equipment, plant
and other things required for the contract. All of the aforesaid taxes, duties, levies fees
and charges shall be to the Agency’s account and Owner shall not be required to pay
any additional or extra amount on account of variation of taxes, duties, levies, fees etc.,
if any till completion of work and no extra claim on this account will be entertained in any
case.
R. Labour Laws
The Agency shall observe and strictly adhere to all prevailing labour laws
inclusive of Contract Labour (Abolition and Regulation) Act of 1970 and other safety
regulations including amendments made, if any afterwards.
S. The agency awarded with the work, will have to sign an agreement with bank, on
a format provided by Bank for the work of Electrical Safety & Electrical Audit.
T. Statutory authority obligations, notices, fees charges
i) The Agency shall comply with and give all notices required by any act, any
instrument, rule or order made under any Act, or any regulation or byelaw of any
local authority or of any regulation of any agency which has any jurisdiction with
regard to the works or with whose systems the same are or will connected (all
21
requirements to be so complied with being referred to in these conditions as the
statutory requirements).
ii) If the agency shall find any divergence between the statutory requirements
and all or any of the contract documents or any variation instruction issued in
accordance with these conditions, shall immediately give to the Owner’s
Representative a written notice specifying the divergence.
iii) If the agency gives notice under paragraph (b) of this sub-clause or if
Owner shall otherwise discover or receive notice of a divergence between the
statutory requirements and all or any of the contract documents or any variation,
instructions issued in accordance with these conditions the Owner shall within 7
days, of discovery or on receipt of a notice, issue instructions in relation to the
divergence. If and in so far as the instructions require the works to be varied,
they shall be deemed to be Owner instructions issued in accordance with these
conditions.
U. Work to be done to the satisfaction of the owner
The agency shall execute, complete and maintain the work in strict accordance
with the contract to the satisfaction of owner and shall comply with the
specifications and adhere strictly to the owner’s instructions and directions on
any matter (whatever mentioned in the contract or not) concerning the work. The
agency shall take instructions and directions from the owner’s representative.
22
Annexure A
PROPOSAL FORM
(to be included in Technical Proposal Envelope)
Date :..............................
Bank of India
Head Office
Security Department
Star House, Bandra-Kurla Complex,
Plot No.C-5, G-Block,
Bandra (E), Mumbai 400 051
Sir,
Bank of India, Tender for Comprehensive Electrical Safety Audit &
Energy Audit
Reference No. HO/SD/KK/124/3172 Dated 15.09.2012
Having examined the scope of work, general, special conditions and TENDER
Document, we, the undersigned, offer our services for comprehensive Electrical Safety
Audit & Energy Audit for four buildings of the Bank in conformity with the requirements
mentioned in said TENDER documents.
We undertake, if our bid/ Proposal is accepted, to provide services for comprehensive
Electrical Safety Audit & Energy Audit for four buildings of the Bank as per the scope of
work, deliverables and in accordance with the time frames specified in the TENDER
document as well as on the payment terms mentioned therein.
We confirm that the information submitted by us in our Bid/Proposal is true and correct.
We agree to abide by the Bid/ Proposal and the fees quoted therein.
23
We hereby acknowledge and unconditionally accept that Bank of India may on its
absolute discretion apply whatever criteria deemed appropriate in short listing and
selection of the consultants.
We declare that we have not made any alterations/changes whatsoever in the TENDER
document which is downloaded from the Website of the Bank and we are fully aware
that in the event of any change, the TENDER document maintained at the Bank will be
treated as authentic and binding and the Bid/Proposal submitted by us will be liable to
be rejected by the Bank in the event of any alteration made in the TENDER document.
We undertake that, in competing for (and, if the award is made to us, in executing) the
above contract, we will strictly observe the laws against fraud and corruption in force in
India namely “Prevention of Corruption Act 1988”.
We understand that you are not bound to accept the lowest, or any other Proposal, you
may receive.
Dated this .................................... day of ........................................ 2012
_________________________________________________________
(Signature In the capacity of duly authorized to sign Proposal for and on behalf of
___________________________)
*************************************************************************************
24
Sr. No. Details To be furnished by the Vendor
1. Name & Address of the Firm
2. PAN No.
3. Type of organization & year of incorporation
4. Correspondence address at Mumbai with contact persons name, telephone number, mobile number etc. (The company should have office and service facilities at Mumbai).
5. Turnover of the Company. Please provide the details for the last 3 years along with Balance Sheet and P & L Accounts.
6. Number of Electrical Safety and/or Energy Audit Works (minimum 3 jobs) carried out with a connected loadof minimum 1000 KW during the last 5 years.
7. Name & Address of the client organizations with details of contact person. Please arrange to provide following details.
i) Capacity of work (in KW)
ii) Year of execution
iii) Time taken for completion (Attach proof like copy of work order, performance & completion certificate etc.)
8. Whether Annexure A (i) filled up with full particulars
9. Other information’s applicant might like to give the support of the application.
25
Annexure A (i)
LIST OF WORKS EXECUTED DURING LAST 5 YEARS TOWARDS ELECTRICAL
SAFETY &ENERGY AUDIT
A. 3 SIMILAR WORKS OF CONTACT OF ELECTRICAL & SAFETY &ENERGY
AUDIT WITH MINIMUM CONNECTED LOAD OF 1000 KW.
Name of the Firm Client
Location of the work
Work order Ref. No, & date
Period of Execution
Contract Amount ( `)
Remarks (%age of saving done)
We confirm that all the details mentioned as required above and the
documents/enclosures submitted in support of the same are true and correct and if the
Bank observes any misrepresentation of facts on any matter at any stage of evaluation,
the Bank has right of rejecting the Bid.
26
We have understood the scope of work and undertake to execute the assignment as
per the requirement of TENDER.
Dated this .........................................day of………………….. ............................ 2012
_________________________________________________________________
(Signature In the capacity of and duly authorized to sign Proposal for and on behalf of
_________________________)
27
Annexure B
COMMERCIAL BIDS
(To be included in commercial Proposal Envelop)
Date: ..............................
A-FOR STAR HOUSE
Bank of India,
Security Department
Head Office, Ground floor,
Star House, Plot C-5, G Block,
Bandra-Kurla Complex
Bandra (East), Mumbai 400051.
Sir,
Bank of India, Tender for Comprehensive Electrical
Safety Audit & Energy Audit
Reference No. HO/SD/KK/124/3172 Date 15.09l2012
-------------------------------------------------------------------------
In terms of the above-mentioned TENDER document we submit herewith the
commercial bid (fees) for the assignment proposed by the Bank.
Sr. No.
Deliverables (Broad) Total Amount in`.& words
1. Comprehensive Electrical Safety Audit & Energy Audit at Star House, BKC
TERMS AND CONDITIONS
1) The above quoted fee is the lump sum (fixed price) amount for the entire assignment
The fees includes all duties, levies, taxes, travelling expenses, out of pocket expenses
and any other expenses of whatsoever nature but excluding Service Tax. The Bank will
pay Service tax, at the applicable rate.
28
2) Bank will deduct Tax (TDS) while releasing payment, if applicable as per the law.
3) One agency will not be given more than two buildings for audit refer to page 16 of
tender document.
Dated this ..................................................day of .......................................................
2012.
______________________________________________________________________
(Signature in the capacity of duly authorized to sign Proposal for and on behalf of
________________)
*******
29
Annexure B
COMMERCIAL BIDS
(To be included in commercial Proposal Envelop)
Date: ..............................
B FOR MUMBAI MAIN BUILDING, FORT
Bank of India,
Security Department
Head Office, Ground floor,
Star House, Plot C-5, G Block,
Bandra-Kurla Complex
Bandra (East), Mumbai 400051.
Sir,
Bank of India, Tender for Comprehensive Electrical
Safety Audit & Energy Audit
Reference No. HO/SD/KK/124/3172 Date 15.09l2012
-------------------------------------------------------------------------
In terms of the above-mentioned TENDER document we submit herewith the
commercial bid (fees) for the assignment proposed by the Bank.
Sr.No. Deliverables (Broad) Total Amount in `.& words
1. Comprehensive Electrical Safety Audit & Energy Audit at Bank of India’s Mumbai Main building, Mumbai.
TERMS AND CONDITIONS
1) The above quoted fee is the lump sum (fixed price) amount for the entire assignment
The fees includes all duties, levies, taxes, travelling expenses, out of pocket expenses
30
and any other expenses of whatsoever nature but excluding Service Tax. The Bank will
pay Service tax, at the applicable rate.
2) Bank will deduct Tax (TDS) while releasing payment, if applicable as per the law.
3) One agency will not be given more than two buildings for audit refer to page 16 of
tender document.
Dated this ..................................................day of .......................................................
2012.
______________________________________________________________________
(Signature in the capacity of duly authorized to sign Proposal for and on behalf of
________________)
*******
31
Annexure B
COMMERCIAL BIDS
(To be included in commercial Proposal Envelop)
Date: ..............................
C- FOR CBD BELAPUR BUILDING, NAVI MUMBAI
Bank of India,
Security Department
Head Office, Ground floor,
Star House, Plot C-5, G Block,
Bandra-Kurla Complex
Bandra (East), Mumbai 400051.
Sir,
Bank of India, Tender for Comprehensive Electrical
Safety Audit & Energy Audit
Reference No. HO/SD/KK/124/3172 Date 15.09l2012
-------------------------------------------------------------------------
In terms of the above-mentioned TENDER document we submit herewith the
commercial bid (fees) for the assignment proposed by the Bank.
Sr.No. Deliverables (Broad) Total Amount in `.& words
1. Comprehensive Electrical Safety Audit & Energy Audit at CBD Belapur Building, Navi Mumbai.
TERMS AND CONDITIONS
1) The above quoted fee is the lump sum (fixed price) amount for the entire assignment
The fees includes all duties, levies, taxes, travelling expenses, out of pocket expenses
32
and any other expenses of whatsoever nature but excluding Service Tax. The Bank will
pay Service tax, at the applicable rate.
2) Bank will deduct Tax (TDS) while releasing payment, if applicable as per the law.
3) One agency will not be given more than two buildings for audits refer to page 16 of
tender document.
Dated this ..................................................day of .......................................................
2012.
______________________________________________________________________
(Signature in the capacity of duly authorized to sign Proposal for and on behalf of
________________)
*******
33
Annexure B
COMMERCIAL BIDS
(To be included in commercial Proposal Envelop)
Date: ..............................
D- MDI BELAPUR BUILDING, NAVI MUMBAI
Bank of India,
Security Department
Head Office, Ground floor,
Star House, Plot C-5, G Block,
Bandra-Kurla Complex
Bandra (East), Mumbai 400051.
Sir,
Bank of India, Tender for Comprehensive Electrical
Safety Audit & Energy Audit
Reference No. HO/SD/KK/124/3172 Date 15.09l2012
-------------------------------------------------------------------------
In terms of the above-mentioned TENDER document we submit herewith the
commercial bid (fees) for the assignment proposed by the Bank.
Sr.No. Deliverables (Broad) Total Amount in`.& words
1. Comprehensive Electrical Safety Audit & Energy Audit at MDI Belapur Building, Navi Mumbai.
TERMS AND CONDITIONS
1) The above quoted fee is the lump sum (fixed price) amount for the entire assignment
The fees includes all duties, levies, taxes, travelling expenses, out of pocket expenses
34
and any other expenses of whatsoever nature but excluding Service Tax. The Bank will
pay Service tax, at the applicable rate.
2) Bank will deduct Tax (TDS) while releasing payment, if applicable as per the law.
3) One agency will not be given more than two buildings for audit refer to page 16 of
tender document.
Dated this ..................................................day of .......................................................
2012.
______________________________________________________________________
(Signature in the capacity of duly authorized to sign Proposal for and on behalf of
________________)
*******
35
Annexure C
Details of buildings to be audited
1. Star House Building
Location: - C-5, “G” Block, BandraKurla Complex, Bandra (East) , Mumbai – 400 051.
Bank of India, Head Office is located in “star House” Building. The building has been
provided with State of Art Mechanical & Electrical System for air conditioning, Building
Management, Fire Fighting system, lifts, Security etc. so as to control/monitor various
functions of the systems sitting in a BMS control room Main source of energy to our
Corporate Office is electricity from Tata Power Ltd.
DETAILS OF VARIOUS LOADS OF BOI, BKC, MUMBAI
Facility General Details-
Built –up-Area 1,13,000sq.ft. (Approx)
Air conditioned space/No. of floors 2 B+G + 9 floors
Seating Capacity Approx. 1200 Persons
Electricity -
Sanctioned Demand Load : 1500 KVA Contract Demand : 1500 KVA
Recorded Max. Demand : 1044 KVA Billed Max. demand : 1044 KVA
Power Factor/Load Factor :0.972 Sanctioned/Connected Load :1500 KVA
Type of Supply : 3 phase Tariff Cat : HT II - Commercial Electricity Tariff Schedule (wef 01-06-2009):
Energy Charges (Rs/kWh) 5.2
Fixed/Demand Charges ` 150/- per KVA per month
Electricity Duty (on Energy Charges+DemandCharges+FAC)
17%
Tax on sale (Paisa /Unit) 23
In addition to the Energy Charges, Time of Day (ToD) tariff @ TOD –A: (0.75) TOD-C @0.50) and TOD-D (1.00) ` /Unit is applicable.
Load Details
Equipment Name
Nos. Capacity & Type Remarks Working + Standby
Transformers 2 Nos. 11/0.433 KV, 1500 KVA, Dry type, 2 Nos. HT indoor vacuum circuit
Working
36
breaker
Chillers 3 Nos. 300 TR Screw Chiller – 2 Compressors per unit
2 Working + 1 Standby
Air handling units
23 10 HP – 16 Nos., 5 HP-7 Nos.
Pumps 4 Chiller pump 40 HP – Nos. 3 working + 1 standby
02 Flushing pump 5.5 KW -02 Nos All working
02 domestic pump 3.0 KW -02 Nos All working
18 Sump pump 3.7 KW-18 Nos All working
DG Set 1 no 650 KVA Working
Standalone AC units
85 nos. 1.5 TR-27 Working
2.0 TR-58 Working
UPS 19 Nos. 10 KVA – 10 Nos Working
20 KVA- 8 Nos Working
15 KVA -1 No. Working
Lifts 8 Nos. VIP Lift (1088 KG)-1 No, Passenger lift (1224 KG) -5 Nos. Freight lift (1000 KG)-1 No. + 1224 KG currency chest.
All working
Basement Ventilation
Upper Basement
Ventilation blower -11 Nos
15 HO-2 Nos. ,10 HP-5 Nos., 7.5 HP-2 Nos., 5HP-2 Nos.,
All Working
V fan blower -14 Nos.
0.75 HP-14 Nos. All Working
Pressurized fan-09 Nos.
0.5 HP-9 Nos. All Working
Lower Basement
Ventilation blower -11 Nos.
20 HP-1 No.,12.5HP-5 Nos., 10HP-1No., 7.5 HP-2Nos., 5HP-02 Nos.
All Working
Pressurized fan-09 Nos.
0.5 HP-9Nos. All Working
Kitchen Equipment
Bain marie-2 Nos. 3KW All Working
Distribution Board-Incomer-2500A-2 Nos., Bus Coupler-2500A-1 Nos., Outgoing-1600A-1 Nos. to main AC panel, 1000 A-2 No. to APFC panel 1 & 2 LT room, 125 A-1 No. to main lighting panel (LT room), 63 A-7 Nos. to passenger and freight lift, 16 A-7 nos to lift lighting, 63 A-1 No. for external lighting panel, 630 A-2 Nos. to rising mains normal supply, 200 A-2 Nos. to rising mains emergency supply, 125 A-1 No. to AHU panel, 320 A-1 No. to Ventilation and sump pump panel.
37
125 A-6 nos. fan ventilation for lower basement, 125A-05 Nos. fan ventilation for upper basement, 25 A-09 No. to pressurization fan to lower basement, 125A-10 No. to pressurization fan upper basement.
Diesel Generator set of 650 KVA, water cooled engine, 1500 RPM, with alternator rated 415 V, 3 phase, 0.8 power factor and supplied with 990 liters fuel tank with acoustic insulation incl. FRP cooling tower of 281000 K.cal/Hr heat rejection capacity and AMF panel 2500 a 4 pole ACB 1 No.
Fire Pump
1 No. Fire Hydrant Pump -1 No. (Electric driven) All Working
Head :88 m
Capacity: 10.8 M3/Hr
Speed : 2900 rpm
75 KW
1 No. Fire Hydrant Jockey Pump- 1 No. (Electric driven)
All Working
Head : 88 m
Capacity :10.8 M3/Hr
Speed : 2900 rpm
15 KW
1 No Sprinkler System Pump – 1 No. (Electric driven)
All Working
Head : 88 m
Capacity : 900 lit/minute
75 KW
1 No Sprinkler Jockey Pump – 1 No. (Electric driven)
All Working
Head : 88 m
Capacity : 900 lit/minute
15 KW
2 Nos Booster Pump – 1 No. (Electric driven) All Working
Head : 88 m
Capacity : 10.8 M3/Hr
Speed : 1800 rpm
16 KW
1 No Diesel driven pump (common for hydrant/sprinkler system)- Greaves make
All Working
Head :88 m
Speed :1800 rpm& 120 BHP
38
Power consumption chart
0
5,00,000
10,00,000
15,00,000
20,00,000
25,00,000
30,00,000
AMOUNT
UNITS
39
2. Mumbai Main Building.
Location : 70/80, Bank of India Building, Fort, Mumbai -400 001.
Mumbai Main Building is a heritage building where Mumbai South Zonal Office of our
Bank and other offices of Bank are located. Some part of the building is rented to
MPSC and to Court Receiver also. Electricity is provided by BEST.
DETAILS OF VARIOUS LOADS OF BOI, FORT BUILDING
Facility General Details-
Built –up-Area 1,31,280,000sq.ft. (approx..)
Used by bank 95,832 sq.ft. (approx.)
Air conditioned space/No. of floors Gr+mez+1st+2nd+3rd+4th
Seating Capacity
Electricity –
Meter No. T070046 P001542 T081822 T050422 P084799 Total
Sanctioned Demand Load 309 26.75 423 327 45.98 1131.73
Contract Demand 250 33.44 528.75 409.24 57.48 1278.91
Recorded Max. Demand 285 13.376 211.5 175.5 22.992 708.368
Billed Max. demand 285 13.376 0.816 0.852 0.763 0.796
Power Factor/Load Factor
Sanctioned/Connected Load
Type of Supply LT II c LT II b LT II c LT II c LT II b
Electricity Tariff Schedule (wef 01-06-2009):
Energy Charges (Rs/kWh) 7.55 7.3 7.55 7.55 7.3
Fixed/Demand Charges `150/- per KVA per month
Electricity Duty (on Energy Charges+DemandCharges+FAC)
13%
Tax on sale (Paisa /Unit)
In addition to the Energy Charges, Time of Day (ToD) tariff @ TOD –A: (0.75) TOD-C @0.50) and TOD-D (1.00) ` /Unit is applicable.
Load Details
Equipment Name
Nos. Capacity & Type Remarks Working + Standby
Transformers 2 11/0.433 KV, 995 KVA- 2 Nos. Dry type
Working
Chillers 2 Nos. 150 TR-1 no, 200 TR- 21 no.
1 Working + 1 Standby
Air handling 10 HP , 20 HP, 5 HP, 30 Working
40
units HP
Primary Pumps 2 Nos. 25 HP-1 no, 30 HP -1 no Working
Secondary Pumps
2 nos. 25HP-1 no., 40 HP -1 N0. Working
Domestic Pump 03 Nos. 10 HP-3 nos. 2 working + 1 standby
Sump Pump 03 nos. 5HP-3 Nos. 1 working + 2 standby
DG Set N.A.
Standalone AC units
128 Nos. Package units 7.5 TR-16 nos. All Working Cassette unit 3 TR-10 nos
Spilt unit 1.5TR-5 nos.
Split unit 2.0 TR-28 nos.
Window unit 1.5 TR-54 nos.
Window unit 2.0 TR-15 nos.
UPS 17 Nos. 2 KVA – 2 Nos Working 5 KVA- 1Nos
7.5 KVA -1 No.
10 KVA -10 Nos
20 KVA – 3 Nos.
Lifts 6 Nos. VIP Lift -272 KG-1 No, currency lift -408 kg-1 no., Passenger lift -40 KG -2 Nos. outside staff lift-680 kg-2 nos.
All working
Basement Ventilation – N.A.
Kitchen Equipment
Bain marie-3KW-1 no. All Working
Freezer 3 TR-2 nos.
Hot plate 3 KW-1 no.,2KW-1 no.
Exhaust fan 1 HP-3 nos.
Grinder 5 KW-1 no.,2KW-1 no.
Geyser 5 KW-1 no.,2 KW-1 no.
Microwave 1.2 KW-4 nos.
Distribution Board-Incomer-1000A-2 Nos., Outgoing-800A-2 Nos. to main AC panel, 600 A-1 No. to AHU panel and AC distribution panel, 100A-2 no. for Canteen power distribution, 400 A-2nos. to APFC panel, 100A-12 nos. floor distribution panel incomer for lighting and AC.
41
3. CBD Belapur building.
Location: -Plot 11, Sector11, CBD Belapur, Navi Mumbai , State:Maharashtra ,
Pin:400614
CBD Belapur Building is housing Navi Mumbai Zonal Office and Data Centre. Two
floors of building are dedicated for Data Centre. This building is equipped with fire
fighting system, DG sets, lifts etc. Main source of energy to this office is from
Maharashtra State Electricity distribution Co. Ltd.
DETAILS OF VARIOUS LOAD OF BOI, CBD BELAPUR
Built –up-Area 6000 sq.mt. (Approx)
Air conditioned space/No. of floors G + 7 floors
Seating Capacity 500 approx.
Electricity -
Sanctioned Demand Load : 1714 KVA Contract Demand : 1333 KVA
Recorded Max. Demand : 756 KVA Billed Max. demand : 756 KVA
Power Factor/Load Factor :0.977 Sanctioned/Connected Load :1714 KVA
Type of Supply : 3 phase Tariff Cat : HT II – N II
Electricity Tariff Schedule (wef 01-06-2009):
Energy Charges (Rs/kWh) 7.45
Fixed/Demand Charges ` 150/- per KVA per month
Electricity Duty (on Energy Charges+DemandCharges+FAC)
17%
Tax on sale (Paisa/Unit) 8
In addition to the Energy Charges, Time of Day (ToD) tariff @ TOD –A: (0.75) TOD-C @0.50) and TOD-D (1.00) ` /Unit is applicable.
Load Details
Equipment Name
Nos. Capacity & Type Remarks Working + Standby
Transformers 2 11/0.433 KV, 1500 KVA-1 No, Dry type, 11/0.433 KV, 1500 KV-1 No Oil type
Working
Chillers NA
Cooling Towers 2 Nos. 120TR- 2 Direct flow, FRP
Air handling units
16 TR-5 Nos, 10 TR-7 Nos.
All Working
Chiller pump 4 Nos. 20 HP – 4 Nos. 3 working + 1 standby
Water Pump 2 Nos. 15 HP -02 Nos All working
42
DG Set 2nos 750 KVA- 1 no., 350 KVA -1 no.
For 6th floor Data Centre and building lighting load only.
Standalone AC units
20 Nos. 1.5 TR-05 nos split units Working
1.5 TR-05nos window units
Working
2.0 TR- 4 nos package units
Working
2.0 TR-6 nos 1ph package units
Working
UPS 14 Nos. 25 KVA – 01, 10 KVA-1 no.
Working
300 KVA-2Nos Working
25 KVA -1 No. Working
30 KVA- 1 no., 15 KVA -1 No., 12 KVA-01
Working
15 KVA – 1 no. Working
GR-15 KVA- 1no. 120 KVA- 2nos., 15 KVA - 2 nos.
Working
Lifts 2 Nos. Passenger lift (1088 Kg) All working
Kitchen Exhaust
02 nos 1 HP – 2nos All Working
Distribution Board-Incomer-3200A-2 nos, Bus Coupler-3200A-1 nos, Outgoing -1200A-1 no to 1st floor Data Centre, lighting and UPS supply, 800A-1 nos for AC, 1600A-1 nos to 6th floor data Centre and building lighting, 125A-1 no for main AC panel, 125A-2 nos for lift, 250A-1 no for Fire pump, 125A-1 no for emergency lighting panel. 1200 A-1 No for APFC panel (300 KVAR)
Fire pump
1 No. Fire HydrantPump -1 No. (Electric driven) All Working
Head :88 m
Capacity: 10.8 M3/Hr
Speed : 2900 rpm
55 KW
1 No. Fire Hydrant Jockey Pump- 1 No. (Electric driven)
All Working
Head : 88 m
Capacity :10.8 M3/Hr
Speed : 2900 rpm
9.3 KW
1 No Stand by main pump– 1 No. (Electric driven) All Working
Head : 88 m
Capacity : 10.8 M3 /Hr
43
Speed :2900 rpm
55 KW
Booster pump - 2 nos. (Electric driven) All Working
Head : 88 m
Speed : 2900 rpm
7.5 KW
Power consumption chart
0
10,00,000
20,00,000
30,00,000
40,00,000
50,00,000
60,00,000
Jul-
10
Au
g-1
0
Sep
-10
Oct
-10
No
v-1
0
De
c-1
0
Jan
-11
Feb
-11
Mar
-11
Ap
r-1
1
May
-11
Jun
-11
Jul-
11
Au
g-1
1
Sep
-11
Oct
-11
No
v-1
1
De
c-1
1
Jan
-12
Feb
-12
Mar
-12
Ap
r-1
2
May
-12
AMOUNT
UNITS
44
4. MDI Building
Location: -Plot 30, Sector11, CBD Belapur, Navi Mumbai, State: Maharashtra, Pin:
400614
Management Development Institute (MDI), a training institute of Bank of India is located
in this building. The building is having class rooms, hostel, and kitchen for smooth
functioning of training programmes. The building has been provided with air
conditioning system, lifts, and firefighting system. This building also has some server
room acting as near site of our Data Centre. Main source of energy to this building is
electricity from Maharashtra State Electricity distribution Co. Ltd.
DETAILS OF VARIOUS LOAD OF BOI, MDI BELAPUR
Built –up-Area 4000 sq.mt. (Approx)
Air conditioned space/No. of floors Basement, G + 4 floors
Seating Capacity
Electricity -
Sanctioned Demand Load : 522 KVA Contract Demand : 400 KVA
Recorded Max. Demand : 306 KVA Billed Max. demand : 301 KVA
Power Factor/Load Factor : 1 Sanctioned/Connected Load : 522 KVA
Type of Supply : 3 phase Tariff Cat : HT II – N II Electricity Tariff Schedule (wef 01-06-2009):
Energy Charges (Rs/kWh) 7.45
Fixed/Demand Charges ` 150/- per KVA per month
Electricity Duty (on Energy Charges+DemandCharges+FAC)
17%
Tax on sale (Paise/Unit) 23
In addition to the Energy Charges, Time of Day (ToD) tariff @ TOD –A: (0.75) TOD-C @0.50) and TOD-D (1.00) ` /Unit is applicable.
Load Details
Equipment Name
Nos. Capacity & Type Remarks Working + Standby
Transformer 02 (a)11/0.433 KV, 500 KVA, Oil type- 2nos HT outdoor vacuum circuit breaker
Working
(b) Same as (a)
Cooling Towers 3 Nos. 80TR -1 no.Direct flow, Working
45
FRP 40 TR Chiller – 2 nos compressor per unit
Air handling units
5 nos 10 HP-1 no, 7.5 HP-2nos, 5HP- 2 nos
Working
Chiller Pumps 6 Nos. 12 HP –3 Nos. 2 working + 1 standby
10 HP -03 Nos 2 working + 1 standby
Domestic pump 02- Nos 7.5 HP - 2 nos 1 working + 1 standby
Flushing pump 02- Nos 5 HP - 2 nos 1 working + 1 standby
DG Set 2nos 200 KVA-1 no. 25 KVA – 1 no.
Working
Standalone AC units
1.5 TR- 64 Working
UPS 6nos 7.5 KVA – 02 nos Working
5 KVA – 2 nos, 20 KVA -2 nos.
Working
Lifts 03 Nos. Passenger lift (544 Kg) 2 no., Freight lift(340kg)- 1no.
All working
Kitchen Exhaust
Bain marie – 5 nos 3 KW All Working
Microwave – 1no 1.450 KW Working
Freezer -2 nos 1.5 TR-2Nos.
Geyser – 1no 2 KW
Distribution Board –Incomer-800A-2 Nos, Outgoing-125A-1 No to UPS Panel, 100A-1 No to Lift Panel, 200A-1No to pump room panel, 630A-2 nos for APFC bank-2 nos, 400A-1 no to AC panel.
In security changing room-panel for lighting incomer capacity is 200 A, 125A-2 nos distributed for lighting distribution board.
At 2nd floor canteen AC panel incomer is 125 A, 200 A breaker supply to lighting distribution, exhaust, geyser & other accessories.
i. Diesel generator set of 200 KVA, water cooled engine, 1500 RPM, with
alternator rated 415 V, 50HZ, 3 phase, 0.8 power factor and supplied with 990 liters fuel tank and AMF panel 400 A 4 pole ACB 1 no.
ii. Diesel generator set of 200 KVA, water cooled engine, 1500 RPM, with alternator rated 415 V, 50HZ, 3 phase, 0.8 power factor and supplied with
46
200liters fuel tank and AMF panel 100 A 4 pole ACB 1 no.
Fire hydrant pump
1 No. Fire HydrantPump -1 No. (Electric driven)
All Working 50 HP
3 ph induction motor
1 No. Booster fire pump – 1 No. (Electric driven)
All Working
12.5 HP
3 ph induction motor
47
Power consumption chart
0
200000
400000
600000
800000
1000000
1200000
Au
g-1
0
Sep
-10
Oct
-10
No
v-1
0
De
c-1
0
Jan
-11
Feb
-11
Mar
-11
Ap
r-1
1
May
-11
Jun
-11
Jul-
11
Au
g-1
1
Sep
-11
Oct
-11
No
v-1
1
De
c-1
1
Jan
-12
Feb
-12
Mar
-12
Ap
r-1
2
May
-12
Jun
-12
Jul-
12
AMOUNT
UNIT
48
Annexure D
PERFORMANCE SECURITY FORM To: _____________________
WHEREAS ................................................................... (Name of firm) hereinafter called
"the Service Provider") has undertaken, in pursuance of Contract No.................
dated,........... 2010. to supply./do.....................
.................................................(Description of Services) (hereinafter called "the
Contract").
AND WHEREAS it has been stipulated by you in the said Contract that the Service
Provider shall furnish you with a Bank Guarantee by a scheduled commercial Bank for
the sum specified therein, as security for compliance with the Service Provider’s
performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Service Provider a Guarantee:
THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on
behalf of the Service Provider, up to a total of .................................
........................................ (Amount of the Guarantee in Words and Figures) and we
undertake to pay you, upon your first written demand declaring the Service Provider to
be in default under the Contract and without cavil or argument, any sum or sums within
the limit of ................................ (Amount of Guarantee) as aforesaid, without your
needing to prove or to show grounds or reasons for your demand or the sum specified
therein.
This guarantee is valid until the ........day of...................
Signature and Seal of Guarantors (Service Provider’s Bank)
....................................................................
Date....................................................
....................................................................
....................................................................
Address:.......................................................
....................................................................