1
PART- 1 (TECHNICAL BID)
TENDER NOTICE NO. HRI/05 /2019
2
Harish-Chandra Research Institute Chhatnag Road, Jhunsi, Prayagraj
INVITING TENDER FOR
“ANNUAL OPERATION OF 33KV/0.4KV SUB-STATION & MAINTENANCE OF
ELECTRICAL INSTALLATIONS” AT HARISH-CHANDRA RESEARCH INSTITUTE,
PRAYAGRAJ
Bid Reference No. : NIT – HRI/05/2019
Last date and time for submission of bids : 28.05.2019 up-to 1500 Hrs.
Date and time of opening of Bid : 28.05.2019 up-to 1600 Hrs.
Place of Opening of Bids : Harish-Chandra Research Institute Chhatnag Road, Jhunsi, Prayagraj-211019
The dates for submission and opening of the tender mentioned above are final. In case some other
dates for these are mentioned elsewhere in the tender document, the above shall prevail over them.
Address for any clarification/communication : Mr. Ajay Srivastava SO-C,
0532-2274333,
Mr. Manish Sharma SO-E, 0532-227 4358,
ENGINEERING SECTION,
HARISH-CHANDRA RESEARCH
INSTITUTE, PRAYAGRAJ
This document contains : 13 Pages
It will be the responsibility of the bidders to check website www.hri.res.in for any amendment through corrigendum in the tender document. In case of any amendment, bidders will have to incorporate the
amendments in their bid accordingly.
Sd/-
Seal & Signature of Registrar
3
Harish-Chandra Research Institute Chhatnag Road, Jhunsi, Allahabad.
Name of work: “Annual operation of 33KV/0.4 KV Sub-station & Maintenance of electrical
installations” at Harish -Chandra Research Institute, Chhatnag Road, Jhunsi,
Prayagraj.
Tender Notice No.: HRI/05/2019
I N D E X ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
SL. No. Title Page No. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
PART – 1 (TECHNICAL)
I Notice Inviting Tenders 5
II Terms & Conditions 06 to 10
PART – 2 (FINANCIAL)
III Schedule of quantities 11 to 13
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
4
Harish-Chandra Research Institute Chhatnag Road, Jhunsi, Prayagraj
Check list
Sl. No. Description Party has to specify whether they
have submitted the relevant details
with their technical bid in
YES or NO
1. Proof of average annual turnover ….(Ref. point
no. 5a of terms & conditions)
2. Experience of having successfully completed
works ….(Ref. point no. 5b of terms &
conditions)
3. Attested copy of PAN & GST ….(Ref. point no.
5d& 6 of terms & conditions)
4. Earnest Money Deposit of Rs 29,200/- ….(Ref.
point no. 11 of terms & conditions)
Signature of the tenderer
Address & Seal
5
HARISH-CHANDRA RESEARCH INSTITUTE CHHATNAG, ROAD, JHUNSI, PRAYAGRAJ – 211 019
TENDER NOTICE NO. HRI/05/2019
On behalf of the Director, Harish-Chandra Research Institute, sealed tenders are invited (in Two bids)
from eligible ‘A’ Class approved Electrical contractors up-to 3.00 p.m. on 28.05.2019 and only
technical bid shall be opened at 4.00 p.m. on the same day for the work of “Annual operation of
33KV/0.4 KV Sub-station & Maintenance of electrical installations” at Harish-Chandra Research
Institute, Chhatnag Road, Jhunsi, Prayagraj.
Estimated Cost EMD Performance Security Security Deposit Tender Cost
Rs. 14.6 lakh
Rs. 29,200/-
@ 5% of tendered
amount as per the
tender condition
@ 5% of tendered
amount as per the
tender condition
Rs. 590/-
Interested parties may collect the Tender documents from the Accounts Officer, HRI on
recommendation of Engineer, HRI on payment of tender cost (Non-Refundable) in cash from
07.05.2019 to 27.05.2019 during working days (11.00 a.m. to 4.00 p.m.).
The party may also download the tender document from HRI web-site address: http:/www.hri.res.in. In that case they have to submit a Demand Draft of the tender cost alongwith the technical bid of the
tender. Without tender fee party will not be considered in this tender.
Director, HRI reserves the right to accept or reject any or all the Tenders without assigning any
reason.
Sd/-
Registrar
HRI, Prayagraj.
6
Tender for Annual Operation of 33KV/0.4KV Sub-station & Maintenance of electrical installations at
HRI, Prayagraj
TERMS & CONDITIONS
Following instructions should be strictly followed while submitting your tender.
1. Your offer should valid for a period of 120 days from the date of opening of technical bid.
2. Please note that your tender will not be considered unless it is received in sealed envelope super scribed
with tender number and due date. It should be put in the Tender Box kept at Reception of Institute
building, Harish-Chandra Research Institute at Chhatnag Road, Jhunsi, Prayagraj.
3. Deadline for receipt of tenders (Part-1 & Part-2) is 3.00 p.m. on or before 28.05.2018. Late submission
will not be entertained on any account. Part-1 (Technical bid) and Part-2 (Price bid) will be in two
separate envelop.
4. The Part–I of tender will be opened at the above office at 4.00 p.m. on 28.05.2018 and your authorized
representatives can be present at the time when the tenders are so opened and opening time of Part-2
(Price Bid) will be intimated later on to qualified bidder of Part-1 only. If on the day of opening of
tender, holiday is declared in HRI then tender will be opened on next working day at same time.
5. Tenderer has to submit the following with the technical bid.
a. Proof of average annual turnover of not less than Rs. 15.00 lakhs during last three years ending
31.03.2019.
(i) Year 2016-2017
(ii) Year 2017-2018
(iii) Year 2018-2019
b. Experience of having successfully completed works with some Central / State Government
Organization /Central Autonomous Body/Central Public Sector undertaking/reputed private
organization during last seven years ending 27.05.2019. The party has to submit work order copy,
Performance and completion certificate of the concerned work:
� 3 similar works completed costing not less than Rs. 6.00 lakhs each OR
� 2 similar works completed costing not less than Rs. 9.00 lakhs each OR
� 1 similar works completed costing not less than Rs. 12.00 lakhs
Similar work shall mean: Electrical work related to operation & maintenance of 33 KV Substation.
The value of executed works shall be brought to current costing level by enhancing the actual value
of work at simple rate of 7% per annum; calculated from the date of completion to last date of
receipt of application for tenders.
and
One completed similar work (either part of (b) or a separate one) costing not less than Rs. 6.00 lakhs
with some Central/State Government Organization/Central Autonomous Body/Central Public Sector
undertaking during last seven years ending 27.05.2019.
c. Full address of firm along with /Telephone no./Fax no./E-mail address :
d. Proof of PAN
e. Proof of Latest (valid) Electrical License copy.
6. The party should be registered under GST. They have to submit a proof of Registration with their
technical bid otherwise they will not be considered in this tender
7
7. If bidder do ‘not quote rate of any item under schedule of quantities or left the rate column blank then
their bid will be treated as unresponsive & not be considered.
8. The period of contract is for two years. However, initially it will be awarded for one year & based
on satisfactory performance it will be renewed for another year.
9. Tender containing erasures or alterations will not be considered. Any printed condition provided by the
bidders will not be accepted by HRI.
10. You shall in a separate sheet to the tender, furnish in case you are a partnership firm of joint Hindu
family concern, the names and full particulars of the partners of the members of the joint Hindu family
owning the concern. The tender must be signed by the authorised persons only. (Proprietor/Power of
attorney/by all partners etc. as applicable).
11. A deposit at call Receipt or Demand Draft/FDR of scheduled Bank guaranteed by the Reserve Bank of
India for the Earnest Money Deposit of Rs. 29,200/- in favour of Registrar, HRI, Allahabad is to be
enclosed with the Tender Document (part-1) at the time of submission. No exemption in earnest money
shall be given. All tenders submitted without requisite amount of earnest money shall be rejected.
12. Earnest Money Deposit of the party whom tender will be allotted will be treated as a part of Security
Money. The security money will be @ 5% of tendered value and will be returned after 3 months from
the date of completion of work. In addition the contractor shall be required to deposit an amount equal
to 5% of the tendered value of the contract as performance security within the period prescribed for
commencement of the work in the letter of award issued to contractor and will be released along with
the final bill.
13. The contractor has to inspect sites at HRI at least once in a week and also turn up immediately whenever
any problem related to the concerned contract would come in the Institute.
14. As the nature of work is maintenance type therefore party have to attend any problem at earliest after
getting information for complaint from concerned HRI official. If it is found that contractor is not
taking interest for addressing the problem in time then warning letter will be issued to contractor. After
warning if it is found that there is no improvement then a penalty amount @1% of order value will be
deducted from their monthly bill for each warning. The period between two warning will be one week
or more. After 5 warning the contract may be terminated also and in the case EMD & Performance
security may be forfeited.
15. All labour regulation applicable by the central Labour Commissioner of Govt. of India shall be adhered
to strictly.
16. Don’t detach any paper from the tender document and put the signature at all the papers of the tender
document.
17. For any information/clarification in this tender, you may contact Engineering Section, HARISH-
CHANDRA RESEARCH INSTITUTE, during office hrs. (9.00 a.m. to 5.30 p.m.) on any working days.
18. The persons who will be engaged under this contract by the party will be covered under EPF & ESI. The
contractor has to deposit EPF & ESI amount to concerned department of their employee engaged in this
work at HRI regularly and their details should be submitted on monthly basis to HRI.
19. Payment terms: Contractor has to submit monthly running bill to the department for payment. The
wages of manpower will be as per minimum wages and it will be revised as per VDA. The current
minimum wages per day for Sr. Supervisor, Operator & Electrician are Rs. 710/-, 645/- and 551/-
respectively. The manpower will get four pay day holidays per month & other holidays on same pattern
as being provided to contractual manpower under Housekeeping agency in HRI. As per the contractor
bill inconsideration of including EPF & ESI amount, only 90% payment will be released to the party
and balance 10% after getting the proof of the depositing EPF & ESI amount of the employee from the
concerned Department.
8
20. The contractor will be required to carry out the following jobs in HRI Campus. The scope of work is as
under.
The scope of jobs covers operation and maintenance of 33 KV/0.4 KV electrical substation including
various equipments installed in the HRI Campus:
(i) Operational work
(a.) Day to day operation of 33 KV switchyard
(b.) Operation & day-to-day maintenance of 33KV/433V Voltage panel.
(c.) Operation & day-to-day maintenance of 33KV/433 Volts Transformers
(d.) Operation & day-to-day maintenance of High capacity Diesel Generator Sets.
(e.) Operation & day-to-day maintenance of small Diesel Generator sets.
(f.) Operation & day- to-day maintenance of 433 voltage low voltage panel
(g.) Recording of parameters in Logbooks.
(ii) Upkeep of electrical equipment at substation (Indoor & Outdoor) and other locations in the
campus.
(iii) Operation of panels, switchgears, transformers, battery etc. as per the approved procedure.
(iv) Trouble shooting and repair of lighting and power circuits, including changing of light fittings
etc.
(v) Maintenance of Earth pits, Lightening arrestors etc.
(vi) Minor modification of control circuits of switchgears, package units etc.
(vii) Preventive maintenance works in electrical installations covering:
a. Supervision of the site work if required.
b. Day to day maintenance of water supply pumps
c. Upkeep of pumping equipment at pump house (materials and spares will be supplied by
HRI).
d. Opening and inspection of MDB/DB, checking and inspection of cable connection.
e. Checking the healthiness of incoming cables measuring the IR values of the incoming cables
and outgoing circuits.
f. Opening, inspecting, cleaning of JB’s /switch boxes, checking the tightness of connections in
the internal wiring circuits for public and residential building.
g. Checking of earth continuity and cable connection in the lamp holder, ceiling rose (if any),
socket outlets, fan regulator connection etc.
(viii) For repairing and servicing of DG sets/33KV switchgear/415volts switchgear/ Lift/
Ac’s/EPABX and other equipments/ items, separate arrangements are available. However any
minor immediate attention requiring manpower to be provided in the substation will be taken
care of by the contractor.
(ix) While carrying out the preventive maintenance work, any electrical spares found damaged/in-
operative condition; the same may be replaced by the manpower in Sub-station as directed by
the Engineer-in-charge. However material required for replacement will be issued free of cost
by the department.
(x) Contractor should have adequate knowledge of PVVNL rules and regulation including
electricity bill (if needed bill may be got collected from/deposited with PVVNL).
(xi) For repairing/rewinding works as mentioned under part-C of schedule of quantities, following
will also be the part of scope of work.
9
Part-B Repairing/rewinding of SOQ
Items - Sl. No. 01-07
Rewinding of ceiling fans, exhaust fan, Single phase motor and three phase motor cover the
followings:
Dismantling of concerned defective items as above from the existing location, transportation,
rewinding/repairing of completes motor including replacement of required bush/bearing, Gasket, nut
bolts, ferrules, lugs etc. complete in all respect, re-assemble and re-fixed to the desired location.
Repairing/rewinding work will cover six months warranty period therefore if any defects comes
during this period then contractor has to rectify the problem at their own expenses.
21. The agency should engage 01 Sr. supervisor, 3 Substation operators (one in each shift) and 01 electrician
at site in a day as will be decided by the Engineer-in charge.
22. The staff to be engaged by the contractor shall have minimum qualification as below:
Sr. SUPERVISOR: Having B-Tech/Three year Diploma full time in Electrical Engineering from the recognized institute
with valid supervisory competency certificate (C, certificate) with experience in Govt. company or
P.S.U or reputed Public/Private company/Institute carrying out electrical work as per institute
requirements mainly experience in handling as per institute requirements mainly experience in
handling of 33 KV substation equipment, DG operation, knowledge of telephone work and cable TV
work.
Minimum experience: 5 years in case of Degree and 8 years in case of Diploma.
SUBSTATION OPERATOR: Operator cum Supervisor having three year full time B-Tech in Electrical Engineering / Diploma in
Electrical Engineering from the recognized institute with valid supervisory competency certificate
(C, certificate) with experience in Govt. company or P.S.U or reputed Public/Private
company/Institute carrying out electrical work as per institute requirements mainly experience in
handling of per institute requirements mainly experience in handling of 33 KV substation
equipments, DG operation, knowledge of telephone work and cable TV work.
Minimum experience: 2 years for B-Tech Holder and 5 Years for Diploma Holders.
ELECTRICIAN
Electrician having two year experience with ITI certificate under Electrical field preference will be
given to wire man license holder with ITI.
As per required experience contractor should engaged the suitable manpower after getting consent in
this regard from Engineer-in-charge, HRI.
23. OTHER CONDITIONS:
(i) The Tenderer/agency shall arrange to provide fully trained personnel in Electrical maintenance
work. As per the required qualification and experience these persons will be selected based on
interview conducted by the concerned HRI officials.
(ii) The personnel so selected should be instructed to maintain decorum of good behaviors at all
times.
(iii) Any damage or injury to the person so deployed by the contractor or by other persons and any
damage to the property within the HRI due to negligence of contractor or his representative shall
be sole responsibility of the contractor.
10
(iv) Any lapse on the part of the tenderer/agency in the discharge of their duties which may result in
monetary loss or loss of reputation to HRI will result in imposition of penalties at the discretion
of the competent authority.
(v) In case of any dispute/difference arising out of the terms and conditions mentioned above, the
same should be referred to the Director HRI whose decision shall be final.
(vi) Contractor should make all their staff payment as per minimum wages through the account payee
cheque only.
(vii) Contractor will insure that disbursement of staff payment as per the minimum wages and will be
done before 7th of every month. In this case contractor should raise their monthly bill to HRI
latest by 2nd of every month.
(viii) Before quoting the rate Tenderer/agency are advised to visit the sites at HRI, Prayagraj and
acquaint themselves for the existing electrical fittings/fixtures/ installations/lights etc. at all
premises.
(ix) The contractor shall provide uniform having badge indicating name of person on duty to all the
staff deployed by him.
(x) HRI will not provide any residential accommodation for the contract personnel for their stay at
Allahabad. They should make their own arrangement for their stay at Prayagraj
(xi) Any incident mishap of staff on duty shall be contractor’s responsibility.
24. In case of any dispute/difference arising out of the terms and conditions mentioned above, the same
should be referred to the Director HRI whose decision shall be final.
25. Contractor should take Insurance of their staff deputed for this work by them.
26. Director, Harish-Chandra Research Institute reserves the right to reject any or all tenders without
assigning any reason whatsoever. Harish-Chandra Research Institute would not be under any obligation
to give any clarifications to those contractors whose tenders have been rejected.
27. All disputes will be subject to Prayagraj jurisdiction.
Note: The contractor acknowledge that he has satisfied himself as to the nature and location of the
work before submitting the tender.
DECLARATION BY THE CONTRACTOR
It is hereby declared that I/We the undersigned, have read and examined all the terms and conditions etc. of
the tender document for which I/We have signed and submitted the tender under proper lawful Power of
Attorney. It is also certified that all the terms and conditions of the tender document are fully acceptable to
me/us and I/We will abide by the conditions from serial no. 1 to 27. This is also certified that I/We/our
principal manufacturing firms have no objection in signing the contract if the opportunity for the items
against this tender is given to me/us.
Date: Signature:
Address: Name:
Designation:
On behalf of company Seal:
11
PART- 2 (FINANCIAL BID)
12
Schedule of quantities Item
Items Descriptions Unit Qty. Wages per day Amount
No. Rs. Ps. Rs. Ps.
Part-A (Regular duty)
1.0 Sr. Supervisor (Highly skilled category) MD 312 710.00 221520.00
2.0 Substation operator (Skilled category) MD 936 645.00 603720.00
3.0 Electrician (Semi-skilled category) MD 312 551.00 171912.00
Total 997152.00
EPF@13% 129629.76
[email protected]% 47364.72
Service charge on Total@-----------%
Total-A
Item
Items Descriptions Unit Qty. Wages per day Amount
No. Rs. Ps. Rs. Ps.
Part-B (Extra duty)
1.0 Sr. Supervisor (Highly skilled category) MD 20 609.00 12180.00
2.0 Substation operator (Skilled category) MD 150 553.00 82950.00
3.0 Electrician (Semi-skilled category) MD 50 472.00 23600.00
Total 1,18,730.00
Service charge on Total@-----------%
Total-B
13
Note: A 1. MD means Mandays
2. Number mentioned under quantities is for one year.
3. Quantity of item no. 02 is based on one manpower in three shift a day.
4. Wages mentioned as above under part-A is inconsideration of four pay day holiday in month
5. The wages under part-B will be applicable for only the extra duty.
Item Items Descriptions Unit Qty.
Rate Amount
No. Rs. P. Rs. P.
Part-C
Repairing/ rewinding work
1 Rewinding of Ceiling fan of size 1200/1400mm Nos. 20
2 Rewinding of Exhaust fan of size 225mm to 300mm Nos. 10
3 Rewinding of Exhaust fan of size 375mm to 450mm Nos. 10
4 Rewinding of Kit fan of size 500 mm Nos. 10
5 Rewinding of Wall fan of size upto 600mm Nos. 5
6 Rewinding of Motor 2.0/3.0 HP Nos. 2
7 Rewinding of Motor above 3.0 HP to 5.0 HP Nos. 2
Total -C
Total -(A+B+C)
(Total amount in words Rupees: ---------------------------------------------------------------------------------------------------------------------)
Note: B 1. The contractor should quote their rate of items, excluding GST. The bids will be evaluated accordingly. The liability of
depositing tax (GST) to the concerned Department against this work will be totally on the contractor. The party may claim
applicable % of GST with their bill and Institute will consider the payment for GST in this regard.
2. Contractor should quote Service charge in % alongwith value in Part-A &B.
3. The current minimum wages per day for Sr. Supervisor, Operator & Electrician are Rs. 710/-, 645/- and 551/- respectively.
Minimum wages will be revised based on VDA time to time and that will be implemented for this work also.
Signature of Tenderer
Address & Seal