reserve bank of indiaconsisting of the drawing, technical specification and submit the same to the...

26
1 Reserve Bank of India Estate Department Jaipur Request for proposal (RFP) of Design, Supply Installation Testing & Commissioning (DSITC) of 1 nos Hydraulic lift at office premises of Reserve Bank of India, Jaipur Part I Techno-Commercial Bid Name of Bidder:………………………………………………………………………… Address:…………………………………………………………………………………. Telephone no:…………………………………………………………………………… Email Address:………………………………………………………………………….. Last Date and time of submission of bid/tender: 18.02.2020 upto 11 am

Upload: others

Post on 14-Mar-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

1

Reserve Bank of India Estate Department

Jaipur

Request for proposal (RFP) of Design, Supply Installation Testing & Commissioning (DSITC) of 1 nos Hydraulic lift at office premises of Reserve

Bank of India, Jaipur

Part I

Techno-Commercial Bid

Name of Bidder:…………………………………………………………………………

Address:………………………………………………………………………………….

Telephone no:……………………………………………………………………………

Email Address:…………………………………………………………………………..

Last Date and time of submission of bid/tender: 18.02.2020 upto 11 am

Page 2: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

2

Reserve Bank of India (RBI) Estate Department

Jaipur Request for proposal: Part I / Techno- commercial bid

Section I : Commercial Conditions 1.1 Name of the work: RBI JAIPUR invites request for proposal of “Design, Supply

Installation Testing & Commissioning (DSITC) of 1 nos Hydraulic lift at office premises of Reserve Bank of India, Jaipur”

1.1.1 Estimated cost of work: Rs. 4.5 Lakhs 1.1.2 Earnest Money Deposit: All Bidder needs to be submitted EMD of Rs.9000/- in RBI

Jaipur A/c No.8692299, IFSC Code:RBIS0JPPA01. Bidders are advised to Intimate/ forward the transaction details on [email protected]. However, MSME firms are exempted for submission of EMD. Necessary MSME registration certificate to be furnished with RFP tender.

1.1.3 Time for completion of work: 2 month from the 14th day of issue of work order 1.1.4 Date of start of RFP: 27.01.2020 1.1.5 Date of Pre-bid meeting: 05.02.2020 at 3 pm on 2nd floor Estate department. 1.1.6 Last date and time of submission of RFP: 18.02.2020 upto 11 am. 1.1.7 Date and time of opening of Part I of RFP: 18.02.2020 at 3 pm. 1.1.8 Eligibility Criteria:

a. Minimum 5 years of experience in the field of undertaking similar works viz DSITC of the Hydraulic lifts in large office buildings / commercial Estate / industrial houses/Government organization/PSU’s (from the date of issue of the RFP

b. Have executed successfully similar works i.e. DSITC of the Hydraulic lift from the date of issue of RFP individually costing as under: (work order of executed work need to attached) Three works each costing not less than 40 % of the estimated cost OR

Two works each costing not less than 50 % of the estimated cost OR One work costing not less than 80 % of the estimated cost

c. Bidder should have necessary arrangements in place to ensure that any defect in lift resulting in total failure of the lift should be rectified within 24 hours failing which clause 1.21 of the tender document shall come into force. A declaration to this effect shall be submitted by the bidder as per enclosed format in annexure III.

1.2 RFP Process: The RFP documents shall be placed on RBI website www.rbi.org.in. All corrigendum, addendum and further communication shall be placed on RBI website www.rbi.org.in only. The RFP tenders for the above work in two parts i.e. Part I contains technical specifications & terms and conditions. Part II contains only rates of items. RFP shall be submitted in tender box situated at Estate Department, RBI Jaipur. Please note that Part I and Part II should be in different – different envelop, super scribed Part I /II, Tender Name. Both these documents should be put in another one envelops addressing to Regional Director, Reserve Bank of India, Estate Department, Jaipur along with name of tender.

Page 3: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

3

Special condition of the RFP The RFP documents shall be uploaded on the Banks website www.rbi.org.in. All corrigendum, addendum and further communication shall be placed on RBI website www.rbi.org.in only. The RFPs for the above work in two parts i.e. Part I contains scope of work & terms and conditions. Part II contains only rates of items. RFP shall be submitted in sealed envelope.

1. After floating of the RFP, Bank shall made available the site for inspection and necessary measurement to the bidder.

2. The pre-bid meeting shall be held at the Reserve Bank of India, 2nd floor, Estate Department, Jaipur at 2 pm onwards. It is compulsory for the all bidders to attain the pre-bid meeting, failure to attain the same, bidder will not be held eligible to participate in further process.

3. All intended bidders are required to come with their proposal for captioned subject, consisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting.

4. After scrutinizing the drawing, technical specification submitted by the intended tenderer the Bank shall prepared add/delete technical specification as mentioned in the RFP document. The final revised technical specification shall be furnished to all intended tenderer through e-mail/website within 3 days from date of pre-bid meeting.

5. Based on the technical specification finalized by the Bank, all bidders are requested to submit their tender on date as specified above.

6. The work shall be awarded to the eligible lowest bidder (L1) as per NPV calculation.

1.3 Part II (Financial bid): The Part-II may be opened on same date as date of opening of Part-I if documents submitted by all bidders are found as per Bank’s specifications. In case of any change, the date of opening of the financial bid shall be intimated to all bidder by e-mail on later stage.

1.3.1 If, in the price quoted by a bidder, there is discrepancy between the unit price and the total price (which is obtained by multiplying the unit price by the quantity), the unit price shall prevail and the total price corrected accordingly, unless the Bank feels that the bidder has made a mistake in placing the decimal point in the unit price, in this case the total price as quoted shall prevail over the unit price and the unit price corrected accordingly.

1.3.2 If there is an error in a total price, which has been worked out through addition and / or subtraction of subtotals, the subtotals shall prevail and the total corrected; and

1.1 .3 The rates quoted in Part II of RFP shall be firm and shall include charges of GST, levies, consumables, labour, transport, insurance, removing of debris from the site etc. Bidders are advised to inspect the site before quoting.

1.4 All firms are required to submit the EMD (Earnest Money Deposit) as mentioned above in A/c No.8692299, Account name RBI Jaipur, IFSC Code:RBIS0JPPA01 (0=Zero) through NEFT/ Mobile Banking/ RTGS {Intimate/ forward the transaction details to [email protected]} If bidder is fails to submit the EMD, RFP may cancel. EMD should be interest free and shall be returned to unsuccessful bidders after awarding the work and EMD of successful bidder will be returned after completion of the work in all respect. EMD shall be forfeited if the Bidder:

(i) makes misleading or false representations in the forms, statements and attachments submitted, has suppressed any material information, details of any legal proceedings pending in the court which might otherwise have created any impact on the eligibility criteria; or

Page 4: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

4

(ii) withdraws his Bid during the period of Bid validity; or does not sign the contract after award of Contract.

(iii) If firm has been blacklisted by any Government agency and the blacklisting is still in force.

(iv) If bidder fails to complete the work. 1.5 Validity of RFP: The RFPs shall be valid for acceptance by the Bank for a period of 90

days from the date of opening of Part I of RFP. 1.6 Signing of Contract Agreement

The Part I and Part II both will be part of contract and subsequent correspondence corrigendum, addendum. The successful bidder shall be bound to implement the Contract within 14 days from the date of work order. The cost of necessary stamp paper (Rs 500) for execution of the agreement shall be borne by the Bidder. The format of agreement is attached at annexure-II.

1.7 Time Period: Entire work shall be completed as indicated above, failing which liquidated damages at the rate of 0.25% of the contract value per week to a maximum of 10% of the contract value will be recovered for delay beyond the contractual period of completion. The work is allowed to be carried out during office hours (9:30 AM to 5:30 PM). The successful bidder is required to make entry passes before start of work for their workers. Special permission is required for working on holidays/late hours apart from regular entry pass.

1.8 Extension of time: (before expiry of original date of completion) If the L1 bidders desire any extension of time for completion of work on grounds of there having been unavoidable hindrances in execution or any other ground, they shall apply in writing immediately after the occurrence of the hindrance. Such application shall contain complete details of hindrances, which hindered the contractors in the execution of the work and reference to record of entry in the Hindrance Register. The Bank will grant the extension of time, without prejudice to Bank's right to recover liquidated damages or compensation under relevant contract clause. The hindrance due to the Bank will not be the part of calculation of liquidated damages.

1.9 Safety and statutory measures: The bidder shall take all safety measure during the execution of the work. The Bank will not accept any liability for any mishap / accident caused while working. The bidder shall indemnify and keep indemnified the Bank against all losses and claims, damages or compensation for breach of any provision of the Payment of Wages Act,1936 Minimum Wages Act 1948, Contract Labour (Regulation and Abolition) Act,1970, Payment of Bonus Act 1965 amended till date or any other labour law/statute in force in this regard.

1.10 Cleanliness: All debris shall be disposed of by the bidder as per the rules and regulation of local authorities concerned beyond the property limits and the site shall be kept free of safety/ fire hazards.

1.11 Security Deposit: Security deposit of 5% of contract amount (including GST, interest free) will be deducted from the bill and same will be returned after completion of one year of defect liability period (DLP). All defect will be rectified free of cost during one year of DLP. All Penalties, if any mentioned in the RFP, will be recovered from security deposit account.

1.12 Non-Disclosure clause: The Bidder shall not disclose directly or indirectly any information, materials and details of the Bank's infrastructure/systems/equipment etc., which may come to the possession or knowledge of the Bidder during the course of discharging its contractual obligations in connection with this agreement, to any third party and shall at all times hold the same in strictest confidence. The Bidder shall treat the details of the contract as private and confidential, except to the extent necessary to carry

Page 5: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

5

out the obligations under it or to comply with applicable laws. The Bidder shall not publish, permit to be published, or disclose any particulars of the works in any trade or technical paper or elsewhere without the previous written consent of the Employer. The Bidder shall indemnify the Employer for any loss suffered by the Employer as a result of disclosure of any confidential information. Failure to observe the above shall be treated as breach of contract on the part of the Bidder and the Employer shall be entitled to claim damages and pursue legal remedies. The Bidder shall take all appropriate actions with respect to its employees to ensure that the obligations of non-disclosure of confidential information under this agreement are fully satisfied. The Bidder's obligations with respect to non-disclosure and confidentiality will survive the expiry or termination of this agreement for whatever reason.

1.13 The Bidder / Agency shall comply with the provisions of “the Sexual Harassment of women at work place (Prevention, Prohibition and Redressal) Act, 2013”. In case of any complaint of sexual harassment against its employee within the premises of the bank, the complaint will be filed before the Internal Complaints Committee constituted by the Bidder / Agency and the Bidder/Agency shall ensure appropriate action under the said Act in respect to the complaint. The bidder shall be responsible for educating its employees about prevention of sexual Harassment at work place and related issues. (i) Any complaint of sexual harassment from any aggrieved employee of the bidder against any employee of the Bank shall be taken cognizance of by the Regional Complaints Committee constituted by the Bank.

1.14 Termination for Default: (a) The Bank may without prejudice to any other remedy for breach of Contract, by Seven Days (07) days written notice of default sent to the Bidder and upon the Bidder’s failure and neglect to propose and/or execute any corrective action to cure the default, terminate this Contract in whole or in part: (i) If the Bidder fails to deliver any or all of the items/works within the time period(s) specified in the Contract; or (ii)If the Bidder fails to perform any other obligation(s) under the Contract. (b) On termination of the Contract for default, the EMD of the Bidder will be forfeited. (c) On termination of the Contract for default, action will be taken to blacklist the Bidder. (d) Bank has right to go in court of law if such case is arrived.

1.15 Insurance: The bidder shall obtain and maintain insurance policies in respect of during the execution of the work: :

a) work man compensation policy for workers deputed at site. b) Third party liability (Rs 1 lakh per accident maximum for 3 period) c) Contractor’s all risk policies for contract value

1.16 Payment Condition: (a) 95% of the contract value will be released after completion of the work as given

in scope of work. (b) Security deposit of 5% of contract amount (including GST, interest free) will be

deducted from the bill and same will be returned after completion of one year of defect liability period (DLP). All defect will be rectified free of cost during one year of DLP. All Penalties, if any mentioned in the RFP, will be recovered from security deposit.

(c) All bill is liable to deduct TDS@1% or 2% of contract amount (1% in case of individual firm and 2% for company) and 1% of contract value each of CGST and SGST on TDS.

(d) Bill will be paid within 30 days from the date of submission to the Bank. 1.17 Quantity of RFP item is indicative which may increase and decrease during execution of

Page 6: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

6

the contract in the range of plus minus 25%. 1.18 Extra Item: If the quantity of any of the RFP items increases 25% beyond the RFP item

quantity, such items shall be treated as Extra items and the rates of these shall be prepared on the basis of market rate analysis.

1.19 The Bank reserves the right to reject any or all the RFPs before award the contract. 1.20 Evaluation of tenders:

• Eligible Tenders (Those qualify in Part I of tender) will be evaluated on the basis of capital cost of the system, rebate offered for dismantling and taking away system and taking into account the effect of rates quoted for comprehensive service contract for a period of 9 years after the expiry of one year of defect liability / guarantee period.

• Tendered offers shall be evaluated on the basis of the Net Present Value (NPV)

of owning the said System having 9 years of useful service life. The said NPV shall comprise:

Total Cost of Ownership (TCO) = Capital Cost + 6.971*AMC Rate (one year) -Buyback cost The bidder quoting lowest amount in terms of TCO will be treated as L1 bidder.

1. Cost of DSITC hydraulic lift Say (A) 2. Comprehensive annual maintenance contract

for one year after one year of defect liability period.

Say (B)

NPV of comprehensive annual maintenance Service contract charges for the period of 9 years after 1 year defect liability period shall be calculated assuming 5% increase in contract amount every year after first year of AMC, quarterly payment and with a discount rate of 8%. Thus, the Multiplying Factor (MF) for working out NPV of AMC for 9 years after (1 year guarantee period) shall be 6.971 Note:

(i) AMC amount for calculating the NPV shall be taken as quoted in the Part II of the tender

3 Removing and taken as Buyback of old chain pulley

Say (C)

4 Net Present Value (NPV) of Owning the hydraulic lift for 9 years of useful service life shall be worked out as

D=(A+B x 6.971 -C)

5

The work will be awarded for the lowest value of (D) above.

1.21 Defect Liability Period and Comprehensive Annual Maintenance Contract renewal (CAMC):

a) The equipment/system supplied shall be guaranteed against all types of defects for at least a period of one year ( defect liability period/ DLP) from the date of handing

Page 7: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

7

over of the equipment/system to the Bank and also required to annual maintenance contract (AMC) for further period of 9 years.

b) Successful bidder requires one time to sign and submit an Annual Maintenance Contract (AMC) (as per annexure II) after completion of work. The cost of stamp paper fee (Rs 500) will be borne by the successful bidder.

c) Tenderer shall also indicate the service facility they can offer at the place of installation and the telephone number & address of their service center.

d) Any defects in the system/sub-assemblies found within the guarantee period/DLP shall be rectified / replaced by the tenderer free of cost within 48 hours. This includes all consumable/ parts/electrical cables and battery also.

e) During the said period of 12 months the contractor (successful tenderer) shall make periodical inspection of the working of the lift free of charge at least four times a year or as per OEM recommendation (whichever is higher), if required, including (cleaning of all components, lubrication, checking alignment, ARD testing, interlocking testing, checks as recommended by OEM etc.) and attending to ANY NUMBER of breakdown calls shall be carried out free-of-cost. This includes changing of the hydraulic oil as per OEM schedule.

f) The tenderers shall also quote their charges separately for Annual comprehensive maintenance service contract after the expiry of the guarantee period/defect liability period as per the scope .This quoted rate for the service contract shall be valid for a period of one year after expiry of guarantee period/DLP i.e. one year from the date handing over the system.

g) The tenderers shall also quote their charges separately for Annual comprehensive maintenance service contract after the expiry of the guarantee period/defect liability period as per the scope detailed in this document in financial bid .This quoted rate for the service contract shall be valid for a period of one year after expiry of guarantee period/DLP i.e. one year from the date handing over the system which will be further renewed as per the formula given in ‘K’ below.

h) The AMC payment shall be made on half yearly basis on rendering satisfactory service. The service contract rate shall also take into account all the cost, including travel cost from the nearest service station, all parts, oil, consumable required etc. to run the system.

i) The equipment supplied shall be guaranteed against all types of defects for at least a period of one year from the date of handing over of the equipment to the Bank. Any defects in the system/sub-assemblies found within the guarantee period shall be rectified/replaced by the tenderer free of cost. During this period, servicing at not less than FOUR servicing or as prescribed by the manufacturer and as mutually agreed to and attending to ANY NUMBER of breakdown calls, shall be carried out free-of-cost. Tenderer shall also indicate the service facility they can offer at the place of installation and the telephone number & address of their service vendor/resident engineer etc.. The tenderers shall also quote their charges separately for Annual comprehensive maintenance service contract after the expiry of the guarantee period as per the scope .This rate for the service contract shall be valid for a period of one years after expiry of guarantee period and payment shall be made on half yearly basis on rendering satisfactory service. The Comprehensive annual maintenance service contract rate shall include all the cost, including travel cost from the nearest service station. This being an emergency system, any fault in the system shall be rectified as per the rectification time given below failing which penalty shall be applied.

Page 8: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

8

Rectification time

Penalty

(a) Any defects resulting in total failure of the system

48 hours Rs.500/- per day

(b) Any defects in independent devices, components, cables which may not result in total failure of the system

72 hours Rs.100/- per day

j) The tenderers shall provide details of service center /resident engineer/any other

arrangement etc from which the proposed systems at Jaipur will be serviced, the staff strength at that center and the availability of spares for the system at that center.

k) The Amount of service contract shall be renewed for an additional period of at least 8 years after two years (one year defect liability period and one year AMC on quoted rates). While renewing the contract amount will be arrived at based on following formula.

Ap MPc WIc Ac= ----------(50 X--------------+50 X--------------)

100 MPp WIp Ac = The contract amount for the current year. Ap = The contract amount for the previous year. MPc = Wholesale Price Index for metal products 6 months prior to the commencement date of contract for the current year. MPp = Wholesale Price Index for metal products 6 months prior to the commencement date of contract for the previous year.

WIc = Consumer Price Index for industrial workers (Respective Center) 6 months prior to commencement date of contract for the current year. WIP = Consumer Price Index for industrial workers (Respective Center) 6 months prior to commencement date of contract for the previous

year. The rate shall be renewed in every Year in June and communicated through letter. l) If contractor fails to complete the 10 years of service contract from the date of

handing over the system, the Bank has right to blacklist the firm for further participating in any other tender invited by the RBI.

m) The tenderer should impart training to the Bank's staff for a period not less than one week on the system before handing over of the system without any charge to the Bank.

1.22 Scope of work during Comprehensive Annual Maintenance Contract (CAMC): a) Any defects in the system/sub-assemblies found within the guarantee CAMC period

shall be rectified / replaced by the tenderer free of cost. b) During the said period of CAMC, the contractor (successful tenderer) shall make

periodical inspection of the working of the lift free of charge at least four times a year or as per OEM recommendation (whichever is higher), including (cleaning of all components, lubrication, checking alignment, ARD testing, interlocking testing, checks as recommended by OEM etc.) and attending to ANY NUMBER of breakdown calls shall be carried out free-of-cost. This includes changing of

Page 9: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

9

hydraulic oil as per OEM schedule. No extra charges will be paid for consumables, oil etc. except battery.

c) Tenderer shall also indicate the service facility they can offer at the place of installation and the telephone number & address of their service center.

Date

Signature of the firm

Place

(By a person holding the Authority/Power of Attorney)

Page 10: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

10

Section-II Details of Tenderers

A. Particulars of Firm:

Sr. No.

Particulars To be filled by Tenderer

1. Whether Original Equipment Manufacturer

Or Authorized Dealer (Please submit the certificate of authority)

Indicate Yes/No for certificate of authority

2. Composition of the firm (Whether partnership / proprietorship /Public Ltd.)

3. Names of the proprietor/ partners / Directors of the firm

4. GST Number

5. Address of the Firm

Telephone Email Fax

B. The details of bankers are as below:

Sr. No.

Particulars (submit the crossed cancelled cheque)

To be filled by tenderer

1 Name of the Bank

2 Branch Address

3 Telephone and fax number

4 Name of the contact person

5 Credit facility / overdraft facility enjoyed by firm from the Bank

6 The period from which the firm has been banking with Bank

Page 11: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

11

C. Prequalification Criteria : Following are our Clients for whom we have executed "eligible" works during last 5 years as per the eligibility criteria (Please submit the documentary evidence in support of)

Sr. No.

Details Client (1) Client (2) Client (3)

1 Name of the Client Organization / Firm:

Address :

Name of the Contact Person:

His/her Mobile No. :

His/her Fax No.:

His/her Telephone No/s.:

His/her e-mail ID: 2 Name of the "eligible" work

with brief particulars

3 Work order No. and date

4 Cost of the "eligible" work as per work order / letter of award:

5 Date of commencement

6 Stipulated date of completion

7 Actual date of completion

8 Amount of compensation levied by the client for delayed completion, if any:

Page 12: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

12

Sr. No.

Details Client (1) Client (2) Client (3)

9 Gross value of the work completed and paid for :

10 Whether the tenderer has been engaged by the Client for maintenance under Annual Maintenance Contract (AMC) of the commissioned system (please state Yes or No)

D. Service set up details in Jaipur/NCR/New Delhi: Note : All the details must be filled in the tender documents only no separate annexure will be accepted. Only Submit documents in support of details filled above. Signature of Tenderer with stamp/Date

Page 13: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

13

Section-III (Scope of the work)

1 Name of work: Design, Supply Installation Testing & Commissioning (DSITC) of 1 nos Hydraulic lift at office premises of Reserve Bank of India, Jaipur

2 Scope of Work:

1. Dismantling of old chain pulley type lifting arrangement for lifting 2. Supply, Installation, Testing and commissioning of new Hydraulic lift (fort lift) for

Cash area which can take payload of 1000 Kg from basement to ground floor. 3. Firm has to submit GA drawing, complete design layout, technical brochure,

available safety features etc along with its technical bid during pre-bid meeting. 4. Firm is advised to visit the site before finalising its drawing, layout and quoting its

rates. 5. This is consolidated scope of work and not detailed one. The Contractor has to

carry out all work that make the lift durable and looks good by aesthetic point of view, safety is required for completion of project

6. The contractor has to use standard quality poducts (ISI certified)002E

General Specifications: 1. Carrying capacity: 1 ton 2. Available area for hoistway: 1450x1150 mm 3. Available pit depth: 300 mm 4. No of floors: 2 (B+G) 5. Travel length: 4200 mm (approx.) 6. Travel Height: 5500mm (approx.) 7. Entry/Exit: Opposite for both the landings(Front and back side) 8. Doors: Manual operation with interlocking system. 9. Platform Design: It shall be made of Channels and Flats and top Railing

will be MS Square Pipe with height of 4 feet at two sided 10. Flooring: MS Checkered Sheet Flooring 5.0 MM Thickness 11. Structure: Mild Steel with Various Channels and Angels 12. Outer Coverage: It is made by MS Angle and MS wire mess at two sided

for full height 13. Landing Doors (Qty.2.0 Nos.): MS Wire mess Cage type Manual Operated doors

at Basement and Ground Floor with Interlocking System

Elevator Controller:

1. Control Type: Hydraulic Power Pack Controller 2. Operation: Automatic Push Buttons based operation at each floor 3. Main Supply: 400- 415 Volts AC Three Phase power supply, 50 Hz.

With double earthing 4. Auxiliary Supply: 220 Volt AC , Single Phase

(If DC supply required for any controller shall be tapped from the main supply with necessary transformer. Converter etc. as required. Bank shall not provide any separate DC supply for same)

Page 14: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

14

Safety:

1. Should be as per guidelines of IS14671 2. Trolley car/carriage should be closed from two sides with remaining two sides

should be provided with manually operated gates. 3. Enclosed guards- All accessible sides of the unit not used for loading or unloading

must be protected by enclosures with wire mesh. 4. Door interlocks-gate must be mechanically/electrically interlocked with carriage

movement and shouldn’t get open until the carriage is on the same landing. 5. Final limit switch: Electrical cut out switch after reaching floor landings 6. Automatic rescue device: In case of supply failure, will reach smoothly to

basement/nearest level 7. Safety cam: In the unlikely event of a lifting chain break, the safety cam will

immediately and automatically rotate into position to avoid freefall of carriage. 8. Prevents uncontrolled descent in the case of overload or brake malfunction during

loading/unloading operations. 9. Safety features of hydraulic system:

a. High pressure alarm b. Pressure release valve c. Low oil alarm or indication d. Gate not closed alarm/indication

Signature of the firm

Place

(By a person holding the Authority/Power of Attorney)

Page 15: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

15

Section-IV

UNPRICE BID/SCHEDULE OF QUANTITIES

Design, Supply Installation Testing & Commissioning (DSITC) of 1 nos Hydraulic lift at office premises of Reserve Bank of India, Jaipur S. No Item Unit Qty

1

Price for Design, Supply, installation, testing and commissioning of the Hydraulic lift with 2 stops as per data sheet along with detailed specifications and the scope of work in Part I.

Nos 1

Total (A)

2 Rebate for dismantling and taking away all equipment Nos 1

Total (B)

3

Comprehensive annual maintenance contract of Hydraulic lift including spares per annum after guarantee period as per terms and conditions specified in Part I..

nos 1

Total (C)

Page 16: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

16

Annexure I

FORMAT FOR ARTICLES OF AGREEMENT (for successful bidder) (On the Rs.500/- stamp paper)

ARTICLES OF AGREEMENT made the ____________ day of ______________ between the Reserve Bank of India, Jaipur (hereafter called “The Bank”) of the one part and _______________ __________________________________ (thereinafter called “the Contractor”) of the other part. WHEREAS The Bank is desirous of (Name of work )at _(location)_____ and has caused specifications describing the works to be done. AND WHEREAS the said specifications, the Schedule of Quantities and drawings have been signed by or on behalf of the parties hereto. AND WHEREAS the Contractor has agreed to execute upon the subject to the Conditions set forth herein and to the Conditions set forth in the Special Conditions and in the Schedule of Quantities and Conditions of Contract (all of which are collectively hereinafter referred to as “the said Conditions”) the works shown upon the said drawings and/or described in the said specification and included in the Schedule of Quantities at the respective rates therein set forth amounting to the sum as therein arrived at or such other sum as shall become payable thereunder (hereinafter referred to as ‘the said Contract Amount’) NOW IT IS HEREBY AGREED AS FOLLOWS: 1. In consideration of said Contract Amount to be paid at the times and in the

manner set forth in the said conditions, the Contractor shall upon and subject to the said Conditions execute and complete the work shown upon the said Drawings and described in the said Drawings and described in the said Specifications and the Schedule of Quantities.

2. The Bank shall pay the Contractor the said Contract Amount, or such other sum as shall become payable, at the times and in the manner specified in the said conditions.

3. The said Conditions and Appendix thereto shall be read and construed as forming part of this agreement and the parties hereto shall respectively abide by, submit themselves to the said Conditions and perform the agreements on their part respectively in the said Conditions contained.

4. The plans, agreement and documents mentioned herein shall form the basis of this Contract.

5. This Contract is neither a fixed/ Lump sum Contract nor a Piece work Contract but is a Contract to carry out the “ Name of work “ to be paid for according to actual measured quantities at the rates contained in the Schedule of Rates and Probable quantities or as provided in the said Conditions.

6. The Contractor shall afford every reasonable facility for the carrying out of all works relating to civil works and other ancillary works in the manner laid down in the said Conditions, and shall make good any damages done to walls, floors etc. after the completion of such works.

Page 17: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

17

7. The Bank reserves to itself the right of altering the Drawings 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.

8. Time shall be considered as one of the important factor of this Contract, and the Contractor hereby agrees to commence the work soon after the site is handed over to him or from 14 day after the day of issue of formal works order as provided for in the said Conditions, whichever is later, and to complete the entire work as provided in said condition , subject nevertheless to the provisions for extension of time.

9. All payments by The Bank under this Contract will be made only at Jaipur. 10. All disputes arising out of or in any way connected with this agreement shall be

deemed to have arisen at Jaipur and only Courts in Jaipur shall have jurisdiction to determine the same.

11. That the several parts of this Contact have been read by the Contractor and fully understood by the Contractor.

If the contractor is a Partnership or an Individual

IN WITNESS WHEREOF The Bank and the Contractor have set their respective hands to these presents and two duplicate hereof the day and year first hereinabove written.

If the contractor is a Company IN WITNESS WHEREOF The Bank has set its hand to these presents through its duly authorised official and the Contractor has caused its common seal to be affixed hereunto and the said two duplicate/has caused these presents and the said two duplicates hereof to be executed on its behalf, the day and year first hereinabove written.

Signature Clause

SIGNED AND DELIVERED by the Reserve Bank of India by the hand of Shri ………………………………………………

(name and designation) …………………………………………………… ……………………………. in the presence of (1) Address (2) Address …………………………………………………. …………………………………………………. ………………………………………………….

Witnesses

SIGNED AND DELIVERED BY …………………………………………

If the part is a partnership firm or any individual should be signed by all or on behalf of all the

Page 18: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

18

………1)…………………………………………… Address …………………………………… ………………………………………………… 2) ………………………………………….. Address …………………………………… ……………………………………………….. Witnesses THE COMMON SEAL OF Was hereunto affixed pursuant to the resolutions passed By its Board of Directors at the meeting held on ………………………………………………………………………………………………………………………………………. In the presence of ( 1 ) ……………………………………………. ( 2 ) ……………………………………………. Directors who have signed these presents in taken thereof in the presence of (1) ……………………………………

……. (2) ……………………………………

…… SIGNED AND DELIVERED BY the Contractor by the hand Of Shri ………………………………………. and duly constituted attorney.

partners. If the Contractor signs under its common Seal the signature clause should tally with their sealing clause in the Articles of Associations. The Contractor is signing by the hand of power of attorney whether a company or individual. The Contractor is signing by the hand of power of attorney whether a company or individual.

Page 19: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

19

ANNEXURE-II

Draft Articles Of Agreement for Annual Maintenance Contract (on Rs 500 non judicial stamp paper from successful bidder only)

ARTICLES OF AGREEMENT made the ____________________________________ day of _________________ between the Reserve Bank of India, Jaipur having its Central Office at Mumbai (hereinafter called "the Employer") of the one part and __________________________________________________ (hereinafter called "the Contractor") on the other part. WHEREAS the Employer is desirous of Annual Maintenance Contract for the period of 9 Years after one year of defect liability period for __________Name of the work_____________ and has caused specifications and Schedule of Quantities describing the works to be done which have been signed by or on behalf of the parties hereto. AND WHEREAS the Contractor has agreed to execute upon the subject work to the conditions set forth herein and to the conditions set forth in the special conditions and in the schedule of quantities and conditions of Contract as modified and finally accepted by both the parties ( all of which are collectively hereinafter referred to as "the said Conditions") the works shown upon the said drawings and/or described in the said Specifications and included in the Schedule of quantities at the respective rates therein set forth, amounting to the sum as therein arrived at or such other sum as shall become payable there under (hereinafter referred to as "the said Contract Amount"). NOW IT IS HEREBY AGREED AS FOLLOWS :

1. This Comprehensive Annual maintenance contract (i.e. all parts of the system) for the period of 9 years. Rate of the contract shall be renewed as per the clause 6 of this agreement

2. Scope of Work: Any defects in the system/sub-assemblies found within the guarantee CAMC period shall be rectified / replaced by the tenderer free of cost. During the said period of CAMC, the contractor (successful tenderer) shall make periodical inspection of the working of the lift free of charge at least four times a year or as per OEM (Original Equipment Manufacturer) recommendation (whichever is higher),including (cleaning of all components, lubrication, checking alignment, ARD testing, interlocking testing, checks as recommended by OEM etc.) and attending to ANY NUMBER of breakdown calls shall be carried out free-of-cost . This includes changing of hydraulic oil as per OEM schedule. No extra charges will be paid for consumables, oil etc. except battery.

3. Payment Condition: The AMC payment shall be made on half yearly basis on rendering satisfactory service. The service contract rate shall also take into account all the cost, including travel cost from the nearest service station, all parts, oil, consumable required to run the system. During the currency of the Annual Maintenance Service Contract, all care shall be taken by the contractor so that the downtime of any lift is kept minimum

4. This service contract shall be valid for a period of nine years after expiry of

Page 20: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

20

guarantee period and payment shall be made on half yearly basis on rendering satisfactory service. The Comprehensive annual maintenance service contract rate shall include all the cost, including travel cost from the nearest service station. This being an emergency system, any fault in the system shall be rectified as per the rectification time given below failing which penalty shall be applied.

Rectification

time Penalty

(a) Any defects resulting in total failure of the system

48 hours Rs.500/- per day

(b) Any defects in independent devices, components, cables which may not result in total failure of the system

72 hours Rs.100/- per day

5. Blacklisting: if contractor fails to complete the 10 years of service contract from the date of handing over the system, The Bank has right to blacklist the firm for further participating in any other tender invited by the RBI and security deposit amount will also be forfeited.

6. New Rate of AMC: a) The Amount of service contract shall be renewed for an additional period of

at least 8 years after two years (one year defect liability period and one year AMC on quoted rates). While renewing the contract amount will be arrived at based on following formula.

Ap MPc WIc Ac= ----------(50 X--------------+50 X--------------)

100 MPp WIp Ac = The contract amount for the current year. Ap = The contract amount for the previous year. MPc = Wholesale Price Index for metal products 6 months prior to the commencement date of contract for the current year. MPp = Wholesale Price Index for metal products 6 months prior to the commencement date of contract for the previous year.

WIc = Consumer Price Index for industrial workers (Respective Center) 6 months prior to commencement date of contract for the current year. WIP = Consumer Price Index for industrial workers (Respective Center) 6 months prior to commencement date of contract for

the previous year. The rate shall be renewed in every Year in June and communicated through letter.

7. If contractor and The Bank are mutually agreed than AMC period will further renew after 9 years on the formula mentioned in clause 6.

8. All payments by the Employer under this Contract will be made only at Jaipur. 9. All disputes arising out of or in any way connected with this agreement shall be

deemed to have arisen at Jaipur and only Courts in Jaipur shall have jurisdiction to determine the same.

10. Non-Disclosure clause: The Bidder shall not disclose directly or indirectly any information, materials and details of the Bank's infrastructure/systems/equipment

Page 21: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

21

etc., which may come to the possession or knowledge of the Bidder during the course of discharging its contractual obligations in connection with this agreement, to any third party and shall at all times hold the same in strictest confidence. The Bidder shall treat the details of the contract as private and confidential, except to the extent necessary to carry out the obligations under it or to comply with applicable laws. The Bidder shall not publish, permit to be published, or disclose any particulars of the works in any trade or technical paper or elsewhere without the previous written consent of the Employer. The Bidder shall indemnify the Employer for any loss suffered by the Employer as a result of disclosure of any confidential information. Failure to observe the above shall be treated as breach of contract on the part of the Bidder and the Employer shall be entitled to claim damages and pursue legal remedies. The Bidder shall take all appropriate actions with respect to its employees to ensure that the obligations of non-disclosure of confidential information under this agreement are fully satisfied. The Bidder's obligations with respect to non-disclosure and confidentiality will survive the expiry or termination of this agreement for whatever reason.

11. Prevention of Sexual harassment clause The contractor/Agency shall be solely responsible for full compliance with the provision of “the sexual Harassment of women at work place (Prevention, Prohibition and Redressal) Act 2013”.In case of any complaint of sexual harassment against its employee within the premises of Bank, complaint will be filed before the Internal complaint committee constituted by the Contractor/Agency and the Contractor/Agency shall ensure appropriate action under the said Act in respect to the complaint. Any complaint of sexual harassment from any aggravated employee of the contractor against any employee of the Bank shall be taken cognizance of by the Regional Complaints Committee constituted by the Bank The Contractor shall be responsible for any monetary compensation that may need to be paid in case the incident involves the employee, if sexual violence by the employee of the contractor is proved. The contractor shall be responsible for educating its employee about prevention of sexual harassment at work place and related issue. The contractor shall provide a complete and updated list of its employee who are deployed within the Bank’s premises.

12. If the Contractor is a partnership or an individual

IN WITNESS WHEREOF the Employer and the Contractor have set their respective hands to these presents and two duplicates hereof the day and year first herein above written.

If the Contractor is a company

IN WITNESS WHEREOF the Employer has set its hands to these presents through its duly authorised official and the Contractor has caused its common seal to be affixed hereunto and the said two duplicates hereof to be executed on its behalf, the day and year first hereinabove written.

Page 22: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

22

Signature Clause: SIGNED AND DELIVERED by Reserve Bank of India, *_______________________________________________________ (Name and Designation) In the presence of - Witnesses - 1. ___________________________________________ Address ______________________________________________

___________________________________________________

Address ____________________________________________ ___________________________________________________ If the party is a partnership firm or individual SIGNED AND DELIVERED BY ________________ ____________________________________________ In the presence of witnesses: 1. ________________________________________ Address ____________________________________ ___________________________________________ 2. ________________________________________ Address ___________________________________ ___________________________________________ THE COMMON SEAL OF ______________________ ____________________________________________ was hereunto affixed pursuant to the resolutions passed by its Board of Directors at the meeting held on ____________________________________________ ____________________________________________

Page 23: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

23

In the presence of - Witness - 1. _________________________________________ 2. _________________________________________ If the Contractor Directors who have signed these signs under common presents in token thereof in the seal, the signature presence of - clause should tally with the sealing 1. __________________________________ clause in the articles of association. 2. __________________________________ If the Contract is SIGNED AND DELIVERED BY - signed by the hand the Contractor by the hand of of power of attorney, Shri __________________________________ whether a company or _____________________________________ an individual. and duly constituted attorney.

Page 24: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

24

ANNEXURE III

LETTER OF UNDERTAKING

The Regional Director Reserve Bank of India Estate Department Tonk Road Jaipur-302004 Dear Sir, Name of Work: Design, Supply, installation, testing and commissioning of Hydraulic Lift in Vault area of the Main Office Building at Jaipur: Undertaking I, on the behalf of (company name)__________________________, hereby declare that our firm/company have suitable arrangement in place for rendering Annual maintenance contract services as per contract agreement . We undertake that any defect in the hydraulic lift supplied, installed and commissioned by us in your office at Jaipur, which leads to complete failure of the system, will be rectified by us within the stipulated period of 48 hours, failing which, we will be liable to pay penalty as specified in the penalty clause (clause 1.21) of the tender document. The details of arrangement for rendering AMC services and rectifying the defects during contract period is mentioned below: Date Place

Yours faithfully, Name and signature Designation Seal of the firm

Page 25: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

Reserve Bank of India Estate Department

Jaipur

Design, Supply Installation Testing & Commissioning (DSITC) of 1 nos Hydraulic lift at office premises of Reserve Bank of India, Jaipur

Part II

Financial Bid

Name of Bidder:…………………………………………………………………………

Address:………………………………………………………………………………….

Telephone no:……………………………………………………………………………

Email Address:…………………………………………………………………………..

Last Date and time of submission of bid/tender: 18.02.2020 upto 11 am.

Note: Part I and Part II are required to be submitted in different-different envelope and both these envelope must be kept another envelope.

Page 26: Reserve Bank of Indiaconsisting of the drawing, technical specification and submit the same to the Bank during the pre-bid meeting. 4. After scrutinizing the drawing, technical specification

Reserve Bank of India Estate Department

Jaipur

Part II/Financial Bid Design, Supply Installation Testing & Commissioning (DSITC) of 1 nos Hydraulic lift at office premises of Reserve Bank of India, Jaipur

S. No Item Unit Qty Rate Amount

A

Price for Design, Supply, installation, testing and commissioning of the Hydraulic lift with 2 stops as per data sheet along with detailed specifications and the scope of work in Part I.

Nos 1

B Rebate for dismantling and taking away all equipment( chain pully)

Nos 1

C

Comprehensive annual maintenance contract of Hydraulic lift including spares per annum after guarantee period as per terms and conditions specified in Part I..

nos 1

Net Present Value(NPV) = A – B + C X 6.971 Bidder who will be found lowest in NPV, shall be declared L1 bidder Date

Signature of the firm

Place

(By a person holding the Authority/Power of Attorney)