Tender Document HVAC
Tender Document HVAC
Page 1 of 49
PART –A
Date of Opening of Financial bid Will be notified later to the technically qualified bidders.
Page 2 of 49
2.0 PRE-QUALIFICATION CRITERIA
1. The Tenderers must have an experience of handling the Operation and Maintenance of
Central HVAC System in Govt./PSUs/ Autonomous bodies or reputed private organization
engaged in R&D in Life Sciences / Reputed Hospital at least for last three years supported
by documentary evidence and must have among list of big clients, at least two of such
bodies. Certificates of satisfactory performance from at least three such clients (of annual
work order value of not less than 16 lakhs) have to be submitted along with tender.
2. The bidders to choose a unique username and assign a password for their accounts.
Bidders are advised to register their valid email address and mobile numbers as part of the
Page 3 of 49
registration process. These would be used for any communication from the e-Wizard
Portal.
3. Bidders to register upon enrolment their valid Digital Signature Certificate (Class II or Class
III Certificates with signing key usage) issued by any Certifying Authority recognized by
CCA India with their profile.
4. Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSCs to others which may lead to misuse.
Foreign bidders are advised to refer “DSC details for Foreign Bidders” for Digital Signature
requirements on the portal.
5. Bidder then logs in to the site through the secured log-in by entering their user ID /
password and the password of the DSC / e-Token.
1. Various built in options are available in the e-Wizard Portal which is further synchronizing
with CPP Portal to facilitate bidders to search active tenders by several parameters. These
parameters include Tender ID, organization, location, date, value, etc.
2. There is also an option of advanced search for tenders, wherein the bidders may combine a
number of search parameters such as organization name, form of contract, location, date,
other keywords etc. to search for a tender published on the Online Portal.
3. Once the bidders have selected the tenders they are interested in, they may download the
required documents / tender schedules. These tenders can be moved to the respective ‘My
Tenders’ folder. This would enable the Online Portal to intimate the bidders through SMS /
e-mail in case there is any corrigendum issued to the tender document.
4. The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
BID PREPARATION
1. Bidder should take into account any corrigendum published on the tender document
before submitting their bids.
2. Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid.
3. Please note the number of covers in which the bid documents have to be submitted, the
number of documents - including the names and content of each of the document that need
to be submitted. Any deviations from these may lead to rejection of the bid.
4. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF formats.
Bid documents may be scanned with 100 dpi with black and white option.
5. Copy of constitution or legal status of the bidder manufacturer / Sole proprietorship / firm
/ agency etc.
6. Experience Certificates for two or more similar works in last 03 years.
7. Copy of PAN Card / GST Registration.
8. Annual average Turnover of the agency should be more than rupees 02 Lac per annum
since last three years.
9. Brochure, original technical catalogue with detailed specification and picture of the product
offered, if relevant
10. Earnest Money Deposit: The bidder will be required to deposit the Earnest Money Deposit
(EMD) for an amount of ₹ 1,36,000/- through Online portal
Page 4 of 49
11. EMD Fee is exempted for MSME / NSIC vendors etc. however Tender processing fee has
to be paid by all the vendors as this fee is being charged by the Online Portal service
provider directly.
12. The bidder should must have their registered office/ branch/ service Centre in Delhi-NCR.
13. Specification: The Contractor must confirm in writing that the goods supplied & installed
by them shall be as per specification of goods and in case of any variation, the contract shall
be liable to cancel immediately.
BID SUBMISSION
1. Bidder to log into the site well in advance for bid submission so that he/she upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any
delay due to other issues.
2. The bidder to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3. Bidder to select the payment option as Online” to pay the tender fee/ EMD wherever
applicable and enter details of the instrument.
4. A standard BoQ format has been provided with the tender document to be filled by all the
bidders. Bidders to note that they should necessarily submit their financial bids in the
prescribed format and no other format is acceptable.
5. The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
6. All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data, which cannot be viewed by
unauthorized persons until the time of bid opening.
7. The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
8. Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date &
time of submission of the bid with all other relevant details.
9. Kindly add scanned PDF of all relevant documents in a single PDF file of compliance sheet.
ASSISTANCE TO BIDDERS
1. Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the relevant
contact person indicated in the tender.
2. Any queries relating to the process of online bid submission or queries relating to e-
Wizard Portal in general may be directed to the 24x7 e-Wizard Helpdesk. The contact
number for the helpdesk is 011-49606060, 23710092, 23710091
Period of Contract: This contract shall be valid for an initial period of one year.
Based on the satisfactory performance, the period may be
extended on yearly basis for a further maximum period of
02 years i.e. (01 Year +02 years) at the sole discretion of the
Competent Authority.
Page 5 of 49
Price: Quoted rates shall be valid for the entire period of the
contract.
Payment: Payment shall be made on monthly basis within fifteen (15)
days from the date of receipt of bill duly certified &
recommended by designated officer in charge.
Workmen Employed: The Bidder/agency shall be responsible for following all
labour laws and statutory requirements, insurances
pertaining to its employees. The agency shall indemnify RCB
against any claim on this account. It must retain sufficient
reserve of manpower to cater for situations like leave,
weekly offs, medical problems, holidays or any other
exigencies etc. Staff employed by service providing agency
will have no right for employment at Cluster (RCB/THST).
Performance: The performance of the services will be continuously
evaluated by the designated committee/user groups
nominated by the Executive Director, RCB.
Delay in Payment: In case of delay in monthly payment, the agency should
make payment to its manpower & for consumables without
affecting the work.
Replacement of Staff: Any staff/employee may be required to be replaced
immediately from the site without assigning any reason
whatsoever.
Restrictions: Smoking cigarette, bidi, chewing tobacco, pan, Gutkha or
any other banned item is strictly prohibited inside the
Institute’s premises. Non-Compliance may lead to suitable
penalty /termination of contract, to be decided by the
Institute.
Attendance register: Agency shall deployed adequate Nos. of staff with required
calibre to ensure smooth functioning of HVAC System of
cluster due intimation to Engineer in charge.
Certification of bills: Every bill forwarded for payment shall need to be certified
by Engineer in charge/ authorized officer designated by
Competent Authority of the Centre.
GENERAL TERMS & CONDITIONS
1. In the event of non-commencement or unsatisfactory performance of the work contract,
Centre (RCB) reserves the right to cancel the contract agreement or to withhold the
payment. In such an eventuality, Centre further reserves the right to get the work done
from some other agencies at the cost of bidding agency. The Agency will also be black
Page 6 of 49
listed by the Centre for a period of 5 years from participating in such type of tender and
his earnest money/security deposit will also be forfeited.
2. It shall be presumed that the terms & conditions mentioned in the tender document
including amendments/ corrigendum if any have been read, understood and duly accepted
by the bidder. The bidder shall have no right to modify/ alter/ amend/ delete any terms/
conditions mentioned in tender document.
3. Tender forms are non-transferable. Only the original/downloaded complete tender form
duly signed stamped, should be submitted.
4. Each page of the tender should be numbered and signed by the bidder/ Agency or his
authorized signatory and duly witnessed with the seal of the firm.
5. Furnishing of wrong information and false documents will make the bidder ineligible for
bidding and liable to be debarred/blacklisted from participation in Tender
enquiries/Open Tenders/Annual Rate Contracts by the Centre. The EMD amount will also
be forfeited.
6. The bidder will have to furnish documents in support of the information given in the
tender. Original documents shall be checked for verification as and when required.
7. In case of any attempt for cartelization by bidder with a view to hike up the prices, all bids
will be rejected and such bidders will be blacklisted and bid security will be forfeited.
8. If any required information /documents are not submitted, then the bid of the concerned
bidder will be rejected. No representation in this regard will be entertained.
9. The bidders are expected to be present at the time of opening of bid; however, the bids
will be processed even when no bidder /representative is present as per the declared
schedule.
10. The decision of the Centre regarding approval of bids shall be final and binding on all
bidders.
11. A prospective bidder requiring any clarification of the Bidding Document shall contact the
Centre through e-mail. [email protected]/[email protected]
12. Any person who is in Govt. Service anywhere or an employee of the Centre/Institute
should not be made a partner to the contract by the bidder directly or indirectly in any
manner whatsoever.
13. The individual signing the tender document/ bids or any document forming part of the bid
on behalf of the bidder, shall be responsible to produce a proper power of attorney duly
executed in his favour stating that he/she has authority to bind on behalf of such other
person of the bidding agency as the case may be, in all matters pertaining to the contract
including the arbitration clauses.
In case the bidder, so signing, fails to provide the said power of attorney, the Centre
may, without prejudice to other civil and criminal remedies cancel the bid and hold the
signatory liable to all costs and damages. In case of registered or unregistered
Page 7 of 49
partnership firm, all the partners should sign the bids. In case of change of any person
signing the agreement on behalf of limited company or firm, he/she will produce a
letter of authority /resolution passed by the company empowering him/her to sign the
agreement on behalf of the Bidder/ company or firm.
14. The personnel, whose services are provided by the bidder, shall at all times and for all
purposes be the employees of the Agency (Bidding agency) and on no account
personnel so appointed and recruited by the agency (Bidder) will have any claim for
appointment, continuous recruitment or regularization etc. against the Centre.
15. In every case in which by virtue of the Workman’s Compensation Act, the Centre if
obliged to pay compensation to such person employed by the Agency (bidder) in
execution of the work, Centre will be entitled to recover from the Agency (bidder) the
amount of compensation so paid.
16. The bidding agency shall be responsible for verifying the antecedents of its
staff/employees working at premises of NCR Biotech Science Cluster by police
verification and will keep attendance and other relevant records at its cost and
produce these on demand of any authority. The list containing the names/addresses of
the personnel appointed by the bidder/agency shall be made available to the Centre
with their bio-data within 15 days from the date of deputation. The agency shall also
provide the same in soft copy giving out photographs and detail of the staff within one
month of commencement of work.
17. The Bidder/ Agency shall obtain a license under Contract Labour (R&A) Act, 1970 and
also submit an attested copy of such license to the Centre. The agency shall abide by all
the necessary provisions of various other Labour Laws/Acts viz. ESI/Bonus,
Workmen’s Compensation and any other laws and rules applicable in this regard.
18. The Bidder/ Agency, himself, shall be responsible for any type of statutory/mandatory
claims or penalties in light of the default with reference to the above provisions.
19. In case any person engaged by the Bidder/ Agency is found to be inefficient,
quarrelsome, cantankerous, infirm, and invalid or found indulging in unlawful or union
activities, the bidder/agency will have to replace such person with a suitable substitute
at the direction of the Executive Engineer, RCB or officer designated by Competent
Authority, at short notice.
20. The Centre shall not provide any sort of accommodation to the staff or person
deployed by the bidding agency and no cooking/lodging will be allowed in the
premises.
21. The deployed staff shall wear the prescribed neat and clean uniform according to
season affixing thereon a badge mentioning his name, provided by the Bidder/ Agency
at his own cost. He should also be provided an identity card duly signed by the
authorized signatory of the Bidder/ Agency.
Page 8 of 49
22. All safety accessories and measures as required for the execution of the work shall be
provided to the workers by the HVAC services providing Agency at its own cost.
23. The agency shall not engage any staff below the age of 18 years. All the staff deployed
by the agency shall be medically fit and their antecedent be verified prior to the
deployment in the Cluster.
24. If any complaint of misbehaviour and misconduct comes into the knowledge of the
Centre then all such responsibility shall be of the agency and any loss owing to
negligence or mishandling by the staff, the Bidder/ Agency shall be responsible to
make good for the losses so suffered by the Cluster.
25. The Agency shall not, at any stage, cause or permit any sort of nuisance in any of the
premises of NCR Biotech Science Cluster or do anything which may cause unnecessary
disturbance or inconvenience to others working there, as well as to the general public
in the Cluster and near to it.
26. The agency shall not engage any sub-contractor or sublet/transfer the contract to
any other agency/person in any manner.
27. The agency providing HVAC Services should ensure the following: -
That a daily report of its staff on duty and about their performance is furnished &
maintained.
That its staff does not smoke/drink/abuse drugs at the place of work.
That any specific work related to Maintenance assigned to it by the Principal Employer
or any officer authorized by him is carried out by him diligently and well in time.
It is responsibility of the agency to disburse wages timely to their deployed staff at NCR
Cluster. Centre has no responsibility in this regard.
Tax deduction at source shall be governed by the prevailing Rules.
28. The Executive Director, Regional Centre for Biotechnology reserves the right to:
A. Amend the scope and value of any contract under this NIT.
B. Reject or accept any application without assigning any reasons thereof and reject
all applications and cancel the Tender.
C. The Centre/Employer/Consultant shall neither be liable for any such actions nor
be under any obligation to inform the Applicants.
PENALTY CLAUSES
1) In case the agency fails to commence the work as stipulated in the agreement, after 02
weeks delay, Centre reserves the right to cancel the contract and withhold the agreement
and forfeit the EMD as applicable and get this job to be carried out at the cost and risk of
the Agency. The defaulting Bidder/ Agency will be blacklisted from participating in any
tender of RCB for next five years.
Page 9 of 49
2) For any other breach of contract, Designated Committee or Authority or any person
nominated by or on behalf of the Centre, shall be entitled to impose a penalty up to as
given in table below.
Some of the instances in which penalty would be imposed are enumerated below. But
these are not exhaustive and penalty may be imposed on any violation/breach or
contravention of any of the terms and conditions as well as assigned duties and
responsibilities).
I. If the personnel working are not found in proper uniform and displaying their photo
identity card.
II. If the personnel found indulging in smoking/drinking/sleeping during duty hours.
III. Penalty will also be imposed if the behaviour of personnel(s) found is discourteous to
anyone in the Cluster.
IV. If any personnel is found performing duty by submitting a fake name and address, the
services of such person shall be terminated and the agency will be held responsible
for such lapse.
V. If any personnel found on duty other than those mentioned in the approved list
supplied by the agencies to the Centre/Institute’s authorities.
VI. In the case of any loss/theft of NCR Biotech Science Cluster property, the committee of
NCR Biotech Science Cluster will consider the circumstances, leading to the loss and if
the responsibility is fixed on the agency, the Centre will recover the losses by
deducting the cost of loss from the next month’s bill in one or more instalments.
Sl Problem Penalty
No
1 In case of failure to maintain Rs 800/- per hour.
required HVAC parameters such
as temperature, humidity, air
changes etc in the HVAC area
within 01 Hour even after healthy
state of HVAC system.
2. Maintenance complaint could not Rs 200/- Per Hour per complaint
be attended within 01 Hr. of
intimation/registration
3 Maintenance complaint could not 500/- per 3 Hrs
be resolved within 03 Hrs. of
intimation/registration. (without
justified reason)
4. Maintenance schedule not ₹5,000/-
submitted within 15 days from
date of commencement of
agreement
5. Staff not wearing complete ₹ 200/-
uniform with headgear and shoes:
Per staff/stance
Page 10 of 49
6. Refusal to work Not acceptable, Change of person.
7. Improper/ uncivilized behaviour Warning and ₹ 500/- only, one chance
next time replacement of person.
8 Any place supposed to be manned Will be viewed Seriously.
24 x 7 days and Competent staff ₹ 1500/- Per/staff/ stance
not found at any time
9 Staff found smoking/ chewing ₹ 200/- per person/stance
tobacco
Page 11 of 49
5. The Bid Security is liable to be forfeited if the bidder withdraws or impairs or derogates
the bid in any respect within the period of validity of this offer.
5. All liabilities and onus of depositing wages, ESI, PF, Bonus and other statutory
requirements of the deployed staff at Cluster lies solely on the agency. Agency will
submit a declaration in this connection. Cluster Authority will not be responsible for
any breach under this clause.
6. The agency shall be responsible for providing trained manpower in Central HVAC
operation and AMC Services. If extra manpower required for carrying out servicing/
specific task, agency will provide extra manpower at no
7. If RCB names a worker as unfit/inefficient, he should be removed immediately from
the work spot and reliever provided immediately.
Page 12 of 49
8. Providing emergency services as needed on a twenty-four (24) hour, seven (7) days a
week basis. The response time for attending to any break down/ maintenance call shall
be immediate and in no case it should exceed one hour.
9. Nobody will be appointed without interacting with Executive Engineer or officer
designated by Competent Authority, Regional Centre for Biotechnology, Faridabad.
10. Weekly, fortnightly and monthly training of all the personnel deployed must be
organized as per training program and intimated to RCB.
11. During winters, staff will be equipped with woolen pullover (Sweaters), coats & boots
as per the need.
FORCE MAJEURE
i. “Force Majeure” shall mean any event beyond the reasonable control of the Centre or the
Bidder/ Agency, as the case may be, and which is unavoidable notwithstanding the
reasonable care of the party affected.
ii. If either party is prevented, hindered or delayed from or in performing any of its
obligations under the Contract by an event of Force Majeure, then it shall notify the other
in writing of the occurrence of such event and the circumstances there of within fourteen
(14) days after the occurrence of such event.
iii. No delay or non-performance by either party hereto caused by the occurrence of any event
of Force Majeure shall
a. constitute a default or breach of the Contract
b. give rise to any claim for damages or additional cost or expense occasioned thereby
c. If and to the extent that such delay or non-performance is caused by the occurrence
of an event of Force Majeure.
Page 13 of 49
iv. Notwithstanding clause (iii) above, Force Majeure shall not apply to any obligation of the
Institute to make payments to the Agency herein.
RISK: -
In the event of the Bidder/ Supplier’s/service provider fails to provide the ordered
services as per the contract the RCB reserves the right to procure the services from any
other source at the Bidder’s risk and cost and the difference in cost shall be borne by the
Bidder. Such cost shall be recovered from the bill of the agency. Further, the RCB retain the
right to take any other action(s) as deemed fit.
JURISDICTION: -
Notwithstanding any other court or courts having jurisdiction to decide the question(s)
forming the subject matter of the reference, if the same had been the subject matter of a
suit, any and all actions and proceeding arising out of or relative to the contract (including
any arbitration in terms thereof) shall lie only in the Court of Competent Civil jurisdiction
in this behalf at New Delhi and only the said Court(s) shall have jurisdiction to entertain
and try any such action(s) and/or proceeding(s) to the exclusion of all other Courts.
FALL CLAUSE: -
If at any time during the contract period, it is noticed or brought to the knowledge of the
Centre that the contractor/bidder has reduced/proposed to reduce the rates for such
outsourcing of HVAC Services as are covered under this tender enquiry, to any
organization (including any department of Govt. of NCT Delhi) at rate lower than the rates
quoted under this contract, he shall forthwith reduce the rates payable under this tender
for such services after the coming into force of such reduction, the rate of services shall
stand correspondingly reduced. The Centre shall make payments based on such reduced
rates only.
ARBITRATION
Any dispute or controversy arising out of or in connection with the Agreement including
any question regarding its existence, validity or termination which cannot be settled
amicably by and between the Parties, may be referred by the Parties to be settled by
arbitration in accordance with Arbitration & Conciliation Act, 1996 and its rules which are
deemed to be incorporated by reference to this clause, for the time being in force. The
arbitral tribunal shall consist of a sole arbitrator appointed unanimously by the Parties in
accordance with the said rules or where unanimous decision cannot made, each party shall
appoint one arbitrator and the appointed arbitrators shall appoint a sole arbitrator on
mutual consent. The Parties agree that any arbitration proceedings shall be instituted and
heard in Delhi. The language of the arbitration shall be English. The cost of arbitration shall
be borne equally between the Parties and the prevailing Party shall be entitled to recover
the same from the other.
NOTICES
Page 14 of 49
Any notice, request, or consent sought pursuant to the tender shall be in writing and shall
be deemed to have been made when delivered in person to an authorized representative of
the Party to whom the communication is addressed, or when sent by speed post, email, or
facsimile to such Party i.e. the Centre or Bidder.
TERMINATION
The Institute may terminate the Contract, by not less than thirty (30) days’ written notice
of termination to the Bidder/Agency, to be given after the occurrence of any of the events
specified in paragraphs (i) to (iii) of this Clause and sixty (60) days’ in the case of the event
referred to in (iv) below:
i. if the Bidder/Agency fails to meet the performance obligations under the Contract.
ii. If the Bidder/Agency becomes insolvent or bankrupt;
iii. If the Bidder/Agency, in the judgment of the Centre has engaged in corrupt or
fraudulent practices in competing or in executing the Contract.
iv. If as a result of Force Majeure, the Bidder/Agency is unable to perform a material
portion of the Services for a period of not less than sixty (60) days.
FOR THE PURPOSE OF THIS CLAUSE:
i. “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value to
influence the action of a public official in the selection process or in contract execution.
ii. “Fraudulent Practice” means a misrepresentation of facts in order to influence a selection
process or the execution of a contract to the detriment of the Purchaser.
Witnesses: -
1. 2.
Page 15 of 49
TECHNICAL BID
If these documents are not submitted/ conditions not met, the quotation shall be summarily
rejected and no further correspondence, in this regard, shall be entertained.
S. No Description Technical
Compliance
(Yes/No)
1 Undertaking for adherence of Two-Bid System.
(Non-violation of Two-Bid System)
2 Clarification with regard to manufacturer or their accredited
agent.
3 Undertaking for the submission EMD/bid amount along with the
bid.
4 GST registration certificate
5 ESI and EPF registration
6 Self-attested copy of valid License No. under Contract Labour
(R&A) Act, 1970
7 Fall clause declaration
8 Non-black listing declaration
9 Declaration reg. Proprietorship/partnership/ Pvt. Limited firm
10 Statement of financial standing from C.A. or Bank with address
& proof of average turnover of the firm minimum
70 Lac for the last 3 years
11 Completion certificates for Similar works as per Pre-
qualification criteria as defined in Clause No. 2 of tender
document.
12 Undertaking for adherence & acceptance to all Tender Terms as
per Schedule – ‘A’ (No Deviation of Tender Terms)
13 The Firm/office/service Centre in Delhi-NCR (Address proof)
Page 16 of 49
(To be submitted on Company Letter Head).
AUTHORIZATION LETTER
(name of the authorized person) to sign and submit the bid to RCB, Faridabad against their tender
No. RCB/04-04/81/NIT -18/2019-20 Date: 14.06.2019
Shri / Smt. __________________ (name) is also authorized to negotiate the terms and conditions
pertaining to the said tender on behalf of M/s __________________ (name of bidder). The specimen
signature of Shri / Smt. __________________ (name) is appended below.
Specimen Signature:
Name:
For __________________
(name of bidder)
Page 17 of 49
TENDER ACCEPTANCE LETTER
Date
Name of Tender / Work: “Providing Operation Services and Annual Maintenance Contract
of “Central Air-Conditioning Plant" (HVAC System) both, High Side
& Low side services at NCR Biotech Science Cluster, 3rd Milestone,
Faridabad-Gurgaon Expressway, Faridabad”
Dear Sir,
1. I / We have downloaded / obtained the tender document(s) for the above mentioned
`Tender/Work’ from the web site(s) namely: www.rcb.res.in, https://dbt.euniwizarde.com as
per your NIT / advertisement, given in the abovementioned website(s).
2. I / We hereby certify that I / We have read the entire terms and conditions of the tender
documents (including all documents like annexure(s), schedules(s), etc.), which form part of
the contract agreement and I / We shall abide hereby by the terms / conditions/ clauses
contained therein.
3. The corrigendum(s) issued from time to time by your department / organization too has also
been taken into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender
document(s) / corrigendum(s) in its totality / entirety.
5. I / We do hereby declare that our Firm has not been blacklisted / debarred by any Govt.
Department/Public sector undertaking.
6. I / We certify that all information furnished by our Firm is true & correct and in the event
that the information is found to be incorrect/untrue or found violated, then your
department/organization shall without giving any notice or reason therefore or summarily
reject the bidder terminate the contract, without prejudice to any other rights or remedy
including the forfeiture of the fully said earnest money deposit absolutely.
Yours Faithfully,
Authorized Signatory.
(Signature of the Bidder, with Official Seal)
Page 18 of 49
Fall Clause Declaration
This is to certify that we have offered the maximum possible discount to you in our Quotation No.
________________ dated _______
The prices charged for the stores supplied under Rate Contract should under no event be higher
than lowest prices at which the party sells the items of identical description to any other Govt.
organisation/PSU’s/Autonomous bodies/Pvt. Organisations during the period of contract failing
which the “FALL CLAUSE” will be applicable.
In case, if the price charged by our firm is more, RCB Faridabad will have the right to recover the
excess charged amount from the subsequent/unpaid bill of the supplier.
Note: This letter of authority should be on the letterhead of the quoting firm and should be signed
by a person competent and having the power of attorney to bind the same.
Page 19 of 49
NON-BLACK LISTING DECLARATION
To,
Executive Director
Regional Centre for Biotechnology
NCR Biotech Science Cluster,
3rd Milestone, Faridabad-Gurgaon Expressway
Faridabad
For -----------------------------------
Authorised Signatory
Date:
Page 20 of 49
Annexure - I
Additional information of the Bidding Agency duly signed by the bidder or authorized representative
of the bidder as per the Performa
1. Tender Enquiry No. RCB/04-04/81/NIT- 18 /2019-20 Due for opening on:
Page 21 of 49
Annexure- II
DETAILS OF EARNEST MONEY DEPOSIT
Bid Security (EMD) as required by this tender is being submitted in the form of DD/Bank Guarantee/FDR
favouring “Executive Director, Regional Centre for Biotechnology” payable at Faridabad, and duly
discharged in his favour in advance.
1. Details of Bid Security attached (DD/Pay Order/FDR, Bank Guarantee):___________________________________
2. Instruments.No.______________________Dated_________________________
3. Drawn on (Bank)____________________________________________
4. Address of Branch _________________________________________
5. Amount___________________________________________________
Page 22 of 49
Annexure-III
INCOME TAX RETURN & PAN
As required by this tender the copies of Documents as per details given below are being submitted: -
Page 23 of 49
Annexure-IV
UNDERTAKING – YEARS OF EXPERIENCE
2. We have served in similar works i.e. 02 Nos x 500 TR Chillers, Operation & Annual Maintenance contract
services in Govt./institutes/PSU or private corporate sector with over (employees, students, etc.) in the last
…………... years as stated in relevant annexure.
3. We will be able to arrange for the required man power, material, machine and other resources for the
establishment of service as per the tender term within 15 days of award of tender (A/T)/Letter of intent
(LOI).
4. We declare that we have necessary infrastructure/tie up for the Operation & Annual Maintenance contract
of the equipment being used and enough manpower to cater to any additional need of Client on short notice
(any increase in required manpower), if any such need arises in the tenure of the contract.
Page 24 of 49
Annexure-V
UNDERTAKING
1. I/ we am/are agency engaged in business of providing Operation & Annual Maintenance Contract
Services for …… Nos x 500 TR Capacity, have examined the above mentioned tender document
including amendment/ corrigendum (if any) the receipt of which is hereby confirmed.
2. I/ we do hereby offer to provide Operation & Annual Maintenance Contract Services for Central HVAC
System including High Side and Low side equipment installed at NCR Biotech Science Cluster at the
prices and rates mentioned in the price bid Part A and Part B.
3. I/we do hereby agree to provide to abide by the minimum wages act of Haryana.
4. I/we have quoted rates inclusive of all statutory taxes, charges & compliances i.e.EPF, ESI etc. as
applicable.
5. I/ we agree to abide by my/our offer for a period of 180 days from the date of opening of the tender.
6. I/ we have carefully read and understood all the Terms and Conditions of the Tender and shall abide
by them.
7. I/we agree for the all clauses and payment terms and conditions of this tender enquiry. In case any
condition put forth by us is against the terms and conditions of tender, the same shall be treated as to
be having no affect whatsoever and that the tender terms and conditions shall only prevail upon such
conditions, if any.
8. I/ we have necessary licenses/ authorizations for providing the Operation & Maintenance of HVAC
System and/or obtain the same at my/our costs and expenses as and when required.
9. I/ we also declare that in case of change constitution of our firm or for any other change, merger,
dissolution, insolvency etc. the same shall be immediately brought to the notice of client, in such case
continuing partner, successor or administrator or permitted assign shall be responsible for
discharging all the liabilities under this contract/ tender.
10. The tender document has been downloaded from the official website i.e. www.rcb.res.in, www.
thsti.res.in, for bidding purpose and is a true copy of the original.
11. Our firm or any other firm with similar type of operation with same or some/one of the
partners/proprietors being same as of the tendering firm has not been black listed by any
Government/ private institution except as per the following details: -
(If there is any case please attach the details of the same)
12. I/we also certify that that there is no vigilance/ CBI case pending against the firm/supplier/ or any
other firm with similar type of operation with same or some/one of the proprietors being same as of
the tendering firm except as per the following details: -
(If there is any case please attach the details of the same)
13. I/we also certify that there is no pending case for payment/ civil liability pending against us in any of
the courts except as per the following details: -
(If there is any case please attach the details of the same)
Page 25 of 49
Signature of the Bidder
Name & Address with stamp
Page 26 of 49
Annexure-VI
LIST OF PRESENT CLIENTS
List clients with whom annual billing for similar services not less than ₹ 16.0 Lac/year in each case in
the last five years.
S.No Name Date Date Nos and Brief Number of Approx Reference
of of of Capacity Scope manpower annual of
the Start Completi of Chillers of employed contract authorized
client on (TR) work value official
being providing on
serviced, similar for clients
services side with
contact
number
1
2
3
4
5
NOTE:
1. Clients mean the clients presently (on the last day of bid submission) being served by service
provider or were serviced in the last five years.
2. Supporting documents in the form of award of work/completion should be submitted.
3. Please highlight the clients for which the total tenure of services is more than 3 years
continuously. Certificate of continuity of services with all the clients where Operation &
Maintenance been provided for three or more years continuously should also be
attached/proof of award of work in continuity to be attached.
4. If no proof of award of work, completion of work is submitted, the evaluation committee may
make its own judgment and the Bidder/ Agency may be rated poorly on this count in technical
evaluation.
Page 27 of 49
SCOPE OF WORK
The scope of work as mentioned below, are the minimum expected under general maintenance
from the firm / agency / contractor apart from schedule/ breakdown maintenance under the
contract shall be carried out in accordance with manufactures specification and recommendation
under instructions of respective Engineers. Successful bidder will submit Performa for approval
for executing general maintenance job and schedule maintenance under Annual
Preventive/Scheduled Maintenance to ensure proper accomplishment of proposed services.
Agency is to carry out the general maintenance and any part found malfunctioning/damaged will
be repaired / replaced by agency under their scope of work. (Parts will be provided by Centre
either through Part B of Price Bid or Agency has to submit the quote of required spare along with
justification of quoted price. Supply of such items will be procured after due approval from
Competent Authority.
If for any justified reason any equipment is required to be repaired from any outside
agency or in any workshop, the same shall be arranged by the agency, payment will be
made by Center on submission of reasonable and justified amount of bill invoice.
Liability
The Service Provider shall indemnify and hold RCB/THSTI Faridabad, harmless from and
against all claims, demands, suits, proceedings, damages, costs, expenses and liabilities,
including without limitation, reasonable legal fees brought against or incurred by either of
them for
- Injury to persons, including death; and/or
- Loss or damage to any property; and/or
- Any other liability resulting from any acts or omissions of the indemnifying Party
in the performance of this Contract.
Page 32 of 49
- Service Provider shall maintain in force and upon request give evidence of
adequate insurance covering its potential liability.
Liaoning with local and state authorities
Service Provider will co-ordinate with state and local authorities for the work being done
by it, as needed.
Value Engineering for better services and Cost Reduction
Service Provider will use the expertise it has to suggest ways and means of improving the
services and reducing cost.
Reporting
Service Provider will submit the Daily, Weekly, Monthly, Quarterly, Half-Yearly and Annual
Reports as per the formats discussed and decided by RCB and THSTI and Service Provider.
These Formats will be submitted by Service Provider within 1 week of commencement of
Services to RCB/THSTI and will be finalized within one week from submission.
GENERAL REQUIREMENTS
Helpdesk Management
The Helpdesk Services pertain to the Facilities Management, problems on Help-Desk and
resolving the problems to closure, which occur on day-to-day basis. Service Provider will
be required to manage Help-Desk at ESS wherein the problems will be logged either on
telephone, in person or through email. Helpdesk will classify all such calls and would
forward / allocate tothe concerned departments, its Engineers / Technicians, Supervisor
or any concerned operational staff for resolution. For each type of problem, the response
time would be defined and service provider will adhere to it.
This helpdesk will receive, log and track all calls related to the end users in the facility. For
calls/ services it is not directly responsible, these would be informed and escalated to the
concerned RCB/THSTI personnel as decided and communicated to the helpdesk from time
to time.
While a standard Help-Desk needs to be manned and managed during office hours
Monday through Saturday, emergency helpdesk will be provided on a 24/7 basis by
qualified computer literate Help-Desk cum BMS Operators.
Helpdesk will be allotted a dedicated Telephone Extension No. by RCB
An email ID will be provided for Help-Desk by RCB
Any problem logged in Help Desk either telephonically or through mail will be
registered by Help-Desk operator in a Complaint Register and allotted a Unique No. on
that date.
Work job will be allotted by Help-Desk operator and handed over to respective
attendant to attend to the problem and maintain the record of completion/status.
Page 33 of 49
Any Complaint Lodged in Helpdesk will be responded depending on nature of the
problem but not later than as referred in SLA and resolved within 2 hours (routine
Complaint) of logging the complaint.
Once the call is closed the respective attendant will get the signatures of the
complainant on the work order. Helpdesk to counter check before closure of any
problems assigned.
Resolution of the problem will be reconfirmed by the Help-Desk operator with the
complainant and then closed in the Register.
At the end of each day, the unattended and pending problems will be carried forward
to the next day and a report of such problems will be prepared and forwarded to the
respective authorities in RCB/THSTI.
Escalations
All Routine Problems, Help-Desk related problems, Operations related problems, will be
handled by the service provider without any intervention of RCB.
If any call is not resolved within the agreed timelines, it will be escalated to the concerned
as per the escalation matrix.
Materials, Consumables & Spares
The Service Provider will maintain inventories and follow up with respective engineers,
for regular supplies of such material. Where material is to be provided by Regional Centre
for Biotechnology, requests will be raised in advance with prior necessary approvals
from RCB & THSTI.
Note: Consumables such as chemicals, required for cleaning, Gaskets for condensers
and flanges, pump motor seals, the refrigerant required in case of leak or topping up
will be in the scope of agency, their cost is considered to be included in the Price Bid -
Part A.
However other spares will be taken from spares parts list Shown in Price Bid Part B. If
required these listed items will be used with prior approval of respective engineers.
Service provider would always keep minimum nos. of equipment (in working
conditions) at site that are needed to ensure smooth function of this contract covering
scope of work.
The Contractor would also ensure that all the employees wear appropriate uniforms
and safety gears and adhere to the safety standards as per Govt norms/ laid down by
RCB.
All staff would be in a neat, clean and well-groomed appearance
All staff to carry proper ID cards as provided by the service provider.
The staff will ensure wearing respective work masks, safety gloves and belts as and
when required.
Page 34 of 49
All legal & statutory compliances would be the responsibility of the service provider
Continuous training /updating knowledge of the employees about equipment under
scope would also be the responsibility of the service provider.
Service provider must know and follow, their duties related to safety for all personnel.
These guidelines are applicable as well as to sub-contractors (with due approval)
deployed by agency at the site.
All Service Provider workmen should be provided with a uniform and shall work within
Cluster premises in their prescribed uniform.
The service provider shall ensure that no access (passages / access to emergency
apparatus / exits) is blocked, unless so authorized by RCB.
The service provider shall provide prior information to RCB representative about any
hazardous material being brought on the site and shall ensure security storage of such
material.
The service provider must leave work areas in a clean, tidy and safe condition at the end
of each working period.
No work may be carried out above the heads of people or over gangway or roads or
near power cables unless all precautions have been taken to ensure the safety of the
person below, and until permission is given by RCB/THSI.
The service provider must provide required tools and equipment based on applicable
regulations/codes/ guidelines.
The service provider should ensure that their personnel do not consume alcohol / do
not smoke / do not take khaini/ any type of drugs in Cluster premises VIOLATION of
which will attract penalty towards agency.
All workmen of the service provider or their sub-contractors must have valid
identifications cards verified by RCB/THSTI Security Department & shall display at all
times during duty hours.
Background Check
Background check for all employees deployed at Cluster is mandatory. None should be
deployed at RCB without police verification report seen and cleared by RCB/THSTI authorities.
Dos’for deployed staff
Be always polite and courteous to staff, students and guest of Cluster.
Answer telephone calls politely.
All safety and security rules regulations of RCB/THSTI to be strictly adhered by the staff.
Screening
Service Provider will depute any personnel at RCB only after screening and approval by
RCB authorities. Any change in any personnel will be at an intimation of at least 1 week to
RCB. The new personnel will also be screened and approved by RCB.
If any personnel need to be changed by Service Provider due to some emergency which is
beyond the Service Provider control, even then the new personnel will be screened and
approved by RCB first.
In case of rejection of any personnel by RCB, Service Provider will provide an option till the
personnel is approved by RCB/THSTI.
If Service Provider continues to provide sub-standard personnel, who have not been
approved by RCB/THSTI and if work suffers, RCB/THSTI will impose penalties as defined
ahead.
Statutory Compliance
The Service Provider shall comply with all the statutory acts and will deposit statutory
fee/lab test fee, for no objection certificates required if any, or for the services such water
testing coolant oil testing , pollution test etc. Amount will be reimbursed by RCB on
production of original receipt and shall be on regular basis submit proof of compliance to
RCB/THSTI.
Page 37 of 49
Annexure VIII
Page 38 of 49
4 AHU 3rd FLOOR 15000 C.F.M WAVES 25 HP 19
LOWER 7.5 HP
1 11000 C.F.M WAVES 7.5 5.5
GROUND SIEMENS
UPPER 10 HP
2 18500 C.F.M WAVES 10 7.5
GROUND SIEMENS
15 HP
3 A-SIDE 1st FLOOR 25000 C.F.M WAVES 15 11
SIEMENS
15 HP
4 2nd FLOOR 25000 C.F.M WAVES 15 11
SIEMENS
10 HP
5 3rd FLOOR 18500 C.F.M WAVES 10 7.5
SIEMENS
LOWER 7.5 HP
6 14500 C.F.M WAVES 7.5 5.5
GROUND SIEMENS
UPPER 10 HP
7 16000 C.F.M WAVES 10 7.5
GROUND SIEMENS
7.5 HP
8 B-SIDE 1st FLOOR 15000 C.F.M WAVES 7.5 5.5
SIEMENS
7.5 HP
9 2nd FLOOR 15000 C.F.M WAVES 7.5 5.5
SIEMENS
7.5 HP
10 3rd FLOOR 11000 C.F.M WAVES 7.5 5.5
SIEMENS
UPPER 3.7 HP
11 7500 C.F.M WAVES 8 3.7
GROUND SIEMENS
3.7 HP
12 1st FLOOR 7500 C.F.M WAVES 8 3.7
SIEMENS
4th WING
3.7 HP
13 2nd FLOOR 7500 C.F.M WAVES 8 3.7
SIEMENS
3.7 HP
14 3rd FLOOR 7500 C.F.M WAVES 8 3.7
SIEMENS
Page 39 of 49
10 HP
3 1st Floor 18500 C.F.M WAVES B79*2 10 7.5
SIEMENS
10 HP
4 2nd floor 18500 C.F.M WAVES B79*2 10 7.5
SIEMENS
7.5 HP
5 3rd Floor 15000 C.F.M WAVES B65*2 7.5 5.5
SIEMENS
7.5 HP
6 lower ground 15000 C.F.M WAVES B65*2 7.5 5.5
SIEMENS
15 HP
7 upper ground 25000 C.F.M WAVES B83*3 15 11
SIEMENS
15 HP
8 B-SIDE 1st Floor 25000 C.F.M WAVES B83*3 15 11
SIEMENS
15 HP
9 2nd floor 25000 C.F.M WAVES B83*3 15 11
SIEMENS
10 HP
10 3rd Floor 17500 C.F.M WAVES B65*2 10 7.5
SIEMENS
total 79.5
4 THSTI SERVER ROOM 15000 C.F.M WAVES 7.5 HP SIEMENS 7.5 5.5
total 37
CHILLER DETAIL
ITEM
S.No. DISCRIPTION CAPACITY UNIT MAKE KW HP DESIGN CODE FRAM
YORK-
1 CHILLER-1 500 TR 1 JOHNSON 312 419 NA F 449TS
YORK-
2 CHILLER-2 500 TR 1 JOHNSON 312 419 IP23 F 449TS
YORK-
3 CHILLER-3 500 TR 1 JOHNSON 312 419 IP23 F 449TS
YORK-
4 CHILLER-4 500 TR 1 JOHNSON 312 419 IP23 G 449T
Page 40 of 49
CHILLER PLANT MOTORS & PUMPS DETAIL
Note: Bidders are advised to visit the site for verification of complete system.
Variations in quantities of equipment w.r.t as given above are likely to
occur.
Page 42 of 49
Annexure IX
Service Level Arrangements (SLAs)
Chart 1: Severity Levels and time allowed for attending to the problems under each level of severity.
Severity Impact of Response Time Recovery Status Update to the
Levels Severity Time* authorities of the
institute during
continuance of the
problem
Severity 1 Severe impact on Immediate- on logging of the Within 60 every hour
operation of the problem minutes
institute - unable
to operate
Severity 2 Institute’s If Problem is logged before 1700 Within 4-8 Once a day or as
Operations are hours – to be attended on the same hours desired by the
degraded but, day; and if logged after1700 hours - authorities of the
yet able to to discuss institute
operate (with with the authorities of the institute
back-up whether to be attended the same
measures) day or next day.
Severity 3 Low impact on Problem to be attended to within Within 24 Once in two working
Institute’s same or next day after it’s logging. hours days
operations -
though
detrimental, but
not an
immediate area
of concern
Severity 4 Zero impact on Problems to be attended to during Within 30 Once every 10 days
Institute’s course of preventive or breakdown days,
Operations - maintenance
Required for (as & when).
improving
or for value
addition to
services.
*Recovery time includes interim measures. However, final resolution may involve procurement of spares
and mobilizing of third party OEM/vendors.
Page 43 of 49
Annexure XI
FINANCIAL BID – (Total: 30 points)
Please provide rates in given price bid table which must include the cost of categories wise staff to be
deployed for the subject work, you plan to deploy at RCB, THSTI, SAF, ATPC, ESS, PRRB, Auditorium,
Hostel CUM Guest house, Housing Blocks, as per scope of work in NCR-Biotech Science Cluster, Faridabad.
The staff must be grouped in three categories as – Manager/Supervisor, Skilled and Semiskilled. You can,
within these categories, further subcategorize if you want (e.g. shift engineer, operator, electrician,
carpenter, mason etc.) to use at NCR-Biotech Science Cluster, Faridabad, and for each category their general
qualifications, the number you plan to use. The total cost including manpower should clearly be stated in the
last line of Part A which is lump sum amount for entire scope of work.
Price Bid Part-B: Cost of spares if required during currency of contract. Rates will be fixed for one year from
date of award of work. Payment will be made as per actual use.
Manager-
i. Degree in Electrical/Mechanical from recognized University with minimum 02 years or
Diploma (3 Years course) in Electrical/Mechanical Engineering with minimum 05 Years of
experience in maintenance work, preferably in healthcare sector/Bioscience Research
Institute/Pharma sector.
ii. Should have good knowledge of HVAC System, Computer and AutoCAD besides management of
shift duties.
Skilled Manpower:
Should have Diploma in Electrical/Mechanical Engineering/Air conditioning and refrigeration
with 02 Years’ experience in relevant field or ITI tradesman with 05 Years’ Experience relevant
field.
Semi-Skilled: Minimum qualification 10th pass with experience of five years in relevant field.
Page 44 of 49
Schedule of work
PRICE BID -Part-A
First Year
Second Year
Third Year
2. Repairing , Testing, Commissioning and making
existing HVAC BMS System (Low and high side of
HVAC ) Operational include up-gradation of
software, spares ,consumable, wiring complete in
all along with one year comprehensive warranty .
(One time job) 01 Job
Page 45 of 49
PRICE BID PART –B
First Year
Page 48 of 49
27 15.0 HP Bharat 01 Nos
28 20.0HP Bharat 01 Nos
29 30.0 HP Bharat 01 Nos
30 60.0 HP Bharat 01 Nos
Total Amount Part B First Year ₹ ₹
Hike in percentage terms over First Year of quoted rates for Second year %
if extended
Hike in percentage terms over First Year of quoted rates for Third year if %
extended
Total Amount Part B =₹
Page 49 of 49