1
NOTICE INVITING TENDER
( E-PROCUREMENT MODE ONLY)
No. PROJ/TC/7259 Date: 17.07.2020
TO,
Dear Sir,
KIOCL Limited, Panambur, Mangaluru invites online tenders from the experienced Contractors who
have carried out similar type of work for the below mentioned work. Tender details can be accessed by
M/s. MSTC Ltd., registered bidders from website http://www.mstcecommerce/
eprochome/kiocl/buyer_login.jsp till 3:00 PM on 18.08.2020. The details of Payment of ₹.168.00
(including GST @ 12%) through NEFT towards cost of tender document and EMD should be uploaded
along with technical bid. No cash shall be deposited to our Bank Account for payment of Cost of
tender documents and EMD. The last date for submission of tender is till 3:00 PM on
19.08.2020
Tender No. Name of the work EMD (₹)
KIOCL/20-21/ET/135
Annual Contract for maintenance & Repair of Air
Conditioners of PPU and Township Kavoor of KIOCL
Limited, Panambur, Mangaluru..
10,000.00
Please find enclosed herewith the tender documents for (i) Technical Bid - comprising of Proforma for
Technical evaluation, Invitation for tender, instructions to tenderers, terms & conditions, Special
conditions, Technical specifications, Business rule and terms & conditions of e-Procurement cum e-
reverse auction, schedule of work (Unpriced). The Technical bid along with other documents shall be duly filled. The price bids of only
technically qualified bidders shall be opened and others shall be rejected. KIOCL Ltd‟s decision on Technical evaluation shall be final and no correspondence shall be entertained
in this regard.
Thanking you,
Yours faithfully,
for KIOCL Limited
(Manohar U)
Dy.General Manager (Engg. Services)
ಕೆಐಓಸಿಎಲ್ ಲಿಮಿಟೆಡ್ (ಭಾರತ ಸರ್ಾಾರದ ಉದಯಮ)
ಪಣ೦ಬೂರು, ಮ೦ಗಳೂರು – 575 010
ಯೋಜನಾ ವಿಭಾಗ ದೂರವಾಣಿ:೨೪೦೩೨೯೨, ೨೪೦೩೨೯೪
ಈ ಮೈಲ್: [email protected]
ಫ್ಾಯಕ್ಸ : ೦೮೨೪ ೨೪೦೭೪೨೨
ವೆಬ್ ಸೈಟ್: www.kioclltd.in
केअइओसीएल लललमटेड (भारत सरकार का एक उध्यम)
पणंबूर , मंग्लूरु – ५७५ ०१०
पररयोजनाऐ लिभाग
टेललफोन: २४०३२९२,
२४०३२९४
ईमैल: [email protected]
फेक्स: ०८२४ २४०७४२२
िेबसाइट: www.kioclltd.in
KIOCL LIMITED (A Government of India Enterprise)
Panambur, Mangaluru – 575 010
PROJECTS DEPARTMENT Telephone: 2403292, 2403294 Email: [email protected]
Fax: 0824 2407422 Website: www.kioclltd.in GST No.29AAACK8438M1ZX
कुद्रेमुख
KUDREMUKH
ಐಏಸ್ಓ 9001, 14001 ಮತುು
ಓಹೆಚ್ಎಸ್ಏಎಸ್ 18001 ಸ೦ಸೆ
अई एस ओ 9001, 14001 तथा
ओएचएसएएस 18001 कम्पनी
ISO 9001, 14001 &
OHSAS 18001 COMPANY
2
TECHNICAL BID INDEX
Sl.No. Particulars Page No.
1. Invitation to tender - KIOCL/MR/TC/QF-01
3
2. Important instructions for E-Procurement.
4-6
3. Instructions to bidders with commercial terms and conditions
7-8
4. Proforma for technical evaluation of bidders
9- 10
5.
Instruction to tenderers & terms and conditions –
KIOCL/MR/TC/QF-02
11-14
6.
Special conditions
15-16
7.
Business rules for e-reverse Auction
17-18
8. Schedule of work.- I (Preventive Maintenance) 19
9. Schedule of work.-II (Repairs) 20-25
10. Form of Bid
26
3
No. KIOCL/MR/TC/QF-01
KIOCL Limited (A Govt. of India Enterprise)
PANAMBUR, MANGALURU – 10
No.PROJ/TC/7259 Date: 17.07.2020
SUB: TENDER FOR ANNUAL CONTRACT FOR MAINTENANCE & REPAIR OF AIR
CONDITIONERS OF PPU AND TOWNSHIP KAVOOR OF KIOCL LIMITED, PANAMBUR,
MANGALURU , -----
1. Bid documents for the above work are enclosed herewith.
2. SUBMISSION OF TECHNO-COMMERCIAL AND PRICE BID: Bidder should submit their
tenders in two parts through e-procurement mode only. The instructions on the portal shall be
followed, while submitting the tender. The E- procurement would be conducted by our service
provider M/s MSTC Limited.
Part - A : Techno-Commercial Bid
Part - B : Price Bid
3. The details of payment to the below mentioned bank details through NEFT mode towards
Earnest Money Deposit of ₹.10,000/- (Rupees ten thousand only) to be uploaded along with the
technical bid
STATE BANK OF INDIA, PANAMBUR, MANGALURU – 575 010.
CURRENT ACCOUNT NO. 32893315596, IFSC CODE: SBIN0002249
State/Central Govt. Organization, PSU and valid DGS&D/NSIC registered (for the tendered
item) firm can produce documentary evidence issued by Govt. Authorities for exemption
towards submission of Tender Document Fee and EMD. In case of SSIs /MSMEs Firms need to
submit the relevant, valid registration certificates for claiming exemption (In case of those firms
who have already submitted the documentary evidence may ignore this).
Note: No cash shall be deposited to our Bank Account for payment of EMD.
4. EMD shall be adjusted to the Security Deposit in the case of successful bidder. However, the
same shall be returned to the unsuccessful bidders immediately after the award of work to
successful bidder.
5. Acceptance of the bid will be intimated to successful bidder through a letter enclosing the copies
of the Letter of Intent (LOI) and this letter will be treated as authorization for award of work.
The bidder shall sign the said copies of LOI and send to the owner within seven days from the
date of receipt for formal signature and issue of the same. In the event of failure on the part of
the bidder to sign and return the LOI within the specified time, the EMD shall be liable to be
forfeited at the sole discretion of the owner.
6. The time of completion for this contract shall be ONE YEAR. The actual date of start of contract
would be specified in Letter of Intent/Work Order.
7. The successful bidder shall be required to execute an agreement within the time specified in the
Letter of Intent.
8. The Company reserves the right to reject any or all the tenders without assigning any reason.
Thanking you,
Yours faithfully,
for KIOCL Limited
(Manohar U)
Dy.General Manager (Engg. Services)
4
Encl: Bid documents.
IMPORTANT INSTRUCTIONS FOR E-PROCUREMENT
I) Process of E-tender:
A) Registration: The process involves vendors registration with MSTC Limited e-procurement portal (www. mstcecommerce.com) which is free of cost. Only after registration, the vendor(s)
can submit his/their bids electronically. Electronic Bidding for submission of Techno-
Commercial Bid as well as Price Bid over the internet will be done. The vendor should posses
Class III signing type digital certificate. Vendors are to make their own arrangement for bidding
from a Personal Computer connected with Internet. MSTC Ltd is not responsible for making
such arrangement. (Bids will not be recorded without Digital Signature).
SPECIAL NOTE: THE PRICE BID AND THE COMMERCIAL BID HAS TO BE SUBMITTED ON- LINE AT http://www.mstcecommerce.com/ eprochome/kiocl/
1) Vendors are required to register themselves online with http://www.mstcecommerce.com/eprochome/kiocl/ →Register as Vendor (Vendors) Filling up
details and creating own user id and password→ Submit.
2) Vendors will receive a system generated mail confirming their registration in their email which has been provided during filling the registration form.
In case of any clarification, please contact MSTC Limited, (before the scheduled time of the e-
tender).
Contact Persons at MSTC Ltd are as under
B) System Requirement: i)
i) Windows 98 /XP-SP3 & above/Windows 7 Operating System
ii) IE-7 and above Internet browser
iii) Signing type digital signature - Class 3.
iv) JRE 8 update 144 and above software to be downloaded and installed in
the system.
v) To enable ALL active X controls and disable “use pop up blocker‟ under Tools→ Internet
Options→ custom level
FOR DETAILS PLEASE GO THROUGH THE VENDOR GUIDE AND THE VIDEO UNDER “VIEW VIDEO” LINK AT www.mstcecommerce.com/eprochome
Vendor GuideLinkhttp://www.mstcecommerce.com/eprochome/UserManualVendor.pdf.
VideoLink.http://www.mstcecommerce.com/auctionhome/RenderFileViewVideo.jsp?file=IE-
Configuration.mp4
Shriyansh Jain J.Damodaran
Email: [email protected] Email: [email protected]
Mobile : 7411651015 Mobile :
Land Line : 080 22260054/22266417 Extn 205
5
1) The Bidders are advised to offer their most competitive prices while submitting the price bid.
2) All entries in the tender should be entered in online Technical & Commercial Formats without any ambiguity.
3) Bidders are instructed to use Attach Documents through the attach document button present
under event number selected. Multiple documents can be uploaded. Maximum size of single
document for upload is 5 MB.
4) For further assistance please follow instruction of vendor guide
http://www.mstcecommerce.com/eprochome/UserManualVendor.pdf
5) All notices and correspondence to the bidder(s) shall be sent through email during the process
till finalization of tender by KIOCL Ltd. Hence the bidders are required to ensure that their
email I.D provided is valid and updated at the stage of registration of vendor. Bidders are also
requested to ensure validity of their DSC (Digital Signature Certificate).
6) Please note that there is no provision to take out the list of parties who are downloading the tender document from the web site mentioned in NIT. As such, bidders are requested to see the
web site once again before the due date of tender opening to ensure that they have not missed
any corrigendum uploaded against the said tender after downloading the tender document. The
responsibility of downloading the related corrigendum, if any, will be that of the bidders.
7) No separate intimation in respect of corrigendum to this NIT (if any) will be sent to bidders who
have downloaded the documents from web site. Please see website
www.mstcecommerce.com/ eprochome/kiocl of MSTC Ltd. or www.kiocl.co.in of KIOCL
Ltd.
8) E-tender cannot be accessed after the due date and time mentioned in NIT.
9) Bidding in e-tender:
a) The process involves Electronic Bidding for submission of Techno Commercial Bid as well as Price Bid.
b) The bidder(s) can submit their Techno Commercial Bids and Price Bid through internet in
MSTC Ltd website www.mstcecommerce.com/eprochome/kiocl→ Vendor Login → My
menu→ Auction Floor Manager→ live event →Selection of the live event→ Techno
Commercial Bid.
c) The bidder should allow to run an application namely enApple by accepting the risk and clicking
on run. This exercise has to be done twice immediately after clicking on the Techno-
Commercial bid. If this application is not run then the bidders will not be able to save/submit
his/her bid.
d) After filling the Techno-Commercial Bid, bidders should click„ save for recording their Techno-
Commercial bid. Once the same is done, the Price Bid link becomes active and the same has to
filled up and then bidders should click on “save” to record their price bid. Then once both the
Techno-Commercial bid & price bid has been saved, the bidders can click on the “Submit”
button to register their bid
NOTE: - The Techno-Commercial Bid & price bid cannot be revised once the submit button has been clicked by the bidders.
e) In all cases, bidders should use their own ID and Password along with Digital Signature at the
time of submission of their bid.
f) During the entire e-tender process, the bidders will remain completely anonymous to one
another and also to everybody else.
g) The e-tender floor shall remain open from the pre-announced date & time and for as much duration as mentioned above.
6
h) All electronic bids submitted during the e-tender process shall be legally binding on the
bidders. Any bid will be considered as the valid bid offered by that bidder and acceptance of the
same by KIOCL Ltd will form a binding contract between KIOCL Ltd and the Bidder for
execution of work. Such successful bidder shall be called hereafter Contractor.
i) It is mandatory that all the bids are submitted with digital signature certificate otherwise the same will not be accepted by the system.
j) KIOCL Ltd reserves the right to cancel or reject or accept or withdraw or extend the tender in
full or part as the case may be without assigning any reason thereof.
k) No deviation in the terms and conditions of the tender document is acceptable. Submission of
bid in the e-tender floor by any bidder confirms his acceptance of terms & conditions of the
tender.
l) Unit of Measure (UOM) is indicated in the e-tender Floor. Rate to be quoted should be in
Indian Rupee as per UOM indicated in the e-tender floor/tender document.
10) Any order resulting from this e-tender shall be governed by the terms and conditions mentioned therein as well as in the tender document.
11) After submitting online bid, the bidder cannot access the tender, once it has been submitted
with digital signature.
12) The bidders must upload all the documents required as per terms of NIT. Any other document
uploaded which is not required as per the terms of the NIT shall not be considered.
13) The bid will be evaluated based on the filled-in technical & commercial formats.
7
INSTRUCTIONS TO BIDDERS WITH COMMERCIAL TERMS AND CONDITIONS OF
CONTRACT
1. The Bidder is expected to examine all instructions, forms, terms and specifications in the
bidding documents. Failure to furnish all information required as per the bidding documents or
submission of a bid not substantially responsive to the bidding documents in every respect will
be at the bidder‟s risk and shall result in rejection of the bid. Confirm acceptance of all
Techno-commercial terms in to without any reservation.
In case bidder is silent on any clause mentioned in this tender document KIOCL shall construe
that the bidder had accepted all the clauses as per this Invitation to Tender.
2. AMENDMENTS TO BIDDING DOCUMENTS: At any time prior to the deadline for
submission of bids, the Tendering Authority, KIOCL Limited may, for any reason modify,
change, incorporate or delete certain conditions in the bidding document. All prospective
bidders are to note these changes on the official website of the Company.
3. TECHNO COMMERCIAL TERMS AND CONDITIONS: 1) PRICE: Offered price should be exclusive of GST.
Note:
a) GOODS & SERVICE TAX (GST): Percentage applicable to be indicated. Our GST
No. 29AAACK8438M1ZX. Applicable TDS will be deducted as per GST provision.
b) Bidders are requested submit their copy of GST Registration Certificate and PAN.
c) The price quoted shall be firm through-out the currency of the contract and is not
subject to escalation of any kind whatsoever.
4. CONFIDENTIALITY: You shall keep all the information shared with you as confidential
and shall not disclose the same under any circumstances to any one, without obtaining written
consent from KIOCL.
5. SPECIAL NOTE:
a) The Tenderer is required to carefully examine the Terms and Conditions of tender
document and work related to scope of supply given in the Tender Document and fully
acquaint himself as to all conditions and matters which may in any way affect the work
related to scope of work or the cost thereof. Tenderer shall be deemed to have on his own
and independently obtained all necessary information for the purpose of preparing the
tender and shall be deemed to have taken into account all contingencies as may arise due to
such information or lack of the same.
b) Clarifications on Techno-Commercial Terms: KIOCL reserves the right to seek
clarifications on the Techno-Commercial clarifications/confirmation from the bidder.
However, such clarification/confirmation sought shall not permit the tenderer to revise the
price bids submitted. The request for clarification and the response shall be in writing and
no change in the price or substance of the Bids shall be sought, offered or permitted.
c) KIOCL reserves the right to accept or reject tender either in whole or in part or to invite
revised offer.
d) The Tenderer shall be deemed to have acquainted himself of Rules, procedures, guidance of
Government Laws, statutes, regulations, etc., relating to his work related to present scope of
work.
8
e) KIOCL reserves the right to shorten / extend the period of contract while concluding the
contract. KIOCL also reserves the right to short close the contract in case of breach of
terms and conditions of the contract by the tenderer.
f) The award of work shall not be assigned, transferred or sub-delegated to other
Contractors except with the written approval of KIOCL. However this clause shall not apply
to purchase of equipments and material for the performance of the work.
6. Notwithstanding anything specified in this Tender Documents, KIOCL in his sole
discretion, unconditionally and without having to assign any reason, reserves to himself
the rights:
a. To accept or reject the lowest tender or any other tender or all the tenders to reject the offers
not conforming to the tender terms and to give Purchase preference to Public Sector
Undertakings wherever applicable as per Government policy/ Guidelines.
b. To extend purchase preference to SSIs (Micro and Small Enterprises) as per prevailing
guidelines.
c. The OWNER reserves the option to give a purchase preference to the offers from MSME
Units, in accordance with the policies of the Govt. from time-to-time. For more details
please viste our website link http://kioclltd.in/downloads/EMPANELMENT-OF-
MSEs.pdf . In case of SSIs /MSEs Firms need to submit notarized copies of the relevant,
valid registration certificates and/or Udyog Aadhar Memorandum (UAM) Number for
claiming exemption.
9
KIOCL/MR/TC/QF-02
TECHNICAL BID
PROFORMA FOR TECHNICAL EVALUATION OF BIDDERS
The agencies who are participating in tender/bidding must furnish following details along with
documentary evidence of their claims. However, any surrogated submission in any form will disqualify
them from consideration.
Generic
Name of the
Agency
Postal Address Communication
Address
Contact Person Emergency contact
mode/No
Specific
Sl.
No.
Description Document particulars
1.
Average annual financial turnover during the last
three years, ending 31st March 2019 (Balance
sheet or Form 16 or Auditor certified copy of
turnover). The auditor should be a Chartered
Accountant.
Should be at least ₹. 2.98 Lakhs
2.
Experience of having successfully completed
similar work during last seven years ending last
date of the previous month of date of publication
of NIT.
Similar work means maintenance/repair of air
conditioners. The bidder should have experience
in handling ductable and air cooled/water cooled
package ACs. in Government/PSU and private
sectors.
.
Note: (i) For works carried out in Pellet Plant Unit
of KIOCL Ltd., work order copies are to be
enclosed. However, for the purpose of technical
evaluation, the actual value of work done would
be considered. For works carried out in other
place/s, work completion certificate should be
furnished.
(ii) The ongoing works will also be considered if
the value of the actual work/s completed as on
specified date is/are above the specified threshold
value.
a) Three (3) similar completed works
costing not less than the amount ₹.3.98
lakhs each (rupees three lakh ninety eight
thousand only)
OR
b) Two (2) similar completed works costing
not less than the amount ₹.4.97 lakhs each (rupees Four lakh ninety seven only)
OR
c) One (1) similar completed work costing
not less than the amount ₹.7.96 lakhs (rupees
seven lakh and ninety six thousand only)
10
3. PAN (mandatory, copy to be enclosed)
4.
e-mail address (mandatory)
5. PF Account No., if available
6. ESI code No., if available
7. GST registration certificate., (if available)
8.
TIN (if available)
9. MSME Registration No.
10. NSIC Registration No with Expiry date
11. Ownership of the firm; whether the firm is
proprietary, partnership or company.
In case of partnership or company, the details of
partnership/company along with agreement copies
and the authorised signatory on behalf of the firm
should be furnished.
12. All payments shall be made on electronic mode.
Contractor shall furnish the required bank details
to affect the electronic mode of payment.
Name of the Bank
Branch
Type of Account (Current/Savings)
Account No.
MICR Number
IFSC Code
_____________ _______
CONTRACTOR OWNER
11
KIOCL/MR/TC/QF-02
KIOCL LIMITED (A Govt. of India Enterprise)
PANAMBUR, MANGALURU – 10
No.PROJ/TC/7259 Date: 17.07.2020
SUB: TENDER FOR ANNUAL CONTRACT FOR MAINTENANCE & REPAIR OF AIR
CONDITIONERS OF PPU AND TOWNSHIP KAVOOR OF KIOCL LIMITED, PANAMBUR,
MANGALURU,
INSTRUCTION TO TENDERERS
1. The Bidder is expected to examine all instructions, forms, terms and specifications in the
bidding documents. Failure to furnish all information required as per the bidding documents or
submission of a bid not substantially responsive to the bidding documents in every respect will
be at the bidder‟s risk and shall result in rejection of the bid. Confirm acceptance of all
Techno-commercial terms in to without any reservation.
In case bidder is silent on any clause mentioned in this tender document KIOCL shall construe
that the bidder had accepted all the clauses as per this Invitation to Tender.
AMENDMENTS TO BIDDING DOCUMENTS: At any time prior to the deadline for
submission of bids, the Tendering Authority, KIOCL Limited may, for any reason modify,
change, incorporate or delete certain conditions in the bidding document. All prospective
bidders are to note these changes on the official website of the Company.
2. The technical bid shall be accompanied by an Earnest Money Deposit of ₹. 10,000/- (Rupees
Ten thousand only) details made through NEFT to below bank details,
STATE BANK OF INDIA, PANAMBUR, MANGALURU – 575 010. CURRENT ACCOUNT NO. 32893315596, IFSC CODE: SBIN0002249
Firms registered with MSME/NSIC under single point registration scheme are exempted from
EMD & cost of tender document and such firms should upload documentary evidence for
availing this benefit.
3. Tender will be received up to 3:00 P.M. on 19.08.2020
4. Tenderers have to acquaint themselves with the conditions prevailing at site, before submitting
the tenders.
5. Tenderers shall furnish their quotation online in figures only.
6. Owner/Engineer reserves the right to reject any or all tenders without assigning any reason.
7. Owner/Engineer reserves the right to award part of the work or the whole, as may be considered
necessary.
8. EMD will be forfeited, if the tenderer withdraws or alter/modify the tender terms in any respect
within the period of validity specified in the tender document after the due date of submission of
bids. Tenders submitted without EMD will not be considered.
9. Contractor shall take necessary precautions not to cause any damage to Owner‟s property.
Contd….
12
10. Contractor shall take necessary precautions for safety of the workmen by providing safety belts,
helmet, safety shoes and other safety appliances.
B. TERMS AND CONDITIONS
1. The work shall generally be governed by KIOCL Limited‟s General Conditions of Contract
(TS/B/KIOCL/QF-31/REV-1) which is available for reference in Projects Office on all working
days.
2. Scope of work in this contract broadly covers the following.
(a) As per schedule of work enclosed.
3. The quantities given in the schedule of items are approximate and may vary or some of the items
may not be executed. No claim by the contractor on account of variations, omissions and
modifications will be entertained.
4. No escalation is admissible on any account whatsoever.
5. Mode of measurements for the work shall be as per IS-1200 latest edition unless otherwise
specified for items not covered in IS-1200, CPWD standard shall be adopted.
6. Rates quoted against schedule items shall include all materials, labour, machinery expenses and
hire charges, taxes, royalties, transport, maintenance incidents, enabling works etc., based on
the conditions mentioned herein, except GST. GST, if applicable, will be reimbursed as per
clause 12 of special conditions of contract. Unless otherwise specified in the tender schedule the
rates for all items will be deemed to include all leads, lifts and decents in the work.
7. The work executed shall be maintained in good condition for a period of NIL from the date of completion including repair required if any at contractor's cost. If the contractor fails to fulfill
his obligation during the maintenance period, the same shall be got done by the owner at
contractor's risk and cost.
8. SECURITY DEPOSIT: (a) 10% of the value of work shall be deducted and retained till the completion of work or
maintenance period as applicable.
(b) 3% of the order the value as Initial Security Deposit shall be recovered from the first
running bill after adjusting the EMD. The balance 7% towards Security deposit will be
recovered from the running bills.
(c) The Security Deposit shall be refunded after successful completion of work or
maintenance period as applicable.
9. Any damage to the company's property caused by the contractor during the
execution/maintenance of work, shall be charged to the contractor and the amount of damage
shall be left to the sole discretion of the Engineer.
10. Statutory deduction towards all applicable taxes shall be made as per rules.
11. Royalties if any for materials applicable shall have to be paid by the contractor.
12. All safety appliances like safety belt, helmets etc. have to be provided by the contractor to all his
workers and supervisors. None of the workmen without safety appliances shall be allowed to
work at heights.
13. The contractor shall abide with all the provisions contained in Factories Act and
Rules/Regulations/Bylaws/Orders made thereunder.
13
14. The contractor should obtain Insurance Policy to cover the risk of the labourers under Workmen
Compensation Act and should be produced before starting the work. This is compulsory for
those who do not have ESI code numbers of their own.
15. Contractor should furnish the PF & ESI code numbers obtained from respective authorities and
also produce the same to the Personnel Department before commencement of the work.
However, in case a contractor who does not have PF & ESI code number, should apply for PF &
ESI code numbers from the respective authorities based on the LOI/Work Order issued to them
and produce the same to Personnel Department
16. The contractor and his workmen may avail the facilities provided in the canteen set up for the
contract labour. They will not be allowed to avail the facilities set up for KIOCL Limited
employees.
17. Time of completion and Liquidated Damages:
The entire work under this Contract shall be completed within ONE YEAR The effective date
of contract would be specified in Letter of Intent/Work Order. The effective date of start of
contract would be specified in Letter of Intent/Work Order. If the contractor fails to complete the
work within the stipulated completion time, the contractor shall pay to owner as liquidated
damages for such default, for every day which shall elapse between the date prescribed thereof
and the actual date of completion of the scope of work, the amounts determined on the basis of
the percentage of the value of the work as specified herein.
Delay of 1st 20 days ....... 0.1% per day
Delay of next 20 days ...... 0.15% per day
subject to a maximum of 5% of the value of the work. The Owner/Engineer has the discretion to
reduce or waive the Liquidated Damages.
18. Our Company comes under Factories Act, Rules, Regulations, byelaws and orders made
thereunder. Hence the Contractors must abide by the same.
(i) No persons shall be employed without Initial Training on Safety as per vocational
Training Rules.
(ii) Contractor must immediately after deploying the Contract Workers, get their initial
Medical Examination done at Company Hospital/Company recogonised Hospital. The
expenditure towards Medical Examination of Contract Workers shall be borne by
KIOCL Limited.
(iii) A supervisor with experience should be deployed to ensure that the contract workers
work safely and in accordance with all the provisions of Factories Act, Rules,
Regulations, Byelaws and orders made thereunder.
19. The Contractor shall be responsible for all the safety measures as per the rules in the interest of
safety of all the labourers working under him. Necessary safety appliances shall be provided to
all the labourers at Contractor's cost.
Wherever it is observed that the contractor has not provided safety appliances to the workers
engaged by him, the Management reserves the right to issue the necessary safety appliances to
his workers on cost recoverable basis.
20. The contractor shall disburse the wages to the labour on or before 7th
of the following month and
furnish copy of wage register, muster roll along with the bill. PF and ESI challans shall be
submitted to the Personnel Department on or before 25th
of the following month.
14
21. OBLIGATIONS OF THE AGENCY / CONTRACTOR WITH REGARD TO STATUTES:
a) The Agency shall be solely responsible as regards salary, wages and service conditions and
terms extended by the Agency to his employees/workmen and shall in that connection
maintain requisite records and comply with all laws, enactment, rules and regulations and
orders dealing with employment of contract labour, payment of workmen‟s compensation,
contribution under ESI Act, 1948, if applicable, and PF/EPF Act 1952, payment of minimum
wages, payment of bonus, fire and safety regulations, regulations relating to employment of
female workforce, security requirements and such other and regulations as may be applicable
at present made applicable hereafter. The wages prescribed by the appropriate Government
under the Minimum Wages Act, 1948 and all provisions of the Contract Labour Regulation
Act and Factories Act shall be complied with by the Agency. Agency shall insure all
employees for accidents and third party losses and produce the policy before commencement
of Contract. All employees of the Agency shall be covered under Workmen Compensation
Insurance and Group Accident Insurance cover, by the Agency.
b) The successful bidder is obliged to work in close coordination with KIOCL staff.
c) The successful bidder will abide by the safety measures prevalent in India and will free the
KIOCL from all demands or responsibilities arising from accidents / loss of life, the cause
of which is the Bidders negligence. The bidder will pay all indemnities arising from such
incident and will not hold the KIOCL responsible or obligated.
d) The bidder is responsible for managing the activities of his personnel or sub-contracted
personnel and will hold himself responsible for any misdemeanors.
e) The bidder shall treat all data and information about the KIOCL as Confidential and shall
not reveal such information to any other party without the prior written approval of KIOCL.
22. INDEMNIFICATION:
The Agency shall indemnify and keep indemnified the Company from and against all actions,
claims, demands and/or liabilities whatsoever arising out of this agreement or consequent upon
breach of any of provisions of this agreement and/or against any claim, action or demand by any
of the Agency‟s Employees, person(s), firms, institutions under any law, rule or regulation
having the force of law, including but not limited to, claims against the Company under
Workmen‟s Compensation Act, 1923. The Employees State Insurance Act, the Employees
Provident Fund Act, 1952, The Contract Labour (Abolition & Regulation) Act, 1970 and the
Minimum Wages Act, 1948 and any amendments thereto.
23. Fraud prevention policy of KIOCL Limited:
Every one may take note that a “Fraud Prevention Policy” is being followed at KIOCL, which
provides a system for prevention / detection / reporting of any fraud. It also forbids everyone
from involvement in any fraudulent activity and that where any fraudulent activity is suspected
by anyone, the matter must be reported to the „Nodal Officer‟ (Chief Vigilance Officer) as soon
as he / she comes to know of any fraud or suspected fraud.
24. The Bids shall be valid for a period of three months from the due date of submission of the bid.
Note : No additional condition shall be inserted in ₹Schedule of work’.
___________ _______
CONTRACTOR OWNER
15
SPECIAL CONDITIONS
1. The contractor should have worked satisfactorily in any reputed organization (like MCF, MRPL,
KIOCL, INFOSYS) where Twenty Four Hours plant operation goes on
2. Air conditioners in use are of different make and model like Accaire, Blue star, Voltas, Onida or
assembled. Some of the ACs are more than 25 years old and the contractor should be competent
to repair and maintain all the ACs in proper condition.
3. The total No. of ACs in the schedule - I Preventive Maintenance are maximum (28 package ACs,
61 split ACs and 48 window ACs). Actual will be based on the ACs that are at present required
and used in the plant and township. Which may change from quarter to quarter as per the
instruction of Engineer In charge. (28 package ACs, 47 split ACs and 42 window ACs will be
probably be covered in the beginning of the contract)
4. For meeting above requirement, at least one competent person should be deployed every working
day and shall be available at site from 9.00 AM to 5.00 PM and report to the concerned engineer
in charge.
5. All jobs should be carried only after the officer-in-charge agrees and details of work done should
be recorded.
6. Contractor should be able to send competent person for attending emergency works on holidays
and after office hours as per requirement.
7. All newly supplied items (by the contractor). and jobs executed shall have a warranty of six
months from the date of completion of work. A registry of jobs executed shall be maintained.
8. Whenever items are supplied/installed/serviced respective air conditioners should be ensured for
good operation.
9. Contractor should keep the record of mafron gas used since it is an environment hazard.
10. All tools, tackles, brazing set, mafron gas, nitrogen gas, vacuum pump, brass fittings, copper
tube, brazing rod, compressor oil etc, shall be arranged and supplied by the bidder for carrying
out the jobs listed.
11. Regarding COVID -19 pandemic, necessary guidelines issued from time to time by Government
and KIOCL authorities have to be followed
12. The rate quoted shall be exclusive of GST. GST shall be paid based on tax invoice.
Tax Deducted at Source (TDS) under GST shall be considered as per provision of GST Act for
making payment. The Security Deposit shall be refunded after successful completion of
maintenance period, and on submission copies of GST remittance challans /return.
13. EVALUATION AND COMPARISON OF BIDS:
Based on the rates indicated in the Schedule of Work II (repairs), the estimated amount for one
year period is ₹ 6,11,545.00. The price bids will be evaluated by multiplying the percentages
quoted by the bidders in Form of Bid for Schedule of Work II (repairs) to the estimated amount
indicated above and adding the total amount arrived for Schedule of Work I (preventive
maintenance). The total amount thus arrived will form the basis for arriving relative position of
bidders.
16
The detailed process for BID Evaluation is as follows:
a) First Stage : Techno-Commercial Bid Evaluation :
The techno-commercial offers received from the bidders will evaluated as per the tender terms
and conditions of the NIT. The Tender Committee may call the bidders/bidders representatives
for detailed techno-commercial discussions, clarifications, presentation if required. The names
of techno-commercially qualified vendors will be intimated.
b) Second Stage: Price bid of all techno commercially qualified bidders will be opened in MSTC
portal
c) Third Stage: e-reverse auction among all techno commercially qualified bidders will be
conducted on a later date and the same will be intimated.
ALL PRICE BIDS WOULD BE EVALUATED WITHOUT CONSIDERING GST
Note:
a) During the online reverse auction, if no bid is received within the specified time, then KIOCL, at
its discretion may scrap the online reverse auction process
b) In case of offers which contain price details / partial price details of the prices in the Techno-
Commercial bid, online bid shall be considered for evaluation.
c) In case of e-Reverse auction is conducted, where there is no response from bidders, comparative
statement shall be made based on online price bids.
____________ _______
CONTRACTOR OWNER
17
BUSINESS RULES FOR e-REVERSE AUCTION
GENERAL TERMS AND CONDITIONS
1) Against this Enquiry for the subject item/system with detailed scope of schedule of work as per
our specification, KIOCL Limited, hereinafter referred to as KIOCL, may resort to
“REVERSE AUCTION PROCEDURE” i.e. e-REVERSE AUCTION on INTERNET.
2) For the proposed e-reverse auction, technically and commercially acceptable bidders only shall
be eligible to participate.
3) e-Reverse auction will be conducted on schedule date & time.
4) At the end of reverse auction event, the lowest bidder value will be known on the network.
BUSINESS RULE FOR FINALIZATION OF THE PROCUREMENT:
KIOCL shall finalize the procurement of the item against this tender through e-reverse auction
mode. KIOCL has made arrangement with M/s. MSTC Ltd who shall be KIOCL‟s authorized
service provider for the same. Please go through the guidelines given below and submit your
acceptance to the same along with your Techno-Commercial Bid.
1. Computerized e-reverse auction shall be conducted by KIOCL, on pre-specified date, while the
vendors shall be quoting from their own offices/ place of their choice. Internet connectivity
shall have to be ensured by vendors themselves. Failure of power at the premises of vendors
during the Reverse auction cannot be the cause for not participating in the reverse auction. On
account of this, the time for the auction cannot be extended and neither KIOCL nor M/s.
MSTC is responsible for such eventualities.
2. On request, M/s. MSTC shall arrange to train your nominated person(s), without any cost to
you. They shall also explain you, all the rules related to the e-reverse auction to be adopted
along with tender.
3. UNIT OF MEASUREMENT as specified in schedule and BIDDING CURRENCY: Indian
Rupees.
4. BID PRICE: Offered price should be excluding GST.
5. The technical & commercial terms are as per KIOCL Tender No: No.PROJ/TC/7259 dtd:
17.07.2020
6. VALIDITY OF BIDS: The Bid price shall be firm specified in the tender document and shall
not be subjected any change whatsoever.
7. The detailed process for e-reverse auction is explained below:
The computer screen will display Start Bid Price and which shall be visible to the all vendors.
You will be required to start bidding after announcement of Start Bid Price and decrement
amount. Also, please note that the start price of an item in e-reverse auction is open to all the
participating bidders. Any bidder can start bidding, in the e-reverse auction, from the start bid
price itself. If the start bid price is your own price, you still need to bid in the e- reverse
auction. Also, please note that the first online bid that comes in the system during the e-reverse
auction should be lesser than the auctions start bid price by one decrement or should be lesser
than the auction's start bid price by multiples of decrement and so on.
a. e-Reverse (no ties) Auction shall be for a period of one hour. If a bidder places a bid in the
last 5 minutes of closing of the e-Reverse Auction and if that bid gets accepted, then the
18
auction‟s duration shall get extended automatically for 5 minutes, for the particular Event/Lot.
Please note that the auto-extension will take place only if a bid comes in those last 5 minutes
and if that bid gets accepted. If the bid does not get accepted, the auto-extension will not take
place even if that bid might have come in the last 5 minutes. In case, there is no bid in the last
5 minutes of closing of e-Reverse Auction, the auction shall get closed automatically without
any extension. However, the bidders are advised not to wait till the last minute or last few
seconds to enter their bid during the auto-extension period to avoid complications related with
internet connectivity, network problems, system crash down, power failure, etc.
b. The weightage factor (multiplication factor), bid decrement amount shall be specified by
KIOCL before start of online bidding. The bidder can bid lower than the start bid price in e-
reverse auction by a bid decrement or multiple of Bid decrement.
c. The start price bid price for the e-reverse auction is L1 price arrived based on the
evaluation and comparison of bids as mentioned above.
d. Bidder will be able to view the following on your screen along with the necessary fields in
the English Reverse (no ties) {Reverse Auction}:
a) Leading Bid in the Auction
b) Bid Placed by you
c) Your Own Rank
d) Start Bid Price & Bid Decrement value.
e. After the completion of e- Reverse (no ties), the Closing Price (CP) shall be available.
f. Final price received from bidder will be taken as an offer to carry out the scheduled works
as per terms and conditions of tender document. Bids once made by the bidders, cannot be
cancelled / withdrawn.
g. During the e-reverse auction, if no bid is received in the auction system/website within the
specified time duration, then KIOCL, at its discretion, may scrap the e-reverse auction process
and considered sealed price bids of all technically and commercially acceptable bidders
submitted earlier along with techno-commercial bids.
h. KIOCL‟s decision on award of Contract shall be final and binding on all the Bidders.
KIOCL shall be at liberty to cancel the reverse auction process / tender at any time, before
ordering, without assigning any reason. KIOCL shall not have any liability to bidders for any
interruption or delay in access to the site irrespective of the cause. Other terms and conditions
shall be as per your techno-commercial offers and other correspondences till date.
_____________ _______
CONTRACTOR OWNER
19
No. KIOCL/MR/TC/QF-05
SCHEDULE OF WORK – I (PREVENTIVE MAINTENANCE)
Sl.
No. Description of work Unit Qty
Rate per Unit
(₹)
Amount (₹)
(Rate x Qty.)
1 Annual maintenance charges
for checking, cleaning, keeping
in good operation of the
following:
Replace bush for fan motor, if
required
Should carryout preventive
maintenance once in three
months
(a) Window air Conditioners of
1T/1.5T/2T capacity Per Unit
/Year 48
QUOTED
QUOTED
(b) Split Air Conditioner units
of 1.5T/2T/3T capacity Per Unit
/Year 61
QUOTED
QUOTED
(c) Package units of air cooled
or water cooled condensers
with 5T/7.5T/ capacity Per Unit
/Year 27
QUOTED
QUOTED
TOTAL
QUOTED
IGST, CGST, SGST @ --------------%
(Both percentage and amount to be quoted, if applicable)
GRAND TOTAL
QUOTED
(Total in words: Rs.
____________ _______
CONTRACTOR OWNER
20
SCHEDULE OF WORK - II (REPAIRS)
(UNPRICED)
Sl.No.
Description of work
Unit
Unit rate
for supply
&
installation
(₹)
Unit rate
for
installation
only
(₹)
1 Supply and install the following parts for the window
A.C. Unit of 1 T/1.5 T and ensure good operation.
(a) Fan blade (windows/split) No. 399.00 43.00
(b) Blower No. 672.00 43.00
(c) Thermostat No. 458.00 43.00
(d) Starting capacitor (windows/split) No. 265.00 43.00
(e) Running Capacitor (windows/split) No. 265.00 43.00
(f) Overload relay (windows/split) No. 504.00 43.00
(g) Starting relay (windows/split) No. 337.00 43.00
(h) Remove the old body, outer cover and housing and
replace these with new one for window AC in which all
other parts are in good condition and ensure good
operation of A.C.
LS 5979.00 504.00
(i) Vacuumsing and Freon gas charging of 1.0 T. AC
after fixing and ensuring that there is no gas leak
(windows/split)
LS 1682.00 337.00
(j) Vacuumsing and Freon gas charging of 1.5 T. AC
after fixing and ensuring that there is no gas leak
(windows/split)
LS 2016.00 372.00
(k) Selector switch No. 122.00 31.00
(l) Outer cover No. 1594.00 77.00
(m) Front grill of window AC No. 710.00 NA
(n) Air filter No. 86.00 NA
2 Supply and install the following parts for the split AC
unit of 1.5T/2T and ensure good operation
(a) Blower No. 672.00 85.00
(b) Thermostat No. 458.00 43.00
(c) Condensor coil for 1.5 T A.C. No.
5581.00 NA
(d) Condensor coil for 2 T A.C. No. 6909.00 NA
(e) Condensor coil for 3 T A.C. No. 8237.00 NA
(f) Air filter No. 161.00 NA
g) Remote Controller No. 550.00 NA
h) Control Pad for remote operation No. 1558.00 NA
i) Condenser fan motor for Inverter type AC No. 4759.00 NA
j) Indoor fan Motor for Inverter type AC No.
3172.00 NA
21
Sl.No.
Description of work
Unit
Unit rate
for supply
&
installation
(₹)
Unit rate
for
installation
only
(₹)
3 Supply and install the following parts for the package
AC unit of 5T/7.5T and ensure good operation.
(a) Condenser assembly of 5T/7.5T water cooled AC
package unit.
No. 41128.00 758.00
(b) Air cooled condenser for 5 / 7.5 T. AC package
unit.
No. 34900.00 791.00
© V-belt A26/A27/A28/A35/A36 No. 168.00 43.00
(d) V-belt B31/B32 No. 184.00 43.00
(e) Expansion valve for 5 T A.C. No. 3988.00 337.00
(f) 1/2” HSV No. 465.00 85.00
(g) 1/4” HSV No. 399.00 68.00
(h) Blower for 5T/7.5T package unit No. 2923.00 68.00
(i) Fan blade for 5T/7.5T AC package unit. No. 1682.00 68.00
(j) Overload relay for 5T/7.5 T. AC. No. 1196.00 68.00
(k) UCP 205-25 mm bearing No. 399.00 46.00
(l) L&T make MK1 starter coil 220 V No. 265.00 46.00
(m) Suction & delivery valves of Kirloskar 5 T
hermetically sealed compressor.
No. 2790.00 0.00
(n) LP cutout No. 1329.00 39.00
(o) HP/LP cutout No. 2255.00 39.00
(p) Room thermostat No. 1261.00 43.00
(q) Catchall drier No. 1178.00 85.00
© Service charge only for vacuumising and reon gas
charging of 5T AC after ensuring that there is no gas
leak
Lumpsum NA 2035.00
(s) Air Filter – per square feet No. 90.00 NA
(t) 2x 21/2 ft. copper evaporator coil with ¼‟‟
copper
header and aluminum fins with GI housing for 5 ton/
7.5ton package AC
No. 38069.00 NA
(u) Liquid Accumulator for package Acs No. 1360.00 NA
v) Axial flow fan with motor for air cooled condenser
unit
No. 6300.00 NA
4 Supply and replacement of factory repaired sealed
compressor window/split AC unit and ensure good
operation of AC after gas charging.
a) 1 T compressor No. 12418.00 906.00
(b) 1.5 T Compressor No. 13200.00 906.00
© 2 T compressor No. 14956.00 906.00
(d) 2.5 T Compressor No. 17675.00 906.00
(e) 3 T Compressor No. 20451.00 906.00
22
Sl.No.
Description of work
Unit
Unit rate
for supply
&
installation
(₹)
Unit rate
for
installation
only
(₹)
5 Supply and replacement of 5 T factory repaired
hermetically sealed compressor for AC package unit
and ensure good operation of AC after gas charging.
No. 29911.00 1133.00
6 Supply and replacement of factory repaired semi-
hermitically sealed 5 Ton Voltas/Kirloskar
compressors as per requirement with suction &
delivery valves and ensures good operation after gas
charging.
No. 26574.00 1514.00
7 Repair/rewinding of following motors of Acs.
(a) Fan motor – 1 phase 1/8 hp No. 1246.00 85.00
(b) Fan motor – 1 phase 1/5 hp No. 1473.00 85.00
© 1-Phase Condenser motor of split AC of 1.5 Ton No. 1643.00 85.00
(d) 1-Phase Condenser motor of split AC of 2.0 Ton No. 1643.00 101.00
(e) 3-Phase Condenser motor of air/water cooled
package AC units of 5T capacity.
No. 2039.00 101.00
(f) 3-Phase Condenser motor of air/water cooled
package AC units of 7.5 T capacity.
No. 2039.00 111.00
(g) 3/4 HP indoor unit motor. No. 2379.00 129.00
8 Reconditioning of 1.5 T. window A/C unit involving
following activities.
Lumpsum 17537.00 NA
(a) Factory reconditioning of old compressor.
(b) Replacing or total patch work on the A/c. body.
© Replacing all the bad/defective components like fan,
condenser, filter, overload relay, front grill, selector
switch, bushes etc.
(d) Painting of the body.
(e) Filling of mafron gas including cost of gas.
(f) Transportation, installation, testing at site and
ensure good operation.
9 Conversion of 5 T / 7.5Ton water-cooled A/c. unit to
air cooled unit involving following activities.
Lumpsum 73073.00 NA
(a) Reconditioning of 5 / 7.5 T AC package unit with
14 gauge GI sheet, painting, insulation and providing
angle frame.
(b) Supply of air cooled condenser unit, contactor,
OLR and piping work, thermostat, catchall, HP/LP
switch, HSV, Expansion valve and other accessories.
c) Installation, commissioning and testing of the unit at
site
23
Sl.No.
Description of work
Unit
Unit rate
for supply
&
installation
(₹)
Unit rate
for
installation
only
(₹)
10 Reconditioning/servicing of 1T/1.5 T/2T window/split
AC units involving following activities.
Lumpsum 1462.00 NA
(a) Dismantle inside and outside units
(b) Clean thoroughly all the air passages.
© Acid cleaning of condenser and cooling coil.
(d) Fan motor alignment.
(e) Checking and correction of all the insulations in LP
& HP side.
(f) Assemble, fill gas if required, and ensure good
operation.
11 Reconditioning/servicing of package AC of 5 T/7.5 T
units involving following activities.
Lumpsum 1610.00 NA
(a) Remove the unit from the slot and clean thoroughly
all the air passages.
(b) Fan motor alignment.
© Acid cleaning of condenser and cooling coil if
required.
(d) Checking and correction of all insulation, gas
leakage.
(e) Assemble, fill gas if required and ensure good
operation.
12 Supply and install new condenser assembly of water
cooled AC package unit – 5 Ton.
No. 26574.00 1596.00
13 Supply and install new condenser assembly of water
cooled AC package unit 7.5 Ton.
No. 31887.00 1596.00
14 (i) Fabricate and supply outer cover for the indoor unit
of split AC.
No. 5884.00 NA
(ii) Fabricate and supply outer cover for the condenser
unit of split AC.
No. 6417.00 NA
(iii) Fabricate and supply supporting stands for room
unit of split AC.
No. 531.00 NA
(iv) Fabricate and supply supporting stands for
condenser (outer unit) of splict AC.
No. 664.00 NA
(v) Fabricate and supply of Base plate for 1.5/2 Ton
split AC outdoor unit.
No. 1221.00 NA
15 (a) Mafron gas charging as per instructions of
Engineer-in-charge.
Kg. 685.00 NA
(b) 134 A gas charging as per instructions of Engineer-
in-charge.
Kg. 721.00 NA
© R 404A/R410A/R407C gas charging as per
instructions of Engineer-in-charge.
Kg. 721.00 NA
24
Sl.No.
Description of work
Unit
Unit rate
for supply
&
installation
(₹)
Unit rate
for
installation
only
(₹)
16 Installation and commissioning of AC unit including
fabrication of wooden frame, window cutting, window
door cutting, re-fabrication with suitable fabrication
material etc.
No. 2903.00 NA
17 Fan capacitor No. 79.00 NA
18 Window A.C. Installation No. NA 531.00
19 Split A.C. Installation No. NA 1196.00
20 Supply of compressor Oil Per Litre 199.00 NA
21 Making and fixing of wooden frame for window AC No. 667.00 NA
22 Supply and install fan motor pulley No. 451.00 NA
23 Control transformer rewinding No. 429.00 NA
24 Supply and install blower pulley No. 591.00 NA
25 Drain tray patch work in package AC No. 268.00 NA
26 Supply, installation of & commissioning of 5T
compressor reciprocating Non ductable type package
A.C. ensure good operation after gas charging
No. 33880.00 1594.00
27 Supply of 1/5 HP motor No. 2379.00 85.00
28. Supply of power contactor 220 Volts No. 2574.00 80.00
29. Supply of 3 phase starter with auto reset having one
year guarantee
No. 2266.00 65.00
30 Supply of set of copper pipes of 3/8” for hot line and
5/8” for suction line.
Mtr. 680.00 NA
31 Stabilizer for AC units of 3.5Kva of reputed make like
V-Guard
No. 2210.00 NA
32 Supply, installation & commissioning of 7.5T
compressor scroll type. Ensure good operation after gas
charging.
No. 54894.00 1594.00
33 Ductable compressor for 8T split AC No. 63849.00 NA
34 Condenser Coil for 8T split AC No. 52000.00 NA
25
Sl.No.
Description of work Unit
Unit rate for supply
&
installation
(₹)
Unit rate for
installation
only
(₹)
35 Evaporator Coil for 8T split AC No. 37500.00 NA
36 Controller for 8T split AC No. 18600.00 NA
37 VFD drive for 8T split AC No. 33200.00 NA
38 Sensor for 8T split AC No. 3500.00 NA
39 Motor for 8T split AC No. 17500.00 NA
____________ _______
CONTRACTOR OWNER
26
FORM OF BID (To be filled in by the Tenderer)
Having examined and perused -
i) KIOCL Limited's General Conditions of Contract.
ii) Instructions for tenderers.
iii) Special conditions of contract
iv) Pre-priced Schedule of Work. –Annexure-I
To rates in percentage quoted below.
Sl.
No.
Description Unit Quote
1.
I/We agree to perform such services and execute such works upon the
terms and conditions contained or referred to in the aforesaid documents
and upon the terms and conditions hereinafter contained as may be
amended during the contract period of 12 months from the date of
acceptance of this tender submitted by me/us at the rates contained in the
aforesaid Schedule of Work - II (Repairs) and rates enclosed subject to the
percentage quoted by me/us herein after: - Quote only if Positive
%
2.
I/We agree to perform such services and execute such works upon the
terms and conditions contained or referred to in the aforesaid documents
and upon the terms and conditions hereinafter contained as may be
amended during the contract period of 12 months from the date of
acceptance of this tender submitted by me/us at the rates contained in the
aforesaid Schedule of Works – II (Repairs) and rates enclosed subject to
the percentage quoted by me/us herein after: - Quote only if par
%
3.
I/We agree to perform such services and execute such works upon the
terms and conditions contained or referred to in the aforesaid documents
and upon the terms and conditions hereinafter contained as may be
amended during the contract period of 12 months from the date of
acceptance of this tender submitted by me/us at the rates contained in the
aforesaid Schedule of Works – II (Repairs) and rates enclosed subject to
the percentage quoted by me/us herein after: - Quote only if Negative
%
* The bidder has to quote any one of the above 3 items. Bidder to insert here rate percent in figures. If
no percentage over/below schedule of rates offered „0‟ (ZERO)‟ should be inserted IN Sl. No. 2