tender for comprehensive electrical safety & energy …
TRANSCRIPT
TENDER FOR
COMPREHENSIVE ELECTRICAL
SAFETY & ENERGY AUDIT OF
1. STAR HOUSE-I, BKC 2. MDI ,CBD BELAPUR
3. ADMIN BUILDING, CBD BELAPUR
Tender issued by Security Department, Ground Floor, Head Office, Star House-1,
C-5, G Block, Bandra Kurla Complex,
Bandra (East), Mumbai-400051
e-mail- [email protected]
website- www.bankofindia.co.in
INVITATION OF BID FOR COMPREHENSIVE ELECTRICAL SAFETY & ENERGY AUDIT OF STAR HOUSE-I, MDI AND ADMIN BUILDING
1. Interested eligible bidders may obtain tender document from the “Tender” section of our website www.bankofindia.co.in . The Cost of tender document is Rs. 1000/- (non- refundable) which should be paid by means of DD/Pay order drawn in favour of Bank of India Payable at Mumbai. Bids not accompanied with cost of Tender document would be summarily rejected.
2.
Price of Tender Document Rs.1000/-
Date of availability of tender document on Bank’s website
20.8.2019
Last Date for availability of tender Document on Bank’s website
12.9.2019
Last Date and Time for submission of duly filled bid
13.9.2019 till 03:00PM
Address for Communication Security Department, Ground Floor, Star House, Bank Of India, C-5, G Block, Bandra Kurla Complex, Bandra (East), Mumbai- 400051
Contact Person & Contact details
Capt. Akhilesh Kumar, Chief Manager (Security) Tel-022/66684414 Birendra Kumar, Chief Manager (Fire Safety) Tel-022/66684436
Date of opening of Bids/Tender 13.9.2019 at 03:30 PM
Earnest Money Deposit ( EMD) Rs.10,000/-
3. An amount of Rs. 10,000/- (Twenty Thousand) must be paid as Earnest Money Deposit
(EMD) in the form of a demand draft or pay order in favour of Bank of India, payable at Mumbai. The DD/Pay order of both, the cost of tender document as also EMD, should be submitted as part of the bid.
4. The bid shall remain valid for 90 days from the last date of submission. 5. Bank of India reserves the right to accept or reject in part or full any or all the bids without
assigning any reasons therefor.
(Signature)
Deputy General Manager & Chief Security Officer
Contents
PART I Invitation of Bids
PART II Instructions to Bidders
PART III Terms and Conditions
ANNEXURE A Technical bid
ANNEXURE B Details of electrical system in the building
ANNEXURE C Financial bid
It is hereby clarified that the Bid/ response to the documents should be submitted in the
exact format given herein without making any changes/alterations to the document. Any
change/alteration made to the document by the participant would make his Bid/
response void and the same shall be liable to be rejected by the Bank without further
going to the merits of the bid.
PART I - INVITATION OF BIDS
1. The Proposal Bank of India invites bids for conducting comprehensive Electrical Safety Audit & Energy
Audit of Star House-I Building, BKC Mumbai, MDI CBD Belapur and Admin Building
CBD Belapur.
2. Scope of Work Scope of Work is detailed in PART II – Instructions to Bidders of this document
3. Qualification Criteria Qualification Criteria is given in PART III – Terms and Conditions of this document
4. Terms and Conditions Terms and Conditions are given in PART III – Terms and Conditions of this document
5. Availability and Submission of Proposal The document can be downloaded from the “Tender” section of Website of the Bank.
Interested vendors or firms can visit the site, with prior appointment, to see and inspect
the electrical installations during working hours i.e. from 10 am to 5 pm on all working
days.
The last date and time for submission of bid/response to the tender is 13.9.2019 till
03.00 pm. No proposal will be accepted after the above deadline.
6. Validity of Bids The bid/proposal shall remain valid for 90 days from the last date of submission of the
bids.
7. Amendment At any time before the last date and time for submission of response to the bid, the Bank
may, for any reason, modify the document, by an amendment that would be displayed
on Bank’s Website www.bankofindia.co.in. The Bank would make no other intimation in
this regard. It would be the sole responsibility of the firm to submit bid/proposal
incorporating amendments, if any.
8. Disclaimer The bid would bind neither the Bank in any contract nor it is an offer of an
assignment/contract. The Bank reserves the right to accept any bid/ proposal or reject
any or all the bids/ proposals received in response to the tender and / or to cancel the
entire process at any time prior to award of the assignment/contract, without thereby
incurring any liability to the affected respondent/s.
The Bank shall not be bound to offer any reasons for such acceptance/ rejection nor
shall entertain any correspondence with the rejected respondents in this matter.
DGM & CSO
Security Department
PART II – INSTRUCTIONS TO BIDDERS
Bank of India is a nationalized Bank with more than five thousand branches across
country and abroad also. We wish to get our Star House-I Building BKC, MDI Building
CBD Belapur and Admin Building CBD Belapur audited for comprehensive electrical
Safety and Energy Audit. The detailed information about electrical
installations in the buildings are given in Annexure B. Details given in Annexure “B” are
not exhaustive and have been provided only for giving a rough idea about the
installations. Agencies are suggested to visit the building before submitting their bids.
Broadly, scope of work for electrical fire safety audit & Energy audit for the buildings
are as under:
Methodology :
Selected vendor will do the electric safety & energy audit through these steps.
Steps are directional only. Vendors may choose an appropriate methodology but output
should be similar.
1. Pre Audit:- Meeting with Bank of India team and visual inspection & verification of
documents.
2. Audit: Auditing & testing to determine the condition of electrical installation.
3. Presentation of findings to a designated committee of Bank of India responsible
for acceptance of report and implementation of recommendations. Reports on
electrical safety audit & energy audit should be separate. Recommendations
should be supplemented with a list of equipment to be changed. Specifications
of the equipment to be changed should be given with directional costs so that
tender can be floated, if required by bank, and the implementation can be done
easily.
4. The report, thereafter will be accepted and implementations of recommendations
will be carried out.
SCOPE OF WORK FOR ELECTRICAL AUDIT-
ELECTRICAL SAFETY AUDIT
1. All Electric equipment of building fall under scope of work (eg. HT Panels, LT
Panels, HVAC, Split ACs, DG sets, UPSs, Electric panels, transformers,
Earthing, Lighting arrestors etc.)
2. Physical inspection of the electrical system in the Building with reference to
applicable Indian Standards, Indian Electricity Rules and other relevant codes
of Practice & Identifying electrical hazards ( Shocks etc. )
3. Review & Testing of protection devices/systems of all electrical installations in
the building.
4. Review & Testing of adequacy of cables/motors based on actual load current
measurements and cable current carrying capacities. Insulation Resistance
test and Earth leakage resistance testing should be done.
5. Examination and testing for adequacy of lighting protection system in the
building as per electric standards.
6. Checking of all pumps, connector, compressor units for reducing load factor in
air conditioning system /HVAC system.
7. Performance & testing of Bus bar, safety device like MCB, MCCB, RCB, ELCB
& electric distribution panel of air conditioning unit.
8. Evaluation of electric preventive maintenance (EPM) programme in the building
to examine documentation, checklists, work permit, test records etc. and if
EPM is not in place or inadequate, recommend and design EPM as per
applicable standards.
9. Evaluation of voltage, ampere, resistance, earthing strength of capacitor,
potential of capacitor of all split ACs.
10. Evaluation of condenser coil, compressor and refrigerant pressure with
copper wire piping of all standalone AC units.
11. Training of electricians from the point of electrical safety.
12. Testing should be done appropriately with help of internal team of electrical
engineer/electrician.
13. Evaluation of UPS battery system. Calculation of existing load on each UPS
under ON Load & OFF load position.
14. Evaluation of battery backup, Voltage, ampere and Ah of all batteries.
15. Thermography/Temperature detection should be done for hot spot detection
in electric panel, equipment’s etc.
16. Earthing system should be tested appropriately and evaluation. Earth
electric resistance, Earth fault loop impendence should be tested.
17. Any other points related with electrical fire safety of buildings.
18. Identify fire hazards in UPS room/battery room, LT room and other electrical
area.
ENERGY AUDIT
Electricity supply and distribution network
1. Detailed examination of the existing energy use of the facility with break up.
2. Measurement and analysis of demand and power factor, suggestions to reduce
the demand and improve the power factor.
3. Performance evaluation of selected motors, 2 HP and above, to identify
under/over loading of motors.
4. Study and examination of use of electric energy, cost balance with break up.
5. Study on Metering system and suggestion for improvement.
7. Energy distribution Break up - floor wise and department wise.
8. Study on V, Amp, KW fluctuation and profiling, V & Amp imbalances in the
network.
9. Suggestion for reducing the network loss and to improve monitoring system.
10. Performance evaluation of installed capacitors to ensure deliverance of desired
output, level of losses, management of system power factor and operation of
capacitors.
Air Conditioning System
1. Evaluation of operating Coefficient of Performance of Chiller. Evaluation of
specific energy consumption of Chiller.
2. Estimation of actual tonnage and comparison of actual parameters with the
design values, and corrective actions (like air and water flow balancing etc.)
3. Performance Evaluation of chilled water pumping to optimize pumping power.
4. Potential of reduction in chilling requirements in working stations.
5. Measurement of power parameters for cooling tower fans, water flow rate, air
flow rate, dry bulb temperature (DBT), wet bulb temperature (WBT), sump
temperature, relative humidity etc.
6. Estimation & Evaluation of cooling tower performance (Range, approach, and
effectiveness) and comparing it with designed data.
7. Measurement (Provisions must be available) and analysis of pump flow rate,
pressure and power consumption with respect to rates/design conditions of Air
Handling Units.
8. Measurement of airflow, RH, Tsa, Tra, Chilled Water Tin, Tout through cooling
coil and energy consumption of AHUs.
9. Estimation of actual tonnage and Measurement of operating zone
temperatures under each unit. Comparison of actual parameters with the
design values.
10. Examination of Air Handling Units for air delivery capacity, capacity
utilization, temperature pattern, pressure drop and operational pattern with
respect to time to identify potential energy saving measures.
Package/ Precision Air Conditioners / Split Air Conditioners
1. Evaluation of operating Coefficient of Performance of Precision Air Conditioner.
Evaluation of specific energy consumption of precision Air Conditioner.
Identification and suggestions for performance improvement and energy saving
potential.
2. Estimation of actual tonnage and comparison of actual parameters with the
design values and corrective actions.
3. Measurement and analysis of all units on 24 hours profile to suggest measures for
energy conservation.
4. Package Air Conditioners: Measurement of power consumption, temperature
profile under different ductable units.
5. Measurement of airflow, RH, Tsa, Tra, chilled water Tin, T out, through cooling
coil and energy consumption (Access must be available).
6. Estimation of actual tonnage and Measurement of operating zone temperatures
under each unit. Comparison of actual parameters with the design values.
7. All evaluation/estimates should be done for each and every air conditioner
installed in the building.
UPS and Ventilation
1. Measurement and analysis of UPS loading, redundancy, operating efficiency,
load pattern to suggest measures for energy cost reduction, Measurement and
analysis of Harmonics (up to 30th ) as per standards (IEEE 519/IEC 61000 -3-
2/3/4).
2. Measurement and analysis of exhaust fan operating parameters. Usage
pattern and to suggest measures for energy conservation.
Lightning
1. Examination of the lighting system in all the areas/floors, measurement of
illumination levels, etc to improve lighting efficiency and optimizing lighting
levels as per ECBC Standard & comparison (ECBC-2006) published by
Bureau of Energy Efficiency (BEE) Govt. of India.
2. Explore possibilities to reduce energy use by incorporating energy efficient
lighting system, equipment and lay out changes.
3. Study of operating electrical parameters like voltage etc in the lighting circuits.
Kitchen Equipment
1. Examination of the existing kitchen equipment, measurement of power
consumption etc. to improve efficiency and optimizing power consumption.
2. To look for possibilities to reduce energy use by incorporating energy efficient
equipments.
Any Other Equipment
Any other Electrical system available at BOI buildings will be under the scope of
the Electrical Safety and Energy Audit and these are to be included in the
process.
PART III Terms and Conditions
A Qualification Criteria of the Firm-
1. The vendor should have carried out at least one electrical safety and / or Energy
Audit with a minimum connected load of 1200 KW in last 03 years OR Two
electrical safety and / or Energy Audit with a minimum connected load of 900 KW
in last 03 years OR Three electrical safety and / or Energy Audit with a minimum
connected load of 600KW in last 03 years in the multistoried office buildings like
Banks, financial institutions etc. of the Govt Sector/PSU/Pvt sector
2. The vendor should be enlisted in approved list of vendor /engineers of Bureau of
Energy Efficiency. The Electrical Auditor/s, who are likely to be working on this
project should be certified from BEE and should be working since at least last one
year with the agency.
3. The vendor should have an office in Mumbai/Navi Mumbai/Thane with technically
qualified staff to render the said services.
4. The vendor/firm should be an income tax assesse and should have filed income
tax return for the last three assessment year.
5. The average financial turnover of last three years shall be at least Rs.5 Lakh per
annum
B Submission of Bid Sealed Envelope containing Bid with superscription “Tender document for
comprehensive electrical safety and energy audit of Star House-1, MDI and Admin
Building, Bank of India” should be addressed to: -
Dy. General Manager & Chief Security Officer
Bank of India, Head Office,
Security Department,
Star House, Bandra-Kurla Complex,
Plot No.C-5, G-Block, Ground floor,
Bandra (E), Mumbai- 400 051
Phone : 022 66684414, 66684436
Email:[email protected]
Contact Persons:-
a. Capt. Akhilesh Kumar, Chief Manager (Security) Tel - 66684414 b. Birendra Kumar, Chief. Manager (Fire Safety) Tel. - 66684436
The proposal should reach the Bank on or before by 03.00 p.m on 5.9.2019. Proposal received after the due date and time will NOT be accepted.
C. Submission of Bid:-
The bid must be submitted in a separate sealed cover consisting of following three separate sealed covers:
ENVELOPE - 1 The sealed envelope will contain the technical bid as mentioned below:
a. Duly filled Technical Bid document as per Annexure A and superscribed as
“Technical Bid”
b. All the documents in support of the submissions made in Annexure – A
c. All other documents required to be submitted with the technical bid
c. The tender notice and document issued by the Bank. Each of the pages must be
signed by the bidder as token of having read the terms and conditions.
ENVELOPE - 2 The sealed envelope will contain the Financial Bid (Annexure C-1 to Annexure C-3) ONLY. The envelope should be superscribed “Financial Bid” ENVELOPE - 3 The sealed envelope will contain DDs / Pay Orders of Cost of Tender document and EMD with superscription as “Tender Document cost and EMD”.
All the three envelopes should then be placed in another envelop and sealed before being submitted by the due date and time duly superscribed “Tender for Comprehensive Electrical Safety and Energy Audit of Bank of India Buildings at BKC & CBD Belapur”.
D. Clarifications on the bids/response to tender
The Bank in order to evaluate and compare the bids/response to bids received, may
seek clarifications from some or all of the bidders. Such clarifications and responses will
necessarily be in writing. The Bank has right to disqualify the vendor whose clarification
is found to be not appropriate.
E. Confidentiality
The document contains information proprietary to the Bank. The Bank requires the
recipients of this tender to maintain its contents in the same confidence as their own
confidential information and refrain from reproducing it in whole or in part without the
written permission of the Bank
The Bank will not return the bids/responses to the bid received. The information provided
by the bidder/s will be held in confidence and will be used for the sole purpose of
evaluation of bids.
F. Time period: Validity of tender will be for three months from the last date of
submission of the bid.
G. Opening and Evaluation of Bids (Evaluation Methodology)
Opening of Technical Bids by the Bank
Technical bids will be opened in the presence of the “Technical committee” and
vendor’s representatives. The Bidders’ names, bid modifications or withdrawals and the
presence or absence of requisite EMD and such other details as the Bank, at its
discretion, may consider appropriate, will be announced at the time of technical Bid
opening. No bid shall be rejected at the bid opening, except for late bids, which shall be
returned unopened to the bidder. Bids (and modifications sent) that are not opened at
Bid Opening shall not be considered further for evaluation, irrespective of the
circumstances. Withdrawn bids will be returned unopened to the bidders.
i) Preliminary Examination and Technical Evaluation
The bank will examine the bids to determine whether they are complete, furnished in
required formats, the documents have been properly signed, and the bids are generally
in order. The Bank may, at its discretion, waive any minor infirmity, non-conformity, or
irregularity in a Bid, which does not constitute a material deviation. Only those Bidders
whose Technical bids have been found to be in the conformity of the eligibility terms and
condition would be taken up by the Bank for the further detailed evaluation. Prior to the
detailed evaluation, the Bank will determine the responsiveness of each Bid to the
Bidding Document. For the purpose of these clauses, a responsive Bid is one, which
conforms to all the terms and conditions of the Bidding Document without material
deviations. Deviations from, or objections or reservations to critical provisions, such as
those concerning EMD, Applicable Law, Performance Security, Qualification Criteria,
Force majeure will be deemed to be a material deviation. The Bank’s determination of a
Bid’s responsiveness is to be based on the contents of the Bid itself, without recourse to
extrinsic evidence. The Bank reserves the right to evaluate the bids on technical &
functional parameters including possible visit to inspect live site/s of the bidder and
witness demos of the system and verify functionalities, response times, etc. If a Bid is
not responsive, it will be rejected by the Bank and may not subsequently be made
responsive by the Bidder by correction of the non-conformity. The Bank may use the
services of external consultants for bid evaluation
ii) Clarification of Technical Bids
During evaluation of the Bids, the Bank, at its discretion, may ask the Bidder for
clarification of its Bid. The request for clarification and the response shall be in writing,
and no change in the prices or substance of the Bid shall be sought, offered or
permitted.
iii) iv) Evaluation and Comparison of Price Bids:-
iv) The Bank will evaluate and compare the Price bids, which have been determined to be
responsive. Arithmetical errors will be rectified on the following basis. If there is a
discrepancy between the unit price and the total price that is obtained by multiplying the
unit price and quantity, the unit price shall prevail, and the total price shall be corrected.
If the successful bidder does not accept the correction of the errors, its Bid will be
rejected, and its EMD may be forfeited. If there is a discrepancy between words and
figures, the amount in words will prevail. L1 will be decided for each building separetly
on the basis of price quoted in Annexure C-1 to C-3 .
H. Bank reserves the right to the following:- 1. Reject any or all proposals received in response to the documents without giving any
reason whatsoever
2. Reject the proposals received in response to the invitation of tenders containing any
deviation from the payment terms stipulated in this document.
3. Waive or Change any formalities, irregularities, or inconsistencies in proposal format /
delivery process
4. Extend the time for submission of proposal.
5. Modify the document, by an amendment that would be displayed on Bank’s Website
6. To independently ascertain information from the Banks and other institutions to which
consultant/consultant firm has already extended services for similar assignment.
8. Apply whatever evaluation criteria deemed appropriate for evaluation of Technical
Bids.
9. To terminate the services if the assignment is not proceeding in accordance with the
terms of contract or undue delay is taking place in execution of the assignment.
10. Modify the time period stipulated in Para M below for completion of assignment
during the execution of assignment.
I. Force Majeure
The firm shall not be liable for forfeiture of its performance security, liquidated damages,
or termination for default if and to the extent that its delay in performance or other failure
to perform its obligations under the Contract is the result of an event of Force Majeure.
For purposes of this clause, “Force Majeure” means an event beyond the control of the
Bidder and not involving the Service Provider’s fault or negligence and not foreseeable.
Such events may include, but are not restricted to, acts of the Bank in its sovereign
capacity wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight
embargoes.
If a Force Majeure situation arises, the Bidder shall promptly notify the Bank in writing of
such condition and the cause thereof. Unless otherwise directed by the Bank in writing,
the Bidder shall continue to perform its obligations under the Contract as far as is
reasonably practical, and shall seek all reasonable alternative means for performance
not prevented by the Force Majeure event.
J. Termination for Insolvency
The Bank may, at any time, terminate the Contract by giving written notice to the Bidder
if the Bidder becomes Bankrupt or otherwise insolvent. In this event, termination will be
without compensation to the consultant/firm/Service Provider, provided that such
termination will not prejudice or affect any right of action or remedy, which has accrued
or will accrue thereafter to the Bank.
K Termination for Convenience
The Bank, by written notice sent to the firm, may terminate the Contract, in whole or in
part, at any time for its convenience. The notice of termination shall specify that
termination is for the Bank’s convenience, the extent to which performance of the Bidder
under the Contract is terminated, and the date upon which such termination becomes
effective.
L. Earnest Money Deposit (EMD)
The Bidder shall furnish, as part of its Bid, an EMD of` Rs. 10,000/- The EMD shall be
denominated in Indian Rupees and shall be in the form of a Banker’s Cheque / Demand
Draft, issued by a Scheduled Commercial Bank in India, drawn in favor of “Bank of India”
payable at Mumbai and valid for a period of three month. Any Bid not secured, as above,
will be rejected by the Bank, as non-responsive. Unsuccessful Bidders’ EMD will be
discharged or returned as promptly as possible but not later than Sixty (60) days from
the date of opening of Technical Bid. The successful Bidder’s EMD will be converted as
non-interest bearing Performance Security Deposit and shall be kept with the Bank till
completion of the audit project.
M. Time of completion & penalty clause
All electrical safety and energy audit should be completed i.e. submission of report and
its acceptance by BOI Management within two months from the date of issue of work
order. If the agency fails to complete the above mentioned work within the stipulated
time frame, the agency shall be liable and pay the Bank as pre estimated damages at
the rate of one percent of the final contract price for each week of delay or part thereof
subject to a maximum of 10% of the contract value or Rs. 10,000/- of the final contract
value, whichever is less in addition to getting their Performance Security Deposit
forfeited.
Once sites are ready for implementation audit, agency should complete the
implementation audit within next one month after issuance of order/confirmation for the
implementation audit. If the agency fails to complete the above mentioned work within
the stipulated time frame, the agency shall be liable and pay the Bank as pre estimated
damages at the rate of one percent of the final contract price for each week of delay or
part thereof subject to a maximum of 10% or Rs 10,000/- of the final contract value,
whichever is less. Bank will try to implement the recommendations within six to eight
weeks after submission and acceptance of report.
N. Injury to persons, property & Bank’s Indemnity
The Agency shall be liable for and shall indemnify the Bank against any expense,
liability, loss claim or proceedings in respect of any injury or damage whatsoever to any
property real or personal in so far as such injury or damage arisen out of or in the course
of or by reason of the carrying out of the works and provided always that the same is due
to any negligence omission or default of the agency his servants or agents or of any sub-
contractor his servants or agents.
O. Accidents
The Agency shall within 24 hours of the occurrence of any accident at or about the site
or in connection with the execution of the work, report such accident to the Bank’s
representative. The agency shall also report such accident to the Competent Authority
whenever such report is required by law.
The Agency shall comply with the provision of all labour legislations including the
requirements of:- a) The payment of Wages Act
b) Owner’s Liability Act
c) Workmen’s Compensation Act
d) Contract Labour (Regulation & Abolition) Act 1970 and Central Rules 1971
e) Apprentices Act 1961
f) Any other Act or enactment relating thereto and rules framed thereunder from
time to time.
P. Labour Laws
The Agency shall observe and strictly adhere to all prevailing labour laws inclusive of
Contract Labour (Abolition and Regulation) Act of 1970 and other safety regulations
including amendments made, if any afterwards.
Q. The agency awarded with the work, will have to sign an agreement with bank, on a
format provided by Bank for the work of Comprehensive electrical safety & electrical
audit.
R. Statutory authority obligations, notices, fees charges
i) The Agency shall comply with and give all notices required by any act, any
instrument, rule or order made under any Act, or any regulation or bye law of any
local authority or of any regulation of any agency which has any jurisdiction with
regard to the works or with whose systems the same are or will get connected
(all requirements to be so complied with being referred to in these conditions as
the statutory requirements).
ii) If the agency shall find any divergence between the statutory requirements
and all or any of the contract documents or any variation in the instruction issued
in accordance with these conditions, shall immediately give to the Bank’s
Representative a written notice specifying the divergence.
iii) If the agency gives notice under paragraph (ii) of this sub-clause or if Bank otherwise discovers or receives notice of a divergence between the statutory requirements and all or any of the contract documents or any variation, from the instructions issued in accordance with these conditions the Bank shall within 7 days, of discovery or on receipt of a notice, issue instructions in relation to the divergence. If and in so far as the instructions require the works to be varied, they shall be deemed to be Bank instructions issued in accordance with these conditions.
S. Work to be done to the satisfaction of the Bank
The agency shall execute, complete and maintain the work in strictly in
accordance with the contract to the satisfaction of Bank and shall comply with the
specifications and adhere strictly to the Bank’s instructions and directions on any
matter (whether mentioned in the contract or not) concerning the work. The
agency shall take instructions and directions from the Bank’s representative.
T P a y m e n t
80% payment will be released after submission of report and their acceptance by
management. 20% payment will be released after submission of report on
implementation audit. The implementation/rectification will be done within three(3)
month from the acceptance of the report. Bank will try to implement the
recommendations within six to eight weeks after submission and acceptance of report.
However, if bank fails to implement the recommendations within three months from
acceptance of audit report, the remaining 20% payment shall be released by the Bank.
No interest shall be entertained on the performance guarantee/EMD/Security Deposit for
the period.
PROPOSAL FORM
to be included in Technical Proposal Envelope)
D a t e : Bank of India Security Department Star House, Bandra-Kurla Complex, Plot No.C-5, G-Block, Bandra (E), Mumbai 400 051
Sir,
Bank of India, invitation of bids for Comprehensive Electrical Safety Audit & Energy Audit of Star House-1, MDI and Admin Building CBD Belapur
Having examined the scope of work, general, special conditions and document, we, the undersigned, offer our services for comprehensive Electrical Safety Audit & Energy Audit for Star House-I, MDI and Admin Building CBD Belapur of the Bank in conformity with the requirements mentioned in said document.
We undertake, if our bid/ Proposal is accepted, to provide services for comprehensive
Electrical Safety & Energy Audit for Star House-I, MDI and Admin Building, CBD Belapur
of the Bank as per the scope of work, deliverables and in accordance with the time
frames specified in the document as well as on the payment terms mentioned therein.
We confirm that the information submitted by us in our Bid/Proposal is true and correct.
We agree to abide by the Bid/ Proposal and the fees quoted therein.We hereby
acknowledge and unconditionally accept that Bank of India may on its absolute
discretion apply whatever criteria deemed appropriate in short listing and selection of the
consultants.
We declare that we have not made any alterations/changes whatsoever in the document
which is downloaded from the Website of the Bank and we are fully aware that in the
event of any change, the sealed quotation document maintained at the Bank will be
treated as authentic and binding and the Bid/Proposal submitted by us will be liable to be
rejected by the Bank in the event of any alteration made in the document.
We undertake that, in competing for (and, if the award is made to us, in executing) the
above contract, we will strictly observe the laws against fraud and corruption in force in
India namely “Prevention of Corruption Act 1988”.
We understand that you are not bound to accept the lowest, or any other Proposal, you
may receive.
Dated this ................................... day of ....................................... 2019
(Signature In the capacity of duly authorized to sign Proposal for and on behalf of company)
ANNEXURE A
Sr. Details To be furnished by Vendor
1. Name & Address of the Firm
2. PAN & GST No.
3. Type of organization & year of incorporation
4. Correspondence address at Mumbai/Navi Mumbai/Thane with contact persons name, telephone number, mobile number etc. (The company should have office and service facilities at Mumbai/Navi Mumbai/).
5. Qualification of Electrical Auditor, whether it is BEE certification?
6. Number of Electrical Safety and/or Energy Audit Works carried out with a connected loads during the last 3 years.
7. Name & Address of the client organizations with details of contact person. Please arrange to provide following details.
i) Capacity of work (in KW)
ii) Year of execution
iii) Time taken for completion (Attach proof like copy of work order, performance & completion certificate etc.)
8 Yearly turnover of the organization during last three years(year wise)- as certified by the chartered accounted (enclose copy of balance sheet and P&L statements)
Rs. for 2016-17 Rs. for 2017- 18 Rs. for 2018-19
9 ITR return filed in last three assessment years (Enclose Copy)
We confirm that all the details mentioned as required above and the
documents/enclosures submitted in support of the same are true and correct and if the
Bank observes any misrepresentation of facts on any matter at any stage of evaluation,
the Bank has right of rejecting the Bid.
We have understood the scope of work and undertake to execute the assignment as per
the requirement of document.
Dated this........................................ day of ................................................... 2019
(Signature In the capacity of and duly authorized to sign Proposal for and on behalf
of )
ANNEXURE B
DETAILS OF ELECTRICAL EQUIPMENT OF STAR HOUSE, MDI AND ADMIN BUILDING A. STAR HOUSE BUILDING, BKC MUMBAI-
Facility General Details-
Built –up-Area 1,13,000sq.ft. (Approx)
Air conditioned space/No. of floors 2 B+G + 9 floors
Seating Capacity Approx. 1200 Persons
Electricity -
Sanctioned Demand Load : 1500 KVA
Contract Demand : 1500 KVA
Recorded Max. Demand : 1044 KVA
Billed Max. demand : 1044 KVA
Power Factor/Load Factor :0.972 Sanctioned/Connected Load :1500 KVA
Type of Supply : 3 phase Tariff Cat : HT II - Commercial
Load Details
Equipment Name
Nos. Capacity & Type Remarks Working + Standby
Transformers 2 Nos. 11/0.433 KV, 1500 KVA, Dry type, 2 Nos. HT indoor vacuum circuit breaker
Working
Chillers 3 Nos. 300 TR Screw Chiller – 2 Compressors per unit
2 Working + 1 Standby
Air handling units
23 10 HP – 16 Nos., 5 HP-7 Nos.
Pumps 4 Chiller pump 40 HP – 04 Nos. 3 working + 1 standby
02 Flushing pump 5.5 KW -02 Nos All working
02 domestic pump 3.0 KW -02 Nos All working
18 Sump pump 3.7 KW-18 Nos All working
DG Set 1 no 650 KVA Working
Standalone AC units
85 nos. 1.5 TR-27 Working
2.0 TR-58 Working
UPS 19 Nos. 10 KVA – 10 Nos Working
20 KVA- 8 Nos Working
15 KVA -1 No. Working
Lifts 8 Nos. VIP Lift (1088 KG)-1 No, Passenger lift (1224
All working
KG) -5 Nos. Freight lift (1000 KG)-1 No. + 1224 KG currency chest.
Basement Ventilation
Upper Basement
Ventilation blower -11 Nos
15 HO-2 Nos. ,10 HP-5 Nos., 7.5 HP-2 Nos., 5HP-2 Nos.,
All Working
V fan blower -14 Nos.
0.75 HP-14 Nos. All Working
Pressurized fan-09 Nos.
0.5 HP-9 Nos. All Working
Lower Basement
Ventilation blower -11 Nos.
20 HP-1 No.,12.5HP-5 Nos., 10HP-1No., 7.5 HP-2Nos., 5HP-02 Nos.
All Working
Pressurized fan-09 Nos.
0.5 HP-9Nos. All Working
Kitchen Equipment
Bain marie-2 Nos. 3KW All Working
Distribution Board-Incomer-2500A-2 Nos., Bus Coupler-2500A-1 Nos., ATS 2500A- 1, ATS 125A-2, Outgoing-1600A-1 Nos. to main AC panel, 1000 A-2 No. to APFC panel 1 & 2 LT room, 125 A-1 No. to main lighting panel (LT room), 63 A-7 Nos. to passenger and freight lift, 16 A-7 nos to lift lighting, 63 A-1 No. for external lighting panel, 630 A-2 Nos. to rising mains normal supply, 250 A-2 Nos. to rising mains emergency supply, 125 A-1 No. to AHU panel, 320 A-1 No. to Ventilation and sump pump panel,
125 A-6 nos. fan ventilation for lower basement, 125A-05 Nos. fan ventilation for upper basement, 25 A-09 No. to pressurization fan to lower basement, 125A-10 No. to pressurization fan upper basement.
Diesel Generator set of 650 KVA, water cooled engine, 1500 RPM, with alternator rated 415 V, 3 phase, 0.8 power factor and supplied with 990 liters fuel tank with acoustic insulation incl. FRP cooling tower of 281000 K. Cal/Hr heat rejection capacity and AMF panel 2500 a 4 pole ACB 1 No.
1 No. Fire Hydrant Pump -1 No. (Electric driven)
All Working Head :88 m
Capacity: 10.8 M3/Hr
Speed : 2900 rpm
75 KW
1 No. Fire Hydrant Jockey Pump- 1 No. (Electric driven)
All Working
Head : 88 m
Capacity :10.8 M3/Hr
Speed : 2900 rpm
15 KW
Fire Pump
1 No Sprinkler System Pump – 1 No. (Electric driven)
All Working
Head : 88 m
Capacity : 900 lit/minute
75 KW
1 No Sprinkler Jockey Pump – 1 No. (Electric driven)
All Working
Head : 88 m
Capacity : 900 lit/minute
15 KW
2 Nos Booster Pump – 1 No. (Electric driven) All Working
Head : 88 m
Capacity : 10.8 M3/Hr
Speed : 1800 rpm
16 KW
1 No Diesel driven pump (common for hydrant/sprinkler system)- Greaves make
All Working
Head :88 m
Speed :1800 rpm& 120 BHP
B. MANAGEMENT DEVELOPMENT INSTITUTE (MDI), CBD BELAPUR NAVI MUMBAI-
Facility General Details-
Built –up-Area 1,20,000 sq.ft. (Approx)
Air conditioned space/No. of floors Basement, G + 4 floors
Seating Capacity
Electricity -
Sanctioned Demand Load : 522 KVA
Contract Demand : 400 KVA
Recorded Max. Demand : 306 KVA
Billed Max. demand : 301 KVA
Power Factor/Load Factor : 1 Sanctioned/Connected Load : 522 KVA
Type of Supply : 3 phase Tariff Cat : HT II – N II
Load Details
Equipment Name
Nos. Capacity & Type Remarks Working + Standby
Transformer 02 (a)11/0.433 KV, 500 KVA, Oil type- 2nos HT outdoor vacuum circuit breaker
Working
(b) Same as (a)
Cooling Towers
3 Nos. 80TR -1 no. Direct flow, FRP
Working
40 TR Chiller – 2 nos compressor per unit
Air handling units
5 nos 10 HP-1 no, 7.5 HP-2nos, 5HP- 2 nos
Working
Chiller Pumps
6 Nos. 12 HP –3 Nos. 2 working + 1 standby
10 HP -03 Nos 2 working + 1 standby
Domestic pump
02- Nos 7.5 HP - 2 nos 1 working + 1 standby
Flushing pump
02- Nos 5 HP - 2 nos 1 working + 1 standby
DG Set 2nos 200 KVA-1 no. 62.5 KVA – 1 no.
Working
Precision AC
2 nos 7.5 Tr Working
Split AC 4 nos 2 Tr-2 1.5 Tr-2
Working
Standalone AC units
1.5 TR- 64 Working
UPS (with battery bank)
8 nos 7.5 KVA – 02 nos 20 KVA-2 nos 10KVA-2 nos
Static Switch
2 nos 230 V, 32 Amp Working
Power Bank capacitor
8 Nos 50 KVAR- 2, 25 KVAR-2, 20 KVAR-1, 10 KVAR-1, 15 KVAR-1 and 5 KVAR-1
Working
Lifts 03 Nos. Passenger lift (544 Kg) 2 no., Freight lift(340kg)- 1no.
All working
Kitchen Exhaust
Bain marie – 5 nos 3 KW All Working
Microwave – 1no 1.450 KW Working
Freezer -2 nos 1.5 TR-2Nos.
Geyser – 1no 2 KW
Distribution Board –Incomer-800A-2 Nos, Outgoing-125A-1 No to UPS Panel, 100A-1 No to Lift Panel, 200A-1No to pump room panel, 630A-2 nos for APFC bank-2 nos, 400A-1 no to AC panel, 4 MCCB- 630 A for DG incomer, Capacitor, AC Plant and DG output, 2 MCCB- 125 Amp spare, 1 MCCB 400 A and one MCCB 800 amp
In security changing room-panel for lighting incomer capacity is 200 A, 125A-2
nos distributed for lighting distribution board.
At 2nd floor canteen AC panel incomer is 125 A, 200 A breaker supply to lighting distribution, exhaust, geyser & other accessories.
i. Diesel generator set of 200 KVA, water cooled engine, 1500 RPM, with
alternator rated 415 V, 50HZ, 3 phase, 0.8 power factor and supplied with 990 liters fuel tank and AMF panel 400 A 4 pole ACB 1 no.
ii. Diesel generator set of 200 KVA, water cooled engine, 1500 RPM, with alternator rated 415 V, 50HZ, 3 phase, 0.8 power factor and supplied with 200liters fuel tank and AMF panel 100 A 4 pole ACB 1 no.
Fire hydrant pump
1 No. Fire Hydrant Pump -1 No. (Electric driven)
All Working 50 HP
3 ph induction motor
1 No. Booster fire pump – 1 No. (Electric driven)
All Working
12.5 HP
Ph induction motor
C. ADMIN BUILDING CBD BELAPUR NAVI MUMBAI-
Facility General Details
Built –up-Area 6000 sq.mt. (Approx)
Air conditioned space/No. of floors
G + 7 floors
Seating Capacity 500 approx.
Electricity -
Sanctioned Demand Load : 1714 KVA
Contract Demand : 1333 KVA
Recorded Max. Demand : 756 KVA
Billed Max. demand : 756 KVA
Power Factor/Load Factor :0.977 Sanctioned/Connected Load :1714 KVA
Type of Supply : 3 phase Tariff Cat : HT II – N II
Load Details
Equipment Name
Nos. Capacity & Type Remarks Working + Standby
Transformers 2 Nos 11/0.433 KV, 1500 KVA-1 No, Dry type, 11/0.433 KV, 1500 KV-1 No Oil type
Working
VRV Cooling System
6 Nos. 20 HP-5 and 10 HP-1 Working
UPS (DC II & DC III)
6 Nos. 500 KVA-2, 250 KVA-2 and 300 KVA-2 (With Battery Banks)
working
UPS Panel (DC II & DCIII)
4 nos I/P Panel and O/P Panel
Working
Water Pump 2 Nos. 15 HP -02 Nos All working
DG Set 6 Nos. 750 KVA- 2 no.(Cummins), 500KVA -4 no(Caterpiller)
Working
DG Sync Panel 3 Nos Each Panel has 3 breakers
Working
Isolation Transformers
16 nos 100 KVA-8 Nos 160 KVA-4 Nos 50 KVA-4 Nos
Working
PAC units with COS (DCIII)
13 Nos 22 Tr-10 17 Tr-3
Working
PAC (DCII) 29 Nos 3 Tr-27 10 Tr-2
Working
CAC 11 Nos 2 Tr-9 17 Tr-2
Working
PCC Panel 4 Nos HVAC(VRV & PAC units), ACDB, LPDB, ELDB, Net + Telephone Panel
Working
Daikin VRV 3 Nos 20 HP with 32 indoor units
Working
Daikin DXSplit Units
4 nos 2 Tr each Working
BBT
16 nos 160 amp each-12 nos 250 amp each-4 nos
Working
PDU units 212 nos 32 amp 3 phase-18 nos, 32 amp single phase-156 no and 16 amp single phase-38 nos
Working
Standalone AC units
13 Nos 2 TR-10 Working
1.5TR- 3 Working
UPS 9Nos. 40 KVA – 02 Working
30 KVA-2Nos Working
20 KVA -1 No. Working
15 KVA- 2 no Working
10 KVA – 2 no. Working
Lifts 1 Nos. Passenger lift (1088 Kg)
All working
Kitchen Exhaust 02 nos 1 HP – 1nos
All Working
Distribution Board-Incomer-3200A-2 nos, Bus Coupler-3200A-1 nos, Outgoing -1200A-1 no to 1st floor Data Centre, lighting and UPS supply, 800A-1 nos for AC, 1600A-1 nos to 6th floor data Centre and building lighting, 125A-1 no for main AC panel, 125A-2 nos for lift, 250A-1 no for Fire pump, 125A-1 no for emergency lighting panel. 1200 A-1 No for APFC panel (300 KVAR), DG panel 6th floor-1250 AMP, Main Electric Panel 6th floor- 1250 AMP, UPS-1 & II- 630 KVA each, PAC panel- 630 AMP, UPS panel- 160 ,AMP, PAC panel 6th floor AHU- 250 AMP, UPS 6th floor server room- 300 KVA X 2
Fire pump
1 No. Fire Hydrant Pump -1 No. (Electric driven)
All Working Head :88 m
Capacity: 10.8 M3/Hr
Speed : 2900 rpm
55 KW
1 No. Fire Hydrant Jockey Pump- 1 No. (Electric driven)
All Working
Head : 88 m
Capacity :10.8 M3/Hr
Speed : 2900 rpm
9.3 KW
1 No Stand by main pump– 1 No. (Electric driven)
All Working
Head : 88 m
Capacity : 10.8 M3 /hr
Speed :2900 rpm
55 KW
Booster pump - 2 nos. (Electric driven) All Working
Head : 88 m
Speed : 2900 rpm
7.5 KW
(Note:- If there is any electrical item/equipment which is not mentioned in annexure I will also come under vendor’s scope. There may be some variations in actual installation and prescribed detail. Bidder may take a visit to the premises before the quoting, after taking prior approval from us.)
ANNEXURE C-1
FINANCIAL BID
Name of work:- Comprehensive Electric Safety and Energy Audit of Star House-I Building, BKC Mumbai
Sr. Description & scope of work Qty. Rate
01 Comprehensive Electric Safety and Energy Audit of Star House-I Building, BKC Mumbai including thermography, testing of electrical system, manpower, equipment handling and all other points related to electrical safety and energy audit of the building. The cost will be excluding GST.
01
GST
TOTAL AMOUNT
(Signature of Bidder with seal of
Firm)
Name of Bidder/Company/Firm
Address of Bidder/Company/Firm
ANNEXURE C-2
FINANCIAL BID
Name of work:- Comprehensive Electric Safety and Energy Audit of Management Development Institute (MDI), CBD Belapur, Navi Mumbai
Sr. Description & scope of work Qty. Rate
01 Comprehensive Electric Safety and Energy Audit of MDI Building, CBD Belapur, Navi Mumbai including thermography, testing of electrical system, manpower, equipment handling and all other points related to electrical safety and energy audit of the building. The cost will be excluding GST.
01
GST
TOTAL AMOUNT
(Signature of Bidder with seal of
Firm)
Name of Bidder/Company/Firm
Address of Bidder/Company/Firm
ANNEXURE C-3
FINANCIAL BID
Name of work:- Comprehensive Electric Safety and Energy Audit of Admin Building, CBD Belapur, Navi Mumbai
Sr. Description & scope of work Qty. Rate
01 Comprehensive Electric Safety and Energy Audit of Admin Building, CBD Belapur, Navi Mumbai including thermography, testing of electrical system, manpower, equipment handling and all other points related to electrical safety and energy audit of the building. The cost will be excluding GST.
01
GST
TOTAL AMOUNT
(Signature of Bidder with seal of
Firm)
Name of Bidder/Company/Firm
Address of Bidder/Company/Firm