tender for comprehensive electrical safety & energy …

29
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

Upload: others

Post on 13-Feb-2022

5 views

Category:

Documents


0 download

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