Você está na página 1de 20

NATIONAL AVIATION COMPANY OF INDIA LTD. laifRr vkSj lqfo/kk foHkkx / PROPERTIES & FACILITIES DEPT.

N I T C --- S A H A R
TEL. NO.: 2831 8785 / 8780 / 8775 / 8782 FAX NO : 2831 8784 MEDICON BHAVAN P & F D, 3RD FLOOR, N I T C, SAHAR, MUMBAI 400 099.

www.airindia.in

TENDER NO. : PFD / NITC / E & M / RB / 04

DATED : 30 / 12 / 2009

ANNUAL FIRE

MAINTENANCE CONTRACT

FOR

FIGHTING

SYSTEM FOR AIR INDIA SAHAR, MUMBAI 400 099

OFFICES AT NITC,

( 2010 2011 )

NAME & ADDRESS OF THE CONTRACTOR :

TELEPHONE NOS : OFFICE


: ________________________

RESIDENCE : _______________________

NACIL (AI) PROPERTIES & FACILITIES DEPARTMENT, NITC, SAHAR T.NO.PFD / NITC / E & M / RB / 04 I DATE : 30 / 12 / 09 CONTRACT ADMINISTRATION PROFORMA

NAME OF THE WORK : Annual Maintenance Contract for fire fighting system for Air India Offices at NITC, Sahar, Mumbai 400 099. 1. Estimated Cost of the work :

Rs.4.15 lakhs.

2. The tender document consists of : As per Tender Form of the tender. 3. The tenderer is required to pay Earnest Money of Rs.10,375/- ( Rupees Ten Thousand three hundred seventy five only ) [ NOTE : EMD is to be paid in cash only for amount of upto Rs.10,000/- which payment is to be made to the Cashier, Cash Section, Finance Dept., Old Airport, Santa Cruz ( East ), Mumbai 400 029. For EMD amount more than Rs.10,000/-, payment has to be made by way of DD / PAY ORDER payable to NACIL at Mumbai ]. 4. The completed tender documents in Cover no : 2, accompanied by the Earnest Money Receipt / DD / Pay order and the acceptance letter in Cover no : 1, addressed to the The Dy. General Manager, Properties & Facilities Dept., 3rd floor, Medicon Bhavan, NITC, Sahar, Mumbai 400 099 should be deposited in the tender box kept in Admin. Office before 3.00 P.M. on 08 / 4 / 2010. 5. Tenders will be opened on the same day at 3.30 p.m. in the Office of The General Manager, Properties & Facilities Dept., 3rd floor, Medicon Bhavan, NITC, Sahar, Mumbai 400 099 in the presence of any intending tenderers who may wish to be present. 6. Incase the tenderer does not wish to quote for the work, he may please send a regret letter on the date of opening of the tender. 7. EARNEST MONEY / SECURITY DEPOSIT: a) Earnest Money Deposit b) Additional Security Deposit to be made within 15 days of date of issue of Work Order. c) Retention Percentage from Running / Final Bill d) Total Security Deposit 8. Time allowed for the execution of the work : Rs.10, 375/-

: NIL : 5% : 10 % : 1 ( one ) Year (Annual) 2/-

: 2 :
T.NO.PFD / NITC / E & M / RB / 04 DATE : 30 / 12 / 09

CONTRACT ADMINISTRATION PROFORMA

9. DEFECTS LIABILITY PERIOD:

(a) Repair works / Concrete Pavements 10. Min. value of work to be done between two consecutive Running Account Bills for claiming by the Contractor : 11. Likely period for Honouring Running Account Bill after proper submission 12. Likely period for Honouring Final Bill after proper submission 13. Percentage permitted in Rate Analysis for Extra / Deviated items to cover overheads and Profits.

: ______--_______

: MONTHLY PAYMENT

: __________--_________

_______________________________
SIGNATURE OF ENGINEER IN CHARGE - CONTRACT SECTION LP / CAP / 8

NATIONAL AVIATION COMPANY OF INDIA LTD. PROPERTIES & FACILITIES DEPARTMENT, NITC, SAHAR

T.NO.PFD / NITC / E & M / RB / 04 TENDER FORM Sub: Annual Maintenance Contract for Fire Fighting System for NACIL (AI) Offices at NITC, Sahar, Mumbai 400 099.

DATE : 30 / 12 / 09

The tender shall consist of the following documents: 1) 2) 3) 4) 5) 6) 7) 8) 9) Tender Form Additional Conditions of Contract Amendment to Conditions of Contract I & II -- Available in Admin Office. Conditions of Contract -- Available in Admin Office. Also can be referred to on our web-site under Tenders>PFD Manuals) Special Conditions of Contract I & II Specifications & Conditions for work List of extinguishers Annexure I & II Schedule of Quantities

10) Declaration Tender documents duly completed and signed must be returned by registered Post so as to reach the Office of Properties & Facilities Dept., NACIL (AI), Medicon Bhavan, NITC, Sahar, Mumbai-400 099 on the date and by the time stipulated in the Tender Notice duly superscribing on the sealed envelope the work as mentioned in the Tender Notice and the Tender Number. The tenders will be opened on the same day at 15.30 hours in the Office of Properties & Facilities Dept., NACIL (AI), Medicon Bhavan, NITC, Sahar, Mumbai-400 099 in the presence of any intending tenderers who wish to be present. NACIL (AI) reserves to itself the right to accept or reject any tender either in whole or in part without assigning any reason for doing so and does not bind itself to accept the lowest or any tender.
NATIONAL AVIATION COMPANY OF INDIA LTD.

General Manager Properties & Facilities Dept.

N A C I L ( A I ), P & F D,

N I T C,

SAHAR

T.NO.PFD / NITC / E & M / RB / 04

DATE : 30 / 12 / 09

Sub: Annual Maintenance Contract for Fire Fighting System for NACIL (AI) Offices at NITC, Sahar, Mumbai 400 099.

SCHEDULE OF QUANTITIES
Sr. no.

DESCRIPTION

RATE
PER MONTH (Rs.) PER ANNUM (Rs.)

Annual Maintenance Contract for Fire fighting equipment as specified such as Fire extinguishers & appliances, etc. Job includes servicing of above equipment / system, testing etc. by keeping required staff throughout the year (including Saturdays & Holidays) by providing suitable technicians and helpers throughout the year as specified.
( IN WORDS : RUPEES

JOB

LS

2. Service Tax as applicable on item no : (1) above.


( NOTE : i) Prices should be inclusive of all Govt. duties / taxes / levy / WCT / octroi / VAT / statutory payments etc. for item no. (1) above.

ii) Service tax will be reimbursed after the production of documentary evidence of having paid the same to the concerned authorities.
TOTAL Rs. REBATE ________%, IF ANY Rs. GRAND TOTAL Rs.
IN WORDS : (Rupees

PLACE : DATE : ______________________________________________________

SIGNATURE OF TENDERER WITH RUBBER STAMP

N A C I L ( A I ), P & F D, T.NO.PFD / NITC / E & M / RB / 04

N I T C,

SAHAR DATE : 30 / 12 / 09

ADDITIONAL CONDITIONS OF CONTRACT


Sub: Annual Maintenance Contract for Fire Fighting System for NACIL (AI) Offices at NITC, Sahar, Mumbai 400 099.

(1) Tenderers are requested to take note of the following important points carefully and submit their offers accordingly : The tenderer should quote their rates of individual terms and for rebate offered, in figures as well as in words. If the rates are not quoted in words in addition to figures, such tenders will be rejected. Incomplete tender in any form shall be rejected. (a) Presently the contract workers are to be paid daily wages @ Rs.215/-.

(b) Those contract workers who are working in factory areas and working more than 09 hours on any day or 48 hours in a week, will have to be paid overtime at double the rate. (c) For others who are not working in factory areas, overtime @ 1.5 times the daily rate will be applicable OR otherwise, as per work requirement, separate on, shift rate, will be applicable. (d) No separate reimbursement will be made towards OT payment to workers. Contractors should take note of this and make suitable provisions while submitting their offer. (2) The Contractor has to take care of any statutory increase by Government of Maharashtra in minimum wages during the contract period. No separate reimbursement towards the same will be considered. However, if any revision / increase in wages over and above the statutory Minimum Wages is effected by NACIL (AI), following reimbursement will be made by Air India Ltd. : (a) Difference in statutory minimum wages, prevailing at that time and the enhanced wages of NACIL (AI). (b) Difference in O.T. due to this increase in item (a) above.

(c) Increase in Employees Contribution towards ESIS / P.F at the prevailing percentages as applicable by law. (d) (e) Increase for compliance with statutory requirements due to enhanced wages. Overhead and profit at the rate of 15% of (a + b)

(3) Sufficient provision should also be made in their offer for tools / tackles, 2 sets of uniform per workman and one fluorescent jacket per workman and one pair of black leather shoe per workman etc.
.2/-

: 2 : T.NO.PFD / NITC / E & M / RB / 04 DATE : 30 / 12 / 09

ADDITIONAL CONDITIONS OF CONTRACT

(4) CANTEEN FACILITY : An amount of Rs.115/- (Rupees One Hundred Fifteen Only) per person per month will be recovered from monthly bills of the Contractors towards canteen subsidy. Contractor shall take this clause into consideration, while submitting this offer. No separate claim fro reimbursement shall be entertained. (5 a) The Contractor shall disburse the payment to all workers in cash by 5th of every month, for the work done in the previous month. (5 b) Failing to make timely payment to worker shall attract a penalty of Rs.1000/- for each day of delay. (5 c) Wages to be paid to workmen on or before the due date, irrespective of contractors monthly bills clearance by NACIL (AI). (5 d) If the duty workman fails to report to duty, an amount of Rs.215/- per shift, per workman shall be deducted from the contractors monthly bill.
(6) COMPLIANCE WITH STATUTORY REQUIREMENTS:

a) Implementation of various labour laws applicable to your establishments like the payment of Bonus Act, ESI Act. The Workmans Compensation Act, the payment of Wages Act, the Minimum Wages Act, etc. will be carried out by the contractor including that of submission of various returns under the labour laws applicable to the establishment including that of the Contract Labour (Regulation & Abolition) Act. The Contractor will further carry out all the statutory obligations required under the above Acts & Rules and undertakes to indemnify NACIL (AI) against any action initiated by the person engaged by the contractor for the performance of the contract as well as by any other third party against NACIL (AI) for any damages. b) If the workers are liable for any deductions, towards Income Tax and Professional Tax, the same will be deducted by you at source from the wages to be paid to them. The amount so deducted will be deposited by you with the appropriate authorities and necessary certificate issued to the individual worker and file the annual returns as required under the laws. The receipt of such deposits shall be submitted to NACIL (AI), before submission of the following months bill.
(7) TERMS OF PAYMENT:

a) The payment shall be made on monthly basis for the work carried out during the previous month. The bills and attendance register shall be sent for verification and payment to the Fire Officer, NACIL (AI). b) However, the final value of the entire work shall be worked out and paid to you to the extent the work actually carried out by you as assigned and verified jointly. c) Deductions, if any, shall be made as recommended by Fire Section for non compliance of work.

N A C I L ( A I ), P & F D, T.NO.PFD / NITC / E & M / RB / 04

N I T C,

SAHAR DATE : 30 / 12 / 09

Sub: Annual Maintenance Contract for Fire Fighting System for NACIL (AI), Offices at NITC, Sahar, Mumbai 400 099 2010 2011.

A.

SPECIAL CONDITIONS OF CONTRACT - I

AREA OF WORK:

The work is to carried out at various building at Cargo Complex, G.S.D. Complex, Centralised Kitchen, Triangular Plot, Cab / Cat. Plot, Terminal 2 at Sahar. The Mumbai High Court in Writ Petition No.619 of 1991 has passed interim orders whereby Air India and the other respondents therein and rejoined to maintain status quo the following persons and required to perform their usual duties :1) Mr. Sunil Shinde 2) Mr. S.S. Naik 3) Mr. Tyronne Middleton 2. The Contractor shall quote lumpsum figure for 12 months inclusive of monthly payment under ESIS, PF, etc. The payments towards ESIS, PF shall be made by the Contractor directly to the concerned governing bodies and produce the receipt of payments thus effected. NACIL (AI) shall retain suitable amount towards ESIS, PF from each monthly bill. However, on production of payment receipts, the amount thus retained shall be reimbursed to the contractors in the next monthly bill. The tenderer shall pay the workmen the minimum wages as applicable during the period of contract. 3. The Contractor shall be responsible for compliance with provisions of all applicable laws including minimum wages Act, Labour laws in connection with the services to be rendered under this service agreement and in relation to the employees employed/engaged for rendering these services. The Contractor shall indemnify NACIL (AI) in respect of any claims pertaining to or made by employees of the Contractor. It is clearly understood that this agreement and arrangement thereunder shall not constitute any relationship of employer / employee between NACIL (AI) on one hand and employees of the Organisation on the other hand. 4. The Contractor should give their offer considering minimum wages notified by appropriate Govt. authorities on the date of opening of tender or Rs.215/- (Rupees Two Hundred Fifteen Only) per day, whichever is higher. The payment shall be made to workers on or before the 5th of each month.

5. The contractor should note that in case any of the above mentioned writ petition workers opt for fixed term employment with AIATSL. The contract value will get proportionately reduced and contract value will be calculated on pro - rata basis.
5(a) A notice board made out of 10mm ply (Size 4ft. x 2ft.) shall be displayed at the place of work within a period of one month from the date of receipt of work order or as directed by Engineer-in-Charge. The contents of the notice board is given in Annexure II, failing to do so, an amount of Rs.1000/- will be deducted from the 1st running bill. 2/-

: 2 : T.NO.PFD / NITC / E & M / RB / 04 SPECIAL CONDITIONS OF CONTRACT - I 6. CONTRACT LABOUR ACT :

DATE : 30 / 12 / 09

Contractors are advised to approach the concerned authorities directly (i.e. The Registering & Licensing Officer), so that the licensing authorities will decide as to whether the contracts are required to register with them and obtain Licences accordingly for the specific work contract and the work carried out by them for NACIL (AI) irrespective of the number of employees working under them are more or less than 20 under intimation to Properties & Facilities Dept., NACIL

(AI).
On receipt of the Works Order, the contractor shall prepare, produce, maintain & update various registers and records like register of persons employed, Employment Card, Service Certificate, Wage register, Overtime register etc. as mentioned under the Act. 7. Contractor shall provide all consumable required for this work.

8(a) Contractor should use 3 writ petition workers as contract workers and shall provide proper maintenance of Fire Extinguishers and appliances. (b) He should also ensure precautionary measures concerning safety precautions, welding precautions as outlined in separate sheet. (c) He will be provided an unfurnished office / store room near Centralised Kitchen to store tools, spares and house his staff. (d) He will assist us in dealing with the Mumbai Fire Brigade / AAI Fire Brigade & other authorities concerned with the proper functioning of Fire Fighting System (AI) in case of emergency & in normal course with Fire Section / Security Dept. 9. duty. 10. Contractor shall be responsible for any loss / damage of materials by his staff detailed for CONTRACT LABOUR LICENCE:

The contractor shall be governed under the Contract Labour (Regulation & Abolition) Act 1970 and he should obtain the Contract Labour Licence from the Labour Commissioners Office within 15 days from the date of issue of the Works Order. 11. RENEWAL OF CONTRACT LABOUR LICENCE:

The Contractor shall renew the Contract Labour Licence from time to time and inform the departmental representative accordingly. 12. ESIS CONTRIBUTION :

Workers Contribution @ 1.75% of daily wages and O.T. payment, if any and contractors contribution @ 4.75% of daily wages and O.T. payment, shall be paid to ESIS authorities by the Contractor directly and proof thereof, otherwise same shall be deducted by NACIL (AI) from each months bill submitted by Contractor. 13. PROVIDENT FUND CONTRIBUTION :

Workers contribution @ 12% of daily wages and contractors contribution @ 12% of daily wages shall be recovered from Contractors running bill and the same shall be deposited with the Regulatory Body.
3/-

: 3 :
T.NO.PFD / NITC / E & M / RB / 04 SPECIAL CONDITIONS OF CONTRACT I DATE : 30 / 12 / 09

14. Incase the payments towards ESIS, PF are directly deposited to the concerned governing bodies by the Contractor, the receipts of payments thus effected shall be submitted to NACIL (AI). The amount thus retained shall be refunded in the next monthly bill, otherwise NACIL (AI) shall retain applicable amount towards ESIS, PF from each monthly bill submitted and certify for payment and arrange to effect such payments to the appropriate authorities. Regarding the PF Loan, the contractors must ensure that amount deposited to concerned governing bodies have provision towards PF loan to the contract worker on emergency ground. As medical facilities are not available to contract workers by AI, the medical treatment & bills settlement must be made by contractor himself. Medical facility available by NACIL (AI) to contract workers, only while actual on duty. 14 (a) All workers should be covered under worksmen compensation policy (WC). 14 (b) The payment towards professional tax for all workers shall be made by contractors directly to the concerned governing bodies.

BONUS :
As per the special / Additional condition of contract, for the writ petition workers working for subject work on contract, the contractor should make payment of bonus @ 8.33% of wages / salary excluding overtime payment, as a minimum bonus for the current year. However, while calculating the admissible bonus, the amount of bonus required to be calculated is only on maximum salary / wages of Rs.3,500/- per month, even though the salary of contract workers may exceed Rs.3,500/- per month. 15. PERIOD OF CONTRACT:

This contract is valid for a period of one year. However, if mutually acceptable by both parties, the contract may be extended for a further period of one year or part thereof on same terms and conditions, after getting satisfactory report from Fire Section / Engineer Incharge. However, if the work is found unsatisfactory in any way, the contract shall be terminated by giving two full months notice, after completion of initial period of 3 months. 16. UNIFORM:

Workmen deployed on duty shall be provided by the Contractor with two sets of Terrycot uniform consisting of full pants and half sleeve bush shirts and one pair of black leather shoes and fluorescent jackets and raincoat. While on duty, workmen shall wear the uniform. Contractor shall arrange the uniform within one month from the date of work order. Acknowledgement from each worker shall be obtained towards receipt of uniform, failing which, per month / per worker, an amount of Rs.1000/- will be deducted from the monthly bills. Recovery towards non-compliance of issue of uniform shall be made effective from commencement of work. The uniform pattern and cloth for uniform shall be approved by Fire Adviser / Fire Section. If a workman is found without uniform, during the duty hours, Rs.50/- per day per workman will be deducted from the workman salary. ..4/-

: 4 :
T.NO.PFD / NITC / E & M / RB / 04 DATE : 30 / 12 / 09

SPECIAL CONDITIONS OF CONTRACT I

17.

DUTY ROSTER: a) Duty roster enclosed as Annexure is required to be followed strictly. Changes in duty roster, if required will have to be done only in consultation with Fire Advisor / Fire Section. b) The non-compliance of the instructions, habitual absenteeism, not observing timings / roster by the workers covered under the writ petition, shall be brought to the notice of the Gen. Manager, Industrial Relations, Santa Cruz and copy to Properties & Facilities Dept. & Fire Section. If any habitual absenteeism, not observing timing / roster, the workers should be liable for disciplinary action and his daily wage should be deducted from his salary, if contractor engage replacement for said worker. 18. POLICE VERIFICATION OF CONTRACT LABOUR :

The Contractor who have been awarded the job through Work Order shall furnish necessary Police Clearance Certificate in respect of character and antecedents of all Contract labourers engaged by them, before commencing the work at site. This will be a part of Contractual Agreement as entire Airport, including NACIL complex, has been declared as Prohibited Area. All such contractors who would be awarded contracts are required to comply with the above requirements. Contractors shall obtain Police Clearance Certificate from Police (available against fee) and they will submit this Certificate giving Works Order reference on it to the office of the Engineer in charge of Properties & Facilities Dept. to be forwarded to our Security dept., alongwith request for issuance of Entry passes / Identification Badges. The contractor / party should make necessary payment as per MIALs requirement every year and obtain necessary training to work at international airport, through MIAL Security Section / BCAS / AI Security to obtain PIC passes for their each individual employees as per new prohibited area Act as per security measures in airport area, i.e. operational and non operational area at CSIA, Mumbai 19. Air Indias Standard Specifications, Volume I, II & III are applicable for perusal in our office. Contractors who are interested are requested to purchase it by paying additional cost before submitting the quotations. However, the same will form a part of the Tender document. 20. FAILURE TO COMPLY WITH CONDITIONS: This contract is concluded to maintain the highest standard of performance of Fire Fighting Equipments throughout the year. If the work is not carried out as specified to the satisfaction of the Fire Section, an amount of Rs.250/- per day shall be deducted from the bills till the work is completed. The decision of the Fire Section Incharge shall be final and binding on the concerned dept. as regards the time specified for any particular repairs. 21. IMPORTANT: Since the Contractor has to carry out the Maintenance work in various restricted / operational areas, they should follow in addition to normal NACIL (AI) security rules, Regulations laid down by Dy. Commissioner of Police for Mumbai Airport, from time to time. This also involves obtaining special work permits/passes for all staff to work in the restricted areas from them. Contractor should personally understand the Rules and Regulations of the Dy. Commissioner of Police, Mumbai Airport. Accordingly, Contractors should quote for this work, giving due allowance for the extra efforts involved in this regard.

Tenderers are requested to note these above points carefully and submit their offer accordingly.

N A C I L ( A I ), P & F D, T.NO.PFD / NITC / E & M / RB / 04

N I T C,

SAHAR DATE : 30 / 12 / 09

Sub: Annual Maintenance Contract for Fire Fighting System for Air India Offices at NITC, Sahar, Mumbai 400 099.

B.

SPECIAL CONDITIONS OF CONTRACT I I

1) Contractors bidding for AMC shall compulsorily visit the premises before quoting after studying the nature of works, existing working conditions, financial implications arising due to normal wages, overtime allowances, wages paid due to continuation of duty by other workmen on account of absenteeism etc. 2) The contractor shall have to engage workmen in normal / one shift. Additional workmen, viable for maintaining one shift shall be engaged by the contractor. The additional expenses on account of this will have to be taken into consideration while bidding for contract, subject to approval of NACIL (AI). 3) Workmen will have to be engaged for overtime in case of absenteeism, leave etc. and such workmen on overtime will be given compensatory off and in case Com./off not given, he / they should be paid overtime as per contract subjected to the certification of fire section. (This provision is for protecting Air India property all 24 hours). 4) Daily attendance of workers must be maintained by contract supervisor and should be produced to the Fire section for verification. 5) The contractor will have to liaise with staff of Fire Section under Security as well as local fire brigade in case of fire emergency. 6) Regular fire drills shall be conducted for workmen to acquaint themselves with the working of fire extinguishers and appliances required for fire fighting, etc. the record of such drills should be produced to Fire Section, failing which penalty of Rs.100/- will be deducted from the running bill. 7) Once in a month fire drill shall be conducted which will enable workmen to properly handle the system. 8) The contractor shall be responsible for testing of fire fighting equipment namely fire extinguisher and appliances. Failing to do so penalty of Rs.50/- per day will be deducted from the bill. 9 (a) Routine maintenance of fire extinguishers as per IS 2190 : 1992 and subsequent revision if any shall be carried out, failing which penalty of Rs.500/- per month will be deducted from the monthly bill. 9(b) Charges towards hydrostatic test to be paid separately as per DG &SD or certified by Fire / Security Section. The HST certificate to be produced and handed over by the contractor to Fire / Security Section.

9(c ) The contractor should visit the premises before quoting to access the type and quantum of work. 9(d) The contractor through the workers shall be responsible for active operation of fire extinguishers in case of fire emergencies. 2/: 2 : T.NO.PFD / NITC / E & M / RB / 04 DATE : 30 / 12 / 09

C.

SPECIAL CONDITIONS OF CONTRACT I I

10) The contractor shall see that the supervisor maintains the occurrence register and day to day work carried out and shall be posted in the register which should be produced before the Fire Section for information and signature. 11) The contractor shall prepare the duty roster for one shift for present workers and additional workers employed by the contractor taking assistance from Fire Section staff. 12) The fire extinguishers and appliances shall be regularly tested. In case of minor defects, contractor will be responsible for execution of repairs with immediate effect and prior intimation to Fire section. After repairs, Fire section has to certify the repairs carried out. 13) For major works, the contractor has to submit a report of his technical supervisor to Fire section and to P&FD along with quotation. If P&FD approves and issue a work order, he should rectify the defects immediately which should be certified by Fire Section and Engineer in Charge before payment of bill. Contractor failing to repair or is unable to execute the repairs, P&FD in consultation with Fire Section shall get the repairs rectified by engaging outside agency. However, in both the cases the system should not be kept out of commission for not beyond 24 hours for minor defects and two to three days for major defects. In either cases, for non performance of the contractor a penalty of Rs.100/- per day will be levied and deducted from bill on that particular month. 14) While awarding new contract and before contractors acceptance it would be compulsory for the incoming as well as outgoing contractor to survey the premises jointly where the fire protection measure have been provided along with representatives of P&FD, Fire section and Security. 15) Two separate bills must be submitted by the contractor one in respect of workers salary and other related to maintenance expenditure. 16) The working of contract workers / workmen will be under the supervisor and control of Fire section and they should not leave the place of duty without the permission of Fire section. 17) The contractor shall ensure that the contract workmen are aware of terms and conditions of the contract as far as the duties of workmen are concerned. 18) Any defects noticed should be rectified by the contractor with prior verbal instructions from P&FD and which will issue formal work order subsequently. The work carried out by the contractor, will be certified by the Fire Section. ----------------LP /

N A C I L ( A I ), P & F D,

N I T C,

SAHAR

T.NO.PFD / NITC / E & M / RB / 04

DATE : 30 / 12 / 09

SPECIFICATIONS & CONDITIONS OF WORK


Sub: Annual Maintenance Contract for Fire Fighting System for NACIL (AI) Offices at NITC, Sahar, Mumbai 400 099 ( 2010 2011 )

1.

SCOPE OF WORK :

Scope of work includes operation and maintenance of following :


a) Fire Extinguishers of various types and capacities located in NACIL (AI) offices at IPT / ROS / ETV / NIPTC / Apron Area Module I & II, Cab / Cat. Bldg. as per annexure. 2. Spare Parts:

I) Contractor will furnish NACIL (AI) well in advance, the spare parts list, required for uninterrupted working of the fire fighting installation. Any major repair may be carried out independently under contractors guidance. Contractor will collect from our Stores spare / items stocked by us for the maintenance work as and when required. ii) List of critical spares to be submitted within one month from the date contract is awarded. iii) Contractor should provide the following cleaning materials every month as per list mentioned below ) : 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) 11) 12) 13) Plastic net jally Plastic paper Nose mask (Cotton cloth) Painting brush 2 Polish paper Duster Yellow cloth Cotton rag Cotton waste Engine oil Grease Lifebuoy / Lux Brasso 500 ml. 24 nos. 12 per month 04 per month 04 pieces 12 per month 08 per month 08 per month 10 kgs. per month 03 kgs. per month 01 ltrs per month 01 kgs. per month 08 per month 01 per month (

: 2 :
T.NO.PFD / NITC / E & M / RB / 04 DATE : 30 / 12 / 09

D.

SPECIFICATIONS & CONDITIONS OF WORK iv) List of Tools for Maint. of fire fighting systems to be provided on award of contract:

1) 2) 3) 4) 5) 6) 7) 8) 9) 10) 11) 12) 13) 14) 15) 16) 17) 18) 19) 20) 21) 22) 3.

Tools Box ( Brief case ) Fix spanner set 10 to 30mm Screw spanner set (Taparia)18 Screw driver 6, 12 & 18 Plier 12 Nose plier, Monkey plier 12 Pipe wrench 12 Hammer 500 gms Oil can 500 ml. Fixed spanner set 18 to 23 Grease gun small Files half round & flat (rough) Weighing machine 5kgs. Plastic portable Weighing machine 70kgs. Trolley mounted Hacksaw frame with blade 12 Godrej lock 6 levers Plastic funnel 5 ltrs. Plastic scooper (mug) Lug plier 12 Ring spanner 6 to 32 Alley key set Center punch

02 nos. 01 set 04 04 each 01 02 02 02 02 02 02 02 01 01 02 04 01 01 01 01 01 01

AREA OF WORK OF FIRE EXTINGUISHERS:

The work is to carried out at Canteen and sub-station at Cargo Warehouse at IPT, ETV, ROS, GSD, VOD, Centralised Kitchen, Cab / Cat. Bldg., Medicon Bhavan, Air-Unit, Vehicle Movement, Aerobridge, Apron and any other building which will be completed / occupied during the tenure of contract at NIPTC, Sahar. All types of fire extinguishers and appliances mounted on wall etc. and fixed on vehicles, etc. located at the same premises are covered under this contract. 4. SCOPE OF WORK FOR FIRE EXTINGUISHERS:

The Contractor shall prepare a complete inventory of Fire Extinguishers and appliances, including service units to be maintained throughout the year in consultation with the Fire Office within 15 days from the date contract is awarded. The Contractor shall carry out complete maintenance of all extinguishers and appliances so as to ensure proper functioning of these units. Inspection and servicing of different types of appliances and fire extinguishers with general cleaning, painting, polishing, labeling of the containers and the operating parts once in a month. 3/-

: 3 :
T.NO.PFD / NITC / E & M / RB / 04 E. SPECIFICATIONS & CONDITIONS OF WORK DATE : 30 / 12 / 09

Emptying out the charge of the extinguishers of all types once in a year cleaning the inside of the container and refilling to old charge or fresh charge as may be required by the Fire Office (Fresh charge at extra cost). Hydraulic testing of the containers once in a year, if required by the Fire Section and weighing all types of extinguishers for proper charge and painting of extinguishers as directed, at no extra payment. Maintenance work shall be carried out strictly as instructed by Section Incharge. Any problem in the day to day maintenance shall be brought to the notice of the Fire Section Incharge or his authorized representative immediately. Qualified and Trained Service Engineer ( his profile must be submitted to Engineer Incharge / Fire Section by contractor ) shall inspect the work site once in a week to check conditions of the Fire Extinguishers and appliances & other minor / major repairs shall be carried out immediately. Incase of failure to do so by the contractor, supervisor shall report the matter to Fire Section and Engineer Incharge P&FD. Engineer-Incharge after consulting Fire Section Incharge shall execute the work through other agencies. The inspection visit should not be included break down call. Contractor shall maintain a service log book in which the supervisor will enter the date of servicing & the defects noticed during the servicing alongwith the action taken to set right the Defects. The Engineer visit also to be reflected in this log book. The book will be checked by Engineer Incharge & Fire Section Incharge. The work order for any work, the cost of which is above Rs.500/- shall be issued to the contractor with details well before commencement of contract work. NACIL (AI) shall provide all spares, refills, consumables required for this work. However, the Contractor shall make arrangement to carry those materials and Fire Extinguishers to the place of work, including providing of hand carts at no extra payment. Timely test equipments required for the work shall be provided by the contractor. Minor repairs required while carrying out maintenance work on the extinguishers shall be carried out by the contractor at no extra payment. Contractor shall provide complete test and tool kit for the staff detailed for duty. The Service Engineer employed should possess a Diploma in Mechanical / Electrical Engineering with five years experience in this field. 5. Emergency Servicing

The above annual maintenance services contract includes your free service for any emergency work for fire protection. Maintenance work shall be carried out strictly as instructed by the Fire Section Incharge / Engineer Incharge. Any problem in the day to day maintenance shall be brought to the notice of Fire Office, his authorized representative / Engineer Incharge immediately. 4/-

: 4 :
T.NO.PFD / NITC / E & M / RB / 04 DATE : 30 / 12 / 09

F.

SPECIFICATIONS & CONDITIONS OF WORK

SPECIFICATIONS AND CONDITIONS OF WORK: Contractor shall provide all consumable required for this work. Tools test equipments required for the work shall be provided by the Contractors.

LABOUR FORCE:

Contractor shall provide sufficient number of supervisors / Technicians / Helpers to liquidate any complaints and the proper maintenance of the Fire Extinguishers & Appliances. Supervisor, Technicians and Helpers shall be available on duty for 8 hours per day on all days of the week including holidays, Sundays. Duty Roster enclosed, as Annexure, is required to be followed strictly. Changes in duty roster, if required will have to be done only in consultation with Sr. Fire Officer. Contractors shall make his own arrangements for providing supervisor/ technician / helpers on those days when regular supervisor / technician / helpers are on leave or remain absent due to any reason. Contractor shall be responsible for any loss / damage of materials by his staff detailed for duty. The Contractor shall follow the provision of Contract Labour Act, Minimum Wages Act, Insurance of Employees and Rules thereon of Central and State Governments. 8. FAILURE TO COMPLY WITH CONDITIONS:

This Contract is concluded to maintain the highest standard of performance of Fire Extinguishers & appliances throughout the year. ( If the work is not carried out as specified

to the satisfaction of the Fire Section, an amount of Rs.250/- per day shall be deducted from the bills till the work is completed ). The decision of the Fire Section shall be final and binding in this respect. The break down time shall not exceed 48 hours at any given time. An amount of Rs.250/- per day will be deducted from bill, if break down exceeds 48 hours.
9 DOCUMENTS:

The following documents shall be maintained by the Contractor to record the information as detailed below: a) Equipment Cards b) Log Book : Indicating repairs overhauls carried out on each equipment. : Daily Maintenance work Reports

Maintenance as directed shall be carried out and record of checks shall be maintained as per the checklist and as directed by the Fire Officer. The Contractor shall furnish well in advance the list of the materials required for replacement / repairs of the Equipment after inspection. .5/-

: 5 : T.NO.PFD / NITC / E & M / RB / 04 DATE : 30 / 12 / 09

G.

SPECIFICATIONS & CONDITIONS OF WORK

10.

MAINTENANCE OF RECORDS: You are required to maintain the following records at site: i) ii) iii) iv) v) vi) vii) viii) Muster Roll Register of Wages Register of OT Wage Slip Employment Card Register of deductions for damages or loss Labour Contract Act Licence. Site name boards showing the name of the Contractor, name of the subject work, number of skilled / unskilled labours, date of payment/ OT / Daily Allowance, date of payment or unpaid wages, name & address of Labour Enforcement Officer having jurisdiction, name of Principal Employer, etc. these notices are to be displayed in English, Hindi & Regional language. The Contractor required to submit the returns to the Labour Enforcement Officer intimating the actual date of commencement / completion within 15 days of the commencement. The Contractor has to ensure that the authorized representative of concerned department is present at the place & the time of disbursement of wages to workmen paid by the contractor ( Rule 72 ). Wages should be paid on or before 5th of each month. The representative should certify that Certified that the amount shown in the column No.________ has been paid to the workmen concerned in my presence on ____________ at ______________ { Rule 73 read with section 21 (2) }

ix)

x)

xi) xii)

The maintaining of the above records at site, is made mandatory, by the office of the Central Labour Commissioner. Not making available the records, may attract legal action. It is therefore requested to ensure that the Contractor makes available all the above records at site as and when demanded by the Labour Enforcement Officer during his visits at OFFICE ROOM.

LP /

T.NO.PFD / NITC / E & M / RB / 04

DATE : 30 / 12 / 09

ANNEXURE - II ( 12b of Special Conditions of Contract ) NOTICE BOARD / DAILY 1. Name of Work :

2. 3. 4. 5. 6. 7.

Name of Agency W.O. No. Tender No. Date of Commencement Period of Completion : Wage details a) Highly skilled b) Semi skilled c) Skilled d) Unskilled

: : : :

Daily Wages : : : : : : Rs. Rs. Rs. Rs. One Month

Daily Work

8.

Wage Period a) Weekly Rest Day b) Hours of Work

9. 10.

Name of Add. Of LEO : Name of Principal Employer:

N A C I L ( A I ), P & F D, T.NO.PFD / NITC / E & M / RB / 04

N I T C,

SAHAR DATE : 30 / 12 / 09

Sub: Annual Maintenance Contract for Fire Fighting System for NACIL (AI) Offices at NITC, Sahar, Mumbai 400 099 ( 2010 2011 )

SCHEDULE OF QUANTITIES
Sr. no.

DESCRIPTION

RATE
PER MONTH (Rs.) PER ANNUM (Rs.)

Annual Maintenance Contract for Fire fighting equipment as specified such as Fire extinguishers & appliances, etc. Job includes servicing of above equipment / system, testing etc. by keeping required staff throughout the year (including Saturdays & Holidays) by providing suitable technicians and helpers throughout the year as specified.
( IN WORDS : RUPEES

JOB

LS

TOTAL Rs. REBATE ________%, IF ANY Rs. GRAND TOTAL Rs.


IN WORDS : (Rupees

PLACE : DATE : ______________________________________________________

SIGNATURE OF TENDERER WITH RUBBER STAMP

NOTE : Service Tax as applicable shall be reimbursed as shown separately in bills. For comparison of tender bids, service tax will not be included and the quoted amount ( exclusive of service tax ) only will be compared.

Você também pode gostar