1
Address for communication
Dy. General Manager (O),
Bank of India, Head Office
Security Department, Star House, Bandra-Kurla Complex,
Plot No.C-5, G-Block,
Bandra (E), Mumbai 400 051
Phone : 022-66684414, 66684436
Email :[email protected]
Website: www.bankofindia.co.in
TIME SCHEDULE
_____________________________________________________________________
Date of display of document on website - 21.12.2017
Last Date and time for submission of response - 10.01.2018 TILL 03.00 PM
Date of opening of sealed quotations: - - 10.01.2018 AT 03.30 PM
INVITATION OF SEALED QUOATATION FOR COMPREHENSIVE ELECTRICAL
SAFETY & ENERGY AUDIT OF STAR HOUSE-II BUILDING OF BANK OF INDIA,
AT BANDRA KURLA COMPLEX, MUMBAI
Ref:-HO/SD/BK/61-D/ DATED 18.12.2017
2
Contents
PART I Invitation of Quotations
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.
3
PART I - INVITATION OF SEALED QUOTATIONS
1. The Proposal Bank of India invites sealed quotations for conducting comprehensive Electrical Safety
Audit & Energy Audit of Star House-II Building, BKC Mumbai.
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 10.01.2018 till
03.00 pm. No proposal will be accepted after the above deadline.
6. Validity of proposals The bid/proposal shall remain valid for 90 days from the last date of submission of the
bids i.e. or such extended last date of submission as advised by the Bank.
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.
4
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.
Capt. Rakesh Patney
DGM (O)-Security
5
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-II Building audited for
Electrical Safety and Energy Audit. The detailed information about electrical
installations in the building is 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 Safety Audit & Energy audit for the building is 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 falls under scope of work (eg. HT Panels, LT
Panels, HVAC, Split ACs, DG set, UPS, Electric panels, transformer, Earthing,
Lighting arrestor 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.
6
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.
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.
6. Energy distribution Break up - floor wise and department wise.
7
7. Study on V, Amp, KW fluctuation and profiling, V & Amp imbalances in the
network.
8. Suggestion for reducing the network loss and to improve monitoring system.
9. 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 and or 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.
8
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’s and lay out changes.
3. Study of operating electrical parameters like voltage etc in the lightening
circuits.
Kitchen Equipment
1. Examination of the existing kitchen equipments, measurement of power
consumption etc. to improve efficiency and optimizing power consumption.
2. To look possibilities to reduce energy use by incorporating energy efficient
equipments.
Others
1. Any other Electrical system available at BOI buildings will be under the scope
of the Electrical Safety and Energy Audit of the above system also to be
carried out.
9
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 in Banks, financial institutions, major hotels and multistoried office buildings
with a minimum connected load of 1000 KW in last 03 years.
2. The vendor should be enlisted in approved list of vendor /engineers of Bureau of
Energy Efficiency. Engineers who are likely to be working on this project should
be certified from BEE. Please enclose copy of certificate of BEE & proof that
engineer is working since last one year with agency.
3. The vendor should have an office in Maharashtra and preferably in Mumbai with
technically qualified staff to render the said services.
B Submission of Bid Sealed Envelope containing Bid with superscription “Tender document for electrical
audit of Star House – II, Bank of India” should be addressed to: -
Dy. General Manager (O)
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: Capt. Akhilesh Kumar, Chief Manager (Security) Tel - 66684414
Mr. Birendra Kumar, Sr. Manager (Fire Safety) Tel. - 66684436
The proposal should reach the Bank on or before by 03.00 p.m on 10.01.2018. Any
proposals received after the due date and time will NOT be accepted.
10
C. Submission of Bid
The proposal in a sealed envelope should consist of TWO COVERS as given below –
I. COVER – 1 Sealed cover containing Technical Bid
1 Proposal Form and Technical bid as per Annexure A of this document. Company
profile along with documentary evidence of Services offered and all relevant enclosures
as detailed in / required as perTechnical Bid form and qualification criteria
2. Earnest Money Deposit (EMD) of Rs. 5,000/- (Rupees Five Thousand Only) is
required to be deposited with the technical bid. The EMD of all the unsuccessful bidders
will be returned within 60 days from the date of opening of the Technical bids.
II. COVER-2 Sealed cover containing ONLY Financial bid (Annexure C)
Note: Sealed cover containing Technical bid should be superscribed “Technical
Bid – Electrical Audit of Star House –II, Bank of India”. Similarly, sealed cover
containing Technical bid should be superscribed “Financial Bid – Electrical Audit
of Star House –II, Bank of India”. Both these covers, the, should be kept and
sealed in a third envelop with superscription – “Tender documents for electrical
audit of Star House – II, Bank of India”
D. Clarifications on the bids/response to tender
The Bank in order to evaluate and compare the bids/response to quotations 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 suitable.
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 quotation 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.
11
G. Opening and Evaluation of Bids (Evaluation Methodology)
i) 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 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 theBidders.
ii) 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 maynot 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
iii) 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.
iv) Evaluation and Comparison of Price Bids
12
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 on the basis of price quoted
in the Annexure C of the commercial bid.
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 sealed quotations
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
13
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. 5,000/- 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 and energy audit should be completed i.e. submission of report and its
acceptance by BOI Management within three 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
14
the rate of half percent of the final contract price for each week of delay or part thereof
subject to a maximum of Rs. 5,000/- of the final contract value in addition to getting their
Performance Security Deposit forfeited.
Once sites are ready for implementation audit, agency should complete the
implementation audit within next two months after issuance of order for 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 half percent of the final contract price for each week of delay or part thereof
subject to a maximum of 5% or Rs 5,000/- of the final contract value in addition to to
getting their Performance Security Deposit forfeited. Bank will try to implement the
recommendations within three to six 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 legislation including the
requirements of :-
a) The payment of Wages Act
b) Owner’s Liability Act
c) Workmen’s Compensation Act
d) Contractor 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
15
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 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
shall otherwise discover or receive notice of a divergence between the statutory
requirements and all or any of the contract documents or any variation,
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 strict 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 (whatever mentioned in the contract or not) concerning the work. The
agency shall take instructions and directions from the Bank’s representative.
T Payment
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 of certification.
16
Annexure A
PROPOSAL FORM
(to be included in Technical Proposal Envelope)
Date :..............................
Bank of India
Head Office
Security Department
Star House, Bandra-Kurla Complex,
Plot No.C-5, G-Block,
Bandra (E), Mumbai 400 051
Sir,
Bank of India, invitation of sealed quotations for Comprehensive
Electrical Safety Audit & Energy Audit
Reference No. HO/SD/BK/61-D/ Dated 18th December 2017
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-II Building 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 Audit & Energy Audit for Star House-II Building 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.
17
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 ........................................ 2017
_________________________________________________________
(Signature In the capacity of duly authorized to sign Proposal for and on behalf of
___________________________)
*************************************************************************************
18
Sr.. Details To be furnished by Vendor
1. Name & Address of the Firm
2. PAN No.
3. Type of organization & year of incorporation
4. Correspondence address at Mumbai with contact persons name, telephone number, mobile number etc. (The company should have office and service facilities at Mumbai).
5. Qualification of Electrical Auditor, whether it is BEE certification?
6. Number of Electrical Safety and/or Energy Audit Works (minimum 1 jobs) carried out with a connected loadof minimum 1000 KW during the last 5 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.)
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………………….. ............................ 2017
_________________________________________________________________
(Signature In the capacity of and duly authorized to sign Proposal for and on behalf of
_________________________)
19
Annexure B
Details of Electrical Equipment of our Star House II Building-
Facility General Details-
Built –up-Area 1,25,000 Sq ft
Air conditioned space/No. of floors 2 B+G + 10 floors
Seating Capacity Approx. 500 Persons
Electricity -
Sanctioned Demand Load : 1366 KVA
Contract Demand : 967 KVA
Recorded Max. Demand : 591 KVA Billed Max. demand : 591 KVA
Power Factor/Load Factor :0.972 Sanctioned/Connected Load :967 KVA
Type of Supply : 3 phase Tariff Cat : HT II – Commercial
Load Details
Equipment Name
Nos. Capacity & Type Remarks Working + Standby
Transformer 1 Nos. 1250 KVA, Dry type, 1 Nos. HT indoor vacuum circuit breaker
Working
Chillers 4 Nos 200 TR Screw Chiller – 2 100 TR Screw Chiller-2
2 Working + 2 Standby
Air handling units
22 Nos
Pumps 6 Chiller pumps
15 HP – 2 Nos 3 HP- 4 Nos
3 working + 1 standby
2 Flushing pump
5.5 KW -02 Nos All working
2 domestic pump
3.0 KW -02 Nos All working
4 Sump pump 3.7 KW-18 Nos All working
DG Set 1 no 1010 KVA Working
Standalone Air Conditioning Units
Split AC units- 2 nos.
1.5 Tr Working
Fan Coil Unit (FCU) -24 No.
2 Tr each Working
Cassette AC -10 Nos
3 Tr each Working
20
Ductible AC units-1
8.75 Tr Working
UPS 2 Nos. 160 KVA – 2 Nos Working
Lifts 4 Nos. 1350 Kg capacity of each lift
All working
Basement Exhaust
Lower- 3 no Upper- 2 no
1 no-5.5 KW, 2 no- 23 KW 18.6 KW & 15 HP
All working
Kitchen Equipment
Fresh Air-1 Exhaust Fan-1
1.5 KW, 63 MCB 1.5 KW, 63 AMP
All Working
Distribution Board-Incomer-1100 KVA-2 Nos., ATS (Auto Transfer Switch)-2000A-1 Nos., VCB -800 Amp, 26.3 KVA to Transformer 1250 KVA to ATS ( Auto Transfer Switch)- 2000 AMP -1, same as connected other source 1010 KVA DG-1600 AMP-1 Nos, ACB for AMF Panel, APFC Panel 340 KVAR, ACB-800 AMP 2 nos, LT panel main Incomer-2000 AMP, ACB- 1 no & out going for rising- 1600 AMP ACB- 2 nos, External lights MCCB-125 AMP MCCB-1 no., Fire Fighting panel- 800 AMP MCCB-1 no from rising All floor main lighting panel MCCB-125 AMPS-10 nos(each floor one), sanitation & plumbing for MCCB- 125 AMP, Lower Basement panel for MCCB- 125 AMP I nos, UPS-1 main panel 400 AMP & UPS 2- 1 main panel 400 AMP, Upper basement main floor panel MCCB- 125 AMP for 10th floor canteen area panel MCCB- 250 AMP-1 no, Lift panel MCCB-315 AMP-1 no & 125 AMP-4 no for each lift, HVAC main ACB panel on terrace 600AMP-1 no.
Ventilation Fan:- STP lower basement- 1 no 1.5 KW( exhaust fan)-100 AMP -1 no, STP upper Basement- 3 nos- 1.19 KW ( each) 9 external fan)-63 AMP 2 no. 3 no, Fresh air fan lower basement- 2 no 23 KW each 100 AMP each
Diesel Generator set of 1010 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
21
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
(Note:- If there is any electrical item/equipment which is not mentioned 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 quoting,
after taking prior approval from us.)
22
ANNEXURE C
FINANCIAL BID
Name of work:- Electric Safety and Energy Audit of Star House-II Building, BKC Mumbai
Sr. Description & scope of work Qty. Rate
01 Electric Safety and Energy Audit of Star House-II Building, BKC Mumbai under Head Office. The rate shall include labor cost, travelling, equipment handling charges etc.
01
GST
TOTAL AMOUNT
(Signature of Bidder with seal of
Firm)
Name of Bidder/Company/Firm
Address of Bidder/Company/Firm