+ All Categories
Home > Documents > TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Date post: 26-Jan-2022
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
149
TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF NEW LIFTS (ELEVATORS) AT CORPORATE OFFICE BUILDING, URJANIDHI, 1 BARAKHAMBA LANE, CONNAUGHT PLACE, NEW DELHI - 110001 Tender No. 02:12:220:I:2019:Lift Replacement Date: 07.10.2019 ADD. GENERAL MANAGER (E&BM) POWER FINANCE CORPORATION LIMITED (PFC)
Transcript
Page 1: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND

SUPPLY, INSTALLATION, TESTING AND

COMMISSIONING OF NEW LIFTS (ELEVATORS) AT

CORPORATE OFFICE BUILDING, URJANIDHI, 1

BARAKHAMBA LANE, CONNAUGHT PLACE, NEW DELHI -

110001

Tender No. 02:12:220:I:2019:Lift Replacement Date: 07.10.2019

ADD. GENERAL MANAGER (E&BM) POWER FINANCE CORPORATION LIMITED (PFC)

(PUBLIC SECTOR UNDERTAKING) REGD OFFICE: “URJANIDHI”, 1 BARAKHAMBA LANE, CONNAUGHT PLACE, NEW DELHI-110001 TELEPHONE: 011-23456000 WEBSITE: www.pfcindia.com

Page 2: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

DETAILS FOR PUBLISHING TENDER ON NIC PORTAL

Name of the Organization Power Finance Corporation Limited

Type of Organization Public Sector Undertaking

Tender Ref. No. 02:12:220:I:2019:Lift Replacement

Tender Tile E-tender for Removal of old lifts and Supply, Installation,

Testing and Commissioning of new Lifts (elevators) at

corporate office building, URJANIDHI, 1 Barakhamba Lane,

Connaught Place, New Delhi -110001.

Product Category Maintenance works.

Sub-Category

Approx. Tender Value (In. Rs.) Rs 2,31,21,085/- EMD : Rs

5,00,000/-

Document Cost Rs

2,360/- inclusive

18% GST

Tender Type Open.

Location New Delhi

Document Download Date (from

https://www.mstcecommerce.com/eproc

home/PFCL/)

07.10.2019 From : 10.00 hrs

Last Date for Submission

(on

https://www.mstcecommerce.com/eproc

home/PFCL/)

05.11.2019 Up to : 11:00 hrs

Opening Date 05.11.2019 At : 11:30 hrs

Work Description

Pre-Qualification

Tender Documents Available on Website i.e. www.PFCLindia.com ,

www.tenders.gov.in, Central Procurement Portal (CPP),

https://www.mstcecommerce.com/eprochome/PFCL/

Bid Documents Available on Website i.e. www.PFCLindia.com,

www.tenders.gov.in & Central Procurement Portal (CPP),

https://www.mstcecommerce.com/eprochome/PFCL/

Sector

State New Delhi

For further Information Contact :

Name : Add. General Manager (E&BM)

E-mail :

Phone Office 011-23456000

Address : Power Finance Corporation Ltd.

“Urjanidhi”, 1 Barakhamba Lane, Connaught Place, New

Delhi-1

Page 3: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 3 of 148

POWER FINANCE CORPORATION LIMITED

Urjanidhi, #1, Barakhamba Lane, Connaught Place, New Delhi-110 001

Ref. No. 02:12:220:I:2019:Lift Replacement Date: 07.10.2019

Sub: E-tender for Removal of old lifts and supply, installation, Testing and Commissioning of new Lifts

(elevators) at corporate office building, URJANIDHI, #1, Barakhamba Lane, Connaught Place, New Delhi -

110001.

Dear Sir,

Power Finance Corporation Ltd., a Govt. of India Undertaking under the Administrative Control of Ministry

of Power invites E-tender for Removal of old lifts and supply, installation, Testing and Commissioning

of new Lifts (elevators) at corporate office building, URJANIDHI, #1, Barakhamba Lane, Connaught

Place, New Delhi -110001.

The following documents are enclosed which need to be uploaded duly signed in each and every page in

token of acceptance along with Earnest Money Deposit of Rs 5,00,000/- (Rs Five Lac Only).

S. N. Description

Tender Documents

Techno-commercial Bid Pages

1. Request for Proposal (RFP) 5-9

2. General Conditions of Contract (Section - GCC) Annexure I 10-29

3. Instruction to Bidder (Section-INB) Annexure II 30-44

4. Information & Special Conditions (Section-I&SC)

of Contract

Annexure III 45-67

5. Technical Specification (Section-TS) Annexure -IV 68-101

6. Formats Schedule-1 (Qualifying Requirement Data)

Schedule-2 (Technical Deviations) Schedule-3 (Commercial Deviations)

Schedule-4(Declaration regarding non Blacklisting) Schedule-5 (Letter Submitting Tender)

Schedule-6 (Acceptance of tender Conditions)

Schedule-7 (Affidavit) Schedule-8 (General Information)

Schedule-9 (Financial Details) Schedule-10 (Technical details)

Schedule-11 (Indemnity)

Schedule-12 (Integrity pact) Schedule-13 (Integrity pact)

Schedule-14 (Integrity pact- Agreement)

Annexure V 102-132

7. i. Performa for Bank Guarantee for Contract

Performance

ii. Performa of Bank Guarantee for Bid Guarantee iii. Performa for Advance Bank Guarantee

Appendix-I

Appendix-II Appendix-III

133-136

Price Bid

8 Price Bid Annexure VI 137-140

9. List of Documents 141

10. Special Instructions to Bidders for e-Tendering Appendix-IV 142-148

The bidders are required to submit EMD i.e. Rs 5,00,000/- in the form of Demand Draft/Banker’s Cheque drawn

in favour of “Power Finance Corporation Ltd.” payable at New Delhi. (Bidders are required to write their

name and full address on the back of Bank Draft/Banker’s Cheque submitted in support of tender document) or

Page 4: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 4 of 148

an irrevocable bank guarantee issued form any nationalized bank or reputed commercial bank in favour of Power

Finance Corporation Ltd., New Delhi in the Performa enclosed as Appendix –II. Bidders registered in MSME shall

be exempted from furnishing bid security / EMD.

In case no deviation is proposed in any of the clauses of technical or commercial enunciated in tender

document, the bidders are required to specify NIL categorically in Annexure V, Schedule 2 & 3. Non-submission of

Annexure V, Schedule 2 & 3 shall be treated as the bidder is accepting all the conditions in the tender as it is and

there is no deviation sought in the tender document.

Earnest Money Deposit of Rs 5,00,000/- , Tender Cost of Rs 2,360/-, NSIC/ MSME certificate

(which ever applicable) to be submitted in an envelope, which should be sealed and super scribed as “E-tender

for Removal of old lifts and supply, installation, Testing and Commissioning of new Lifts (elevators) at corporate

office building, URJANIDHI, #1, Barakhamba Lane, Connaught Place, New Delhi -110001 - Due on _05.11.2019

at 11:00 hrs.” and addressed to :

Add. General Manager (E&BM)

Power Finance Corporation Ltd. “Urjanidhi”,

1 Barakhamba Lane, Connaught Place, New Delhi – 110 001

Note :

Due Date & Time : 05.11.2019, 11:00 hrs.

Opening Date & Time : 05.11.2019, 11:30 hrs.

The above sealed envelope is to be dropped in the tender box, which is placed in the office premises of PFCL

(Near Reception) before the due date as mentioned above.

Yours faithfully,

Sd/-

(G. Onkara) Add. General Manager (E&BM)

Page 5: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 5 of 148

E-tender for Removal of Old Lifts and Supply, Installation, Testing and Commissioning of New Lifts (Elevators) at Corporate Office Building, URJANIDHI,

#1, Barakhamba Lane, Connaught Place, New Delhi -110001.

Request for Proposal (RFP)

Reference Number: 02:12:220:I:2019:Lift Replacement

POWER FINANCE CORPORATION LIMITED (A Govt. of India Undertaking)

Corp. Office: "Urjanidhi", 1 Barakambha Lane, Connaught Place, New Delhi-110001

Page 6: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 6 of 148

POWER FINANCE CORPORATION LIMITED “URJANIDHI”, 1 Barakhamba Lane, Connaught Place, New Delhi-110 001

Request for Proposal (RFP)

Ref. No. 02:12:220:I:2019:Lift Replacement Date: 07.10.2019

1.0 Item rate tenders are invited on behalf of the Power Finance Corporation Ltd. (PFCL) from the eligible Lift

manufacturers/ Contractors, for E-tender for Removal of Old Lifts and Supply, Installation, Testing and

Commissioning of new Lifts (elevators) at PFC’s corporate office building, URJANIDHI, #1, Barakhamba

Lane, Connaught Place, New Delhi -110001.

1.1 The work is estimated to cost Rs 2,31,21,085 (approx.). This estimate, however, is given merely as a

rough guide.

2.0 Bids shall be received up to 11:00 hrs. on 05.11.2019. Technical & Commercial Bids shall be

opened on the same day at 11:30 hrs (IST). PFCL shall not be responsible for any postal delay in r/o

EMD & bid cost etc. whatsoever. The time table for bid process is as follows:

Issue of RFP (Internet) 07.10.2019 from 10:00 hrs.

Date of commencement of sale of RFP

(from https://www.mstcecommerce.com/eprochome/PFCL/ )

07.10.2019 from 10:00 hrs.

Receipt of Queries (Through hard copy addressed to AGM

(E&BM))

16.10.2019 upto 17.30 hrs

Pre-Bid meeting scheduled at

Power Finance Corporation Ltd.,

G.F., Urjanidhi, 1, Barakhamba Lane, New Delhi- 110001.

22.10.2019 at 15.00 hrs

Last Date of Sale of RFP

(on https://www.mstcecommerce.com/eprochome/PFCL/ )

05.11.2019 up to 10:30 hrs.

Last Date & Time for receipt of Bid

(on https://www.mstcecommerce.com/eprochome/PFCL/ )

05.11.2019 upto 11:00 hrs

Date & Time of Opening of Technical & Commercial Bids 05.11.2019 at 11:30 hrs

Date & Time of Opening of Price Bids To be intimated later on to the eligible

bidders

Place of submission of Bids (https://www.mstcecommerce.com/eprochome/

PFCL/)

Place of Opening of Bids At PFCL office through e-procurement

https://www.mstcecommerce.com/eprochome/P

FCL/

Address for communication AGM (E&BM)

PFCL, Urjanidhi, Barakhamba Lane,

New Delhi – 110 001

Tel : 011-23456000, Fax : 011-23456000

However, bidders / tenderers will have to make offline payment of Rs 2,360/- in the form of separate Banker’s

Cheque in favour of “Power Finance Corporation Ltd.” payable at New Delhi on a/c of cost of tender document to

be procured from e-tender portal. The demand draft/ banker ‟s cheque in original may please be forwarded

to us before the date of opening of technical bid through e-procurement. Bidders are required to write their

name and full address on the back of Bank Draft/ Banker's Cheque. Tender received without the tender cost i.e.

Rs 2,360/- will not be considered for any reasons. Scanned copy of demand draft to be uploaded along with

bid on the e-portal. Bidders who are registered with National Small Industries Corporation (NSIC), Govt. of India

enterprises under “Single Point Registration Scheme” of Ministry of MSME shall be eligible for issue of tender

document free of cost and exemption from payment of EMD. They are required to upload scanned copy of the

Page 7: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 7 of 148

certificates online and submit copy of the same as a proof of such registration, for claiming the available

exemptions.

3.0 OFFICIAL TENDER DOCUMENTS

Official tender documents have to be procured by the bidder on his own company name from

https://www.mstcecommerce.com/eprochome/PFCL/ after registration on the above website for participation in

the tendering process before the closure date of sale of tender documents.

However, a free copy of tender documents is also available on above website as well as PFCL website for

viewing purpose only.

NOTE: BIDDERS ARE ADVISED TO START THE REGISTRATION PROCESS ON THE

HTTPS://WWW.MSTCECOMMERCE.COM/EPROCHOME/PFCL/ AS EARLY AS POSSIBLE AS IT MAY

TAKE A FEW DAYS SO AS TO AVOID ANY DELAY IN BID SUBMISSION (UPLOAD) STAGE

4.0 QUALIFYING REQUIREMENTS (ELIGIBILITY CRITERIA) OF BIDDERS

The limited tender invitation is open for the following lift manufacturers. However, they must possess the

following minimum qualifying requirements and provide satisfactory evidence in support of the same, failing

which their bid may be rejected:

a ) Otis Elevator Company India Limited (OTIS)

b ) Kone Elevator India Private Limited (KONE)

c ) Mitsubishi Elevators India Limited (MITSUBISHI)

d ) Hitachi Lift India Private Limited (HITACHI)

e ) Toshiba India Private Limited (TOSHIBA)

f) Fujitec India Pvt. Ltd. (FUJITEC)

I. Technical Requirement: -

The bidder should have successfully completed similar works during the preceding 07 (seven)

years from the bid submission date as mentioned below:

Three similar works each work costing not less than Rs 92,48,434/-

OR

Two similar works each work costing not less than Rs 1,15,60,543/-

OR

One similar work costing not less than Rs 1,84,96,868/-

The term ‘Similar work/s’ used above is defined as the agency having experience particularly in the

field of “Supply/ replacement, Installation, testing and commissioning of Lift/s“.

A work order along with a work completion certificate issued by the employer in proof of completion

of the work by the contractors shall be submitted.

II. Financial

Bidder should have average annual turnover of Rs. 70,00,000/- (For MSME & Startups average

annual turnover should be Rs 56,00,000/-) in financial years i.e. 2015-16, 2016-17 and 2017-18 and

must be a profit (Profit After Tax) making company at least in 2 Financial year during financial years

Page 8: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 8 of 148

out of the said three years. IT return, Audited Balance Sheet and Profit & Loss account for financial

years i.e. 2015-16, 2016-17 and 2017-18 shall be submitted.

In case, the audited balance sheet for latest financial year is not available, a certificate from the

Chartered Accountant on their letter head certifying the financial turnover and Profit for the above

said financial year may be submitted.

III. General requirements: -

a) The bidder must be an Indian Company/ firm, having its Office in Delhi/ NCR.

b) Bidders should submit company registration certificate/ partnership deed or any other

relevant document showing legal identification of the firm.

c) Bidder should have valid Registration with GST and Permanent Account Number.

d) Should not have been debarred/ blacklisted in CPWD or in any other Central/State

Government Department as on the date of bid submission date. Undertaking for the same shall be submitted in “Appendix- I”.

The bidder shall submit all necessary documentary evidence to establish that the Bidder meets the Qualifications Requirements as detailed above.

4.2 The bidder shall submit all necessary documentary evidence to establish that the Bidder meets the

Qualifications Requirements as detailed above.

5.0 All Technical, Commercial Bids and Price Bids must be submitted at the

https://www.mstcecommerce.com/eprochome/PFCL/. All bids must be accompanied by a bid guarantee

(EMD) for an amount of Rs 5,00,000/- as specified in the RFP and any bid not accompanied by the

required bid guarantee (EMD) shall not be opened. Scanned copies of banker cheque or demand draft on

a/c of tender cost and bid guarantee (EMD) need to be uploaded while submitting bids. Technical Bids

will be opened online through https://www.mstcecommerce.com/eprochome/PFCL/ on the specified date

and time. Price Bids of technically qualified bidders will be opened online through

https://www.mstcecommerce.com/eprochome/PFCL/ on a separate date and time which will be intimated

separately.

5.1. Pre-Bid meeting (if required)

A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing

or by e-mail at the Employer's address indicated in the Invitation for Bid or by sending email to

[email protected]. The Employer will respond to any request for clarification which he receives prior

to holding of Pre-Bid Meeting (if required). Copies of the Employer's response will be forwarded to all

recipients of the Bid documents, including a description of the enquiry but without identifying its source.

Pre -bid meeting, if required, shall be convened on 22.10.2019 at 15:00 hrs. at PFCL Urjanidhi Building, New

Delhi.

The purpose of the meeting shall be to clarify issues and to answer questions on any matter that may have

been raised by the prospective bidders in writing and received by the Employer’s office. No further queries

shall be entertained after pre-bid meeting.

Non-attendance at the pre-bid meeting will not be a cause for disqualification of the bidder.

Page 9: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 9 of 148

6.0 No further discussion/ interface will be granted to bidders whose bids have been disqualified. Power

Finance Corporation Limited reserves the right to accept or reject in part or full any or all the offers

without assigning any reason whatsoever.

7.0 Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders

submitted by the Contractors who resort to canvassing will be liable to rejection.

8.0 The tender for the works shall remain open for acceptance for a period of 120 days (One Hundred &

Twenty days) from the date of opening of tenders. If any Bidder withdraws his tender before the said

period or makes any modifications in the terms and conditions of the tender which are not acceptable or

the Contractor fails to commence the work, then the PFCL shall, without prejudice to any other right or

remedy, be at liberty to forfeit 100% of the said earnest money as aforesaid.

9.0 This request for proposal shall form a part of the contract document. The successful Bidder/ Contractor,

on acceptance of his tender by the Accepting Authority, shall, within 15 days from the stipulated date of

start of the work sign the contract.

10.0 The Request for Proposal and all the documents including Additional Conditions, Special Conditions,

General & Specification if any etc. forming the tender as issued at the time of invitation of tender and

acceptance thereof together with any correspondence leading thereto.

11.0 If any discrepancy is noticed between the documents as uploaded at the time of submission of the tender

and hard copies as submitted physically by the contactor the tender shall become invalid and cost of the

tender document shall be not be refunded.

12.0 Notwithstanding anything stated above, PFCL reserves the right to assess the capabilities and capacity of

the Bidder to perform the contract, in the overall interest of PFCL. In case, bidder’s capability and

capacities are not found satisfactory, PFCL reserves the right to reject the tender.

13.0 PFCL has appointed M/s Matrix Management Consultants Pvt. Ltd., 504, Madhuban building, 55, Nehru

Place, New Delhi-110019 as their consultants for the subject work. All bidders are requested to co-

ordinate with the Consultants at any stage of the work.

Note: The cost of the tender document in no case is to be included with EMD.

For & on behalf of the Chairman

Power Finance Corporation Limited

Sd/-

G. Onkara Add. General Manager (E&BM)

------------------END OF SECTION - RFP------------------

Page 10: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 10 of 148

E-tender for Removal of Old Lifts and Supply, Installation, Testing and Commissioning of New Lifts (Elevators) at Corporate Office Building,

URJANIDHI, #1, Barakhamba Lane, Connaught Place, New Delhi -110001.

GENERAL CONDITIONS OF CONDITIONS (SECTIONS-GCC)

Annexure-I

Reference Number: 02:12:220:I:2019:Lift Replacement

POWER FINANCE CORPORATION LIMITED (A Govt. of India Undertaking)

Corp. Office: "Urjanidhi", 1 Barakambha Lane, Connaught Place, New Delhi-110001

Page 11: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 11 of 148

SECTION – GCC GENERAL CONDITIONS OF CONTRACT

1.0 DEFINITION OF TERMS 1.1 ‘The Contract’ means the agreement entered into between Owner and Contractor as per

the Contract Agreement signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

1.2 ‘PFCL’/ ’Owner’ shall mean the Power Finance Corporation Limited., New Delhi, India (A Government of Undertaking) and shall include their legal representatives, successors and

assigns.

1.3 The terms Request for proposal (RFP), Notice Inviting Tender (NIT) shall mean the notice issued for inviting the Bids.

1.4 ‘Contractor’ or ‘Manufacturer’ shall mean the Bidder whose bid will be accepted by the Owner for the award of the Works and shall include such successful Bidder’s legal

representatives, successors and permitted assigns.

1.5 ‘Sub-Contractor’ shall mean the person named in the Contract for any part of the Works or

any person to whom any part of the Contract has been sublet by the Contractor with the consent in writing of the Engineer and will include the legal representatives, successors

and permitted assigns of such person.

1.6 ‘Engineer’ shall mean the officer appointed in writing by the Owner to act as Engineer

from time to time for the purpose of the Contract by the Owner.

1.7 ‘Consulting Engineer’/ ‘Consultants’ shall mean M/s Matrix Management Consultants Pvt. Ltd. The term Consultant shall also include the Consultant’s authorized representative(s).

1.8 The terms ‘Equipment’, ‘Stores’, and ‘Materials’ shall mean and include equipment, stores

and materials to be provided by the Contractor under the Contract.

1.9 ‘Works’ shall mean and include the furnishing of equipment/materials at site and if

required, supervision of unloading, storage, handling at site, erection, testing & commissioning and putting into satisfactory operation as defined in the Contract.

1.10 ‘Specifications’ shall mean the Specifications and Bidding Document forming a part of the Contract and such other Schedules and drawings as may be mutually agreed upon.

1.11 ‘Site’ shall mean and include the land and other places on, into or through which the

Works and the related facilities are to be erected or installed and any adjacent land, paths, street or reservoir which may be allocated or used by the Owner or Contractor in the

performance of the Contract.

1.12 The term ‘Contract Price’ shall mean the lump sum price quoted by the Contractor in his

bid with additions and/or deletions as may be agreed and incorporated in the Letter of Award, for the entire scope of the works.

1.13 The term ‘Equipment Portion’ of the Contract price shall mean the ex-works value of the equipment.

1.14 The term ‘Erection Supervision Portion’ of the Contract price shall mean the value of the

field activities of the Works including port clearance, if any, inland transportation,

insurance and supervision of handling and storage, erection, testing and putting into satisfactory operation including successful completion of performance and guarantee tests

to be performed at Site by the Contractor including cost of insurance.

Page 12: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 12 of 148

1.15 ‘Manufacturer’s Works’ or ‘Contractor’s Works’ shall mean the place of Works used by the manufacturer, the Contractor, their collaborators/associates or Sub-Contractors for the

performance of the Contract.

1.16 ‘Inspector’ shall mean the Owner or any person nominated by the Owner from time to

time, to inspect the equipment, stores or Works under the Contract and/or the duly authorized representative of the Owner.

1.17 ‘Notice of Award of the Contract’ / ‘Letter of Award’ / ‘Telex of Award’ shall mean the

official notice issued by the Owner notifying the Contractor that his bid has been accepted.

1.18 ‘Date of Contract’ shall mean the date on which Notice of Award of Contract/Letter of

award has been issued.

1.19 ‘Month’ shall mean the calendar month. ‘Day’ or ‘Days’ unless herein otherwise expressly defined shall mean calendar day or days of 24 hours each. A ‘Week’ shall mean continuous

period of seven (7) days.

1.20 ‘Writing’ shall include any manuscript, type written or printed statement, under or over

signature and/or seal as the case may be.

1.21 When the words ‘Approved’, ‘Subject to Approval’, ‘Satisfactory’, ‘Equal to’, ‘Proper’,’ ‘Requested’, ‘As Directed’, ‘Where Directed’, ’When Directed’, ‘Determined by’, ‘Accepted’,

‘Permitted’, or words and phrases of like importance are used the approval, judgment,

direction etc., is understood to be a function of the Owner/Engineer.

1.22 ‘Test on completion’ shall mean such tests as prescribed in the Contract to be performed by the Contractor before the work is taken over by the Owner.

1.23 ‘Start up’ shall mean the time period required to bring the equipment covered under the Contract from an inactive condition, when construction is essentially completed, to the

state ready for trial operation. The startup period shall include preliminary inspection and checkout of equipment and supporting sub-system, initial operation of the complete

equipment covered under the Contract to obtain necessary pre-trial operation data,

perform calibration and corrective action, shut down, inspection and adjustment prior to the trial operation period.

1.24 ‘Initial operation’ shall mean the first integral operation of the complete equipment

covered under the Contract with the sub-system and supporting equipment in service or available for service.

1.25 ‘Trial operation’, ‘Reliability Test’, ‘Trial Run’, ‘Completion test’, shall mean the extended period of time after the start up period. During this trial operation period the unit shall be

operated over the full load range. The length of Trial Operation shall be as determined by the Engineer, unless otherwise specified elsewhere in the Contract.

1.26 ‘Performance and Guarantee Test’ shall mean all operational checks and tests required to determine and demonstrate capacity, efficiency, and operating characteristics as specified

in the Contract Documents.

1.27 The term ‘Final Acceptance’ shall mean the Owner’s written acceptance of the Works performed under the Contract, after successful commissioning/completion of Performance

and Guarantee Tests, as specified in the accompanying Technical Specifications or

otherwise agreed in the Contract.

1.28 ‘Commercial Operation’ shall mean the condition of operation in which the complete equipment covered under the Contract is officially declared by the Owner to be available

for continuous operation at different loads up to and including rated capacity. Such

Page 13: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 13 of 148

declaration by the Owner, however, shall not relieve or prejudice the Contractor of any of

his obligations under the Contract.

1.29 ‘Warranty Period’/‘Maintenance Period’ shall mean the period during which the Contractor shall remain liable for repair or replacement of any defective part of the Works performed

under the Contract.

1.30 ‘Latent Defects’ shall mean such defects caused by faulty design, material or workmanship

which cannot be detected during inspection, testing etc. based on the technology available for carrying out such tests.

1.31 ‘Drawings’/ ‘Plans’ shall mean all:

a) Drawings furnished by the Owner/Consultant as a basis for Bid/Proposal

b) Supplementary drawings furnished by the Owner /Consultant to clarify and to define in greater detail the intent of the Contract.

c) Drawings submitted by the Contractor with his bid provided such drawings are acceptable to the Owner/Consultant.

d) Drawings furnished by the Owner/Consultant to the Contractor during the progress of

the work; and

e) Engineering data and drawings submitted by the Contractor during the progress of the

work provided such drawings are acceptable to the Engineer/Owner.

1.32 Words imparting the singular only shall also include the plural and vice-versa where the context so required.

1.33 Words imparting ‘Person’ shall also include firms, companies, corporations and associations or bodies of individuals, whether incorporated or not.

1.34 Terms and expressions not herein defined shall have the same meanings as are assigned

to them in the Indian Sale of Goods Act (1930), failing that in the Indian Contract Act

(1872) and failing that in the General Clauses Act (1897) including amendments thereof, if any.

The various Acts and Regulations are normally available for sale from the following

addresses:

i) Deputy Controller,

Publication Department, Government of India,

Civil Lines, DELHI-110006

ii) Deptt. of Publication, (Government of India),

Kitab Mahal, Unit No.21, Emporia Building, Baba Kharak Singh Marg,

NEW DELHI-110001 or

With leading authorized Government of India Book-sellers.

1.35 In addition to the above the following definitions shall also apply,

a) ‘All equipment and materials’ to be supplied shall also mean ‘Goods’

Page 14: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 14 of 148

b) ‘Constructed’ shall also mean ‘erected and installed’

c) ‘Contract Performance Guarantee’ shall also mean ‘Contract Performance Security’

2.0 APPLICATION These General Conditions shall apply to the extent that they are not superseded by

provisions in other parts of the Contract.

3.0 STANDARDS The goods supplied under this Contract shall conform to the standards mentioned in the

Technical Specifications, and, when no applicable standard is mentioned to the authoritative standard appropriate to the goods and such standards shall be the latest

issued by the concerned institution.

4.0 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specifications, schedules, notices,

correspondences, operating and maintenance instructions, drawings or any other writing shall be written in English language. The Metric system of measurement shall be used

exclusively in the Contract.

5.0 CONTRACT DOCUMENTS 5.1 The term Contract Documents shall mean and include the following which shall be deemed

to form an integral part of the Contract;

a) Invitation to Bid including letter forwarding the Bidding documents, Instructions to

Bidders, General Terms and Conditions of Contract and all other documents included in the tender document and the Special Conditions of Contract.

b) Specifications of the equipment / Services to be furnished under the Contract as brought out in the accompanying Technical Specifications.

c) Contractor’s Bid Proposal and the documents attached thereto including the letters

of clarifications thereto between the Contractor and the Owner/Consultant prior to

the Award of Contract except to the extent of repugnancy.

d) All the materials, literature, data and information of any sort given by the Contractor along with his bid subject to the approval of the Owner/ Consultant.

e) Letter of Award and any agreed variations of the conditions of the documents and

special terms and conditions of Contract, if any.

5.2 In the event of any conflict between the above mentioned documents, the matter shall be

referred to the Engineer whose decision shall be considered as final and binding upon the parties.

6.0 USE OF CONTRACT DOCUMENTS AND INFORMATION

6.1 The Contractor shall not, without the Owner’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information

furnished by or on behalf of the Owner in connection therewith, to any person other than a

person employed by the Contractor in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be

necessary for purpose of such performance.

Page 15: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 15 of 148

6.2 The Contractor shall not, without the Owner’s prior written consent, make use of any document or information enumerated in various Contract documents except for purpose

of performing the Contract.

6.3 The Contractor shall not communicate or use in advertising, publicity, sales releases or in

any other medium, photographs or other reproduction of the Works under this Contract, or descriptions of the Site, dimensions, quantity, quality or other information, concerning the

Works unless prior written permission has been obtained from the Owner.

6.4 Any document, other than the Contract itself, enumerated in various Contract documents shall remain the property of the Owner and shall be returned (in all copies) to the Owner

on completion of the Contractor’s performance under the Contract if so, required by the

Owner.

7.0 CONSTRUCTION OF THE CONTRACT 7.1 Notwithstanding anything stated elsewhere in the bid documents, the Contract to be

entered into will be on the basis of Supply-cum-Supervision of Erection Contract or Supply

Contract. The Supply Portion of the Contract will relate to the supply of equipment & materials and transportation and the supervision of erection portion will relate to

supervision of erection, testing, commissioning etc. as defined in the bid documents. The Owner will pay the sales tax for the supply of equipment and materials in accordance with

the law. The sales tax should not be included in the bid price in the proposal but indicated separately.

7.2 In case where the Owner hands over his equipment to the Contractor for executing, then the Contractor shall at the time of taking delivery of the equipment/dispatch documents be

required to execute an Indemnity Bond in favour of the Owner in the form acceptable to PFCL for keeping the equipment in safe custody and to utilize the same exclusively for the

purpose of the said Contract. Samples of Performa for the Indemnity Bond are enclosed as

Schedule-11 of this document.

7.3 The Contract shall in all respects be construed and governed according to Indian laws.

7.4 It is clearly understood that the total consideration for the Contract(s) has been broken up into various components only for the convenience of payment of advance under the

Contract(s) and for the measurement of deviations or modifications under the Contract(s).

8.0 JURISDICTION OF CONTRACT

8.1 The laws applicable to the Contract shall be the laws in force in India. The Courts of Delhi shall have exclusive jurisdiction in all matters arising under this Contract.

9.0 MANNER OF EXECUTION OF CONTRACT 9.1 The Owner, after the issue of the Letter of Award to the Contractor will send one copy of

the final agreement to the Contractor for his scrutiny and approval.

9.2 The Agreement, unless otherwise agreed to, shall be signed within 60 days of the acceptance of the Letter of Award, at the office of the Owner at New Delhi on a date and

time to be mutually agreed. The Contractor shall provide for the signing of the Contract,

Performance Guarantee in six copies, appropriate power of attorney and other requisite materials. In case the Contract is to be signed beyond the stipulated time, the Bid

Guarantee submitted with the proposal will have to be extended accordingly.

9.3 The Agreement will be signed in six originals and the Contractor shall be provided with one

signed original and the rest will be retained by the Owner.

Page 16: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 16 of 148

9.4 The Contractor shall provide free of cost to the Owner all the engineering data, drawings and descriptive materials submitted with the bid, in at least six (6) copies to form a part of

the Contract immediately after issue of Letter of Award.

9.5 Subsequent to signing of the Contract, the Contractor at his own cost shall provide the

Owner with at least three (03) true copies of Agreement within thirty (30) days after the signing of the Contract.

10.0 ENFORCEMENT OF TERMS

10.1 The failure of either party to enforce at any time any of the provisions of this Contract or any rights in respect thereto or to exercise any option therein provided, shall in no way be

construed to be a waiver of such provisions, rights or options or in any way to affect the

validity of the Contract. The exercise by either party of any of its rights herein shall not preclude or prejudice either party from exercising the same or any other right it may have

under the Contract.

11.0 COMPLETION OF CONTRACT

11.1 Unless otherwise terminated under the provisions of any other relevant clause, this Contract shall be deemed to have been completed on the expiry of the warranty Period as

provided for under the clause entitled ‘Warranty’ in this Section of the Volume-I.

12.0 TIME -THE ESSENCE OF CONTRACT 12.1 The time and the date of completion of the Contract as stipulated in the Contract by the

Owner without or with modifications, if any, and so incorporated in the Letter of Award,

shall be deemed to be the essence of the Contract. The Contractor shall so organize his resources and perform his work as to complete it not later than the date agreed to.

12.2 The Contractor shall submit a detailed PERT network/bar chart within the time frame

agreed consisting of adequate number of activities covering various key phases of the work

such as design, procurement, manufacturing, shipment and supervision of erection activities within fifteen (15) days of the date of Notice of Award of Contract. This network

shall also indicate the interface facilities to be provided by the Owner and the dates by which such facilities are needed. The Contractor shall discuss the network so submitted

with the Owner and the agreed network shall form part of the Contract Documents. As provided in the clause of Terms of Payment in this section, finalization of the network/bar

charts will be precondition to release of any initial advance to the Contractor. During the

performance of the Contract, if in the opinion of the Engineer, proper progress is not maintained, suitable changes shall be made in the Contractor’s operations to ensure proper

progress without any cost implication to the Owner. The interface facilities to be provided by the Owner in accordance with the agreed network shall also be reviewed while

reviewing the progress of the Contractor.

12.3 Based on the above agreed network/bar chart, fortnightly reports shall be submitted by the

Contractor as directed by the Engineer.

12.4 Subsequent to the finalization of the network, the Contractor shall make available to the Engineer a detailed manufacturing Programme, in line with the agreed Contract Network.

Such manufacturing Programme shall be reviewed, updated and submitted to the Engineer

once every two months thereafter.

12.5 The above bar charts/manufacturing Programme shall be compatible with the Owner’s computer environment and furnished to the Owner on such media as may be desired by

the Owner.

Page 17: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 17 of 148

13.0 EFFECTIVENESS OF CONTRACT

The Contract shall be considered as having come into force from date of the Notification of Award unless otherwise provided in the Notification of Award.

14.0 LIQUIDATED DAMAGES

14.1 If the Contractor fails to deliver equipment & materials within the time fixed under the Contract, the Contractor shall pay to the Owner as liquidated damages and not as penalty,

a sum specified for each specified period of delay. The details of such liquidated damages

are brought out in the accompanying Special Conditions of Contract (I&SC).

14.2 Equipment and materials will be deemed to have been delivered only when all its components, parts are also delivered. If certain components are not delivered in time, the

equipment and materials will be considered as delayed until such time the missing parts are

also delivered.

14.3 The liquidated damage shall be recovering 0.5% (Half percent) for each week of the delay. The total amount of liquidated damages for delay under the Contract will be subject to a

maximum of 5% of the Contract price (SITC of lifts; cost of CAMC will not be considered).

15.0 WARRANTY

The Vendor shall ensure that all material/equipment/services executed/rendered under the order shall conform to the Purchaser’s requirements and specifications. The vendor

guarantees the material/equipment/service under the order free from defects arising from design, materials or workmanship, for a period of 24 months from the date of commissioning

and taking over. The vendor agrees to replace any material which has proved defective or

fails to conform to the desired specifications free of cost to the Purchaser. The guarantee period for such replaced part shall be same as for the material/equipment’s/services rendered

and specified earlier.

16.0 TAXES, PERMITS & LICENCES

The Contractor shall be liable and pay all non-Indian taxes, duties, levies, lawfully assessed against the Owner or the Contractor in pursuance of the Contract. In addition the

Contractor shall be responsible for payment of all Indian duties, levies and taxes lawfully assessed against the Contractor for his personal income & property only. This clause shall

be read in conjunction with Clause 9.0 of Section INB of this document.

17.0 REPLACEMENT OF DEFECTIVE PARTS AND MATERIALS

17.1 If during the performance of the Contract, the Engineer shall decide and inform in writing to the Contractor that the Contractor has manufactured any equipment, material or part of

equipment unsound and imperfect or has furnished any equipment inferior to the quality specified, the Contractor on receiving details of such defects or deficiencies shall at his own

expense within seven (7) days of his receiving the notice, or otherwise, within such time as

may be reasonably necessary for making it good, proceed to alter, reconstruct or remove such works and furnish fresh equipment /materials up to the standards of the

specifications. In case the Contractor fails to do so, the Engineer may on giving the Contractor seven (7) days notice inviting of his intentions to do so, proceed to remove the

portion of the Works so complained of and at the cost of the Contractor perform all such works, furnish all such equipment /materials provided that nothing in this clause shall be

deemed to deprive the Owner of or affect any rights under the Contract which the Owner

may otherwise have in respect of such defects and deficiencies.

17.2 In the event, the equipment and materials or any portion thereof are damaged or lost during transit, the Owner shall give notice to the Contractor setting forth the particulars of

Page 18: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 18 of 148

such equipment and materials damaged or lost during transit. The replacement of such

equipment and materials to be effected by the Contractor, free of all costs, including handling and transportation charges up to site, within a reasonable time to avoid

unnecessary delay in commercial operation of the equipment.

17.3 Replacement of defective parts or materials during guarantee period shall be in accordance

with the clause entitled ‘Guarantee’ above.

17.4 The Contractor’s full and extreme liability under this clause shall be satisfied by the payment to the Owner of the extra cost, of such replacement procured including handling &

transportation to site as provided for in the Contract, such extra cost being the ascertained difference between the price paid by the Owner for such replacement and the Contract

Price by portion for such defective equipment / materials /works and repayments of any

sum paid by the Owner to the Contractor in respect of such defective equipment/materials. Should the Owner not so replace the defective equipment /materials the Contractor’s

extreme liability under this clause shall be limited to repayment of all sums paid by the Owner under the Contract for such defective equipment/materials.

18.0 PATENT RIGHT AND ROYALTIES Royalties and fees for patents covering materials, articles, apparatus, devices, equipment or

processes used in the works shall be deemed to have been included in the Contract Price. The Contractor shall satisfy all demands that may be made at any time for such royalties or

fees and he alone shall be liable for any damages or claims for patent infringements and shall keep the Owner indemnified in that regard. The Contractor shall, at his own cost and

expense, defend all suits or proceedings that may be instituted for alleged infringement of

any patents involved in the Works, and, in case of an award of damages, the Contractor shall pay for such damages. In the event of any suit or other proceedings instituted against

the Owner, the same shall be defended at the cost and expense of the Contractor who shall also satisfy/comply with any decree, order or award made against the Owner. But it shall

be understood that no such machine, plant, work, material or thing has been used by the

Owner for any purpose or any manner other than that for which they have been furnished and installed by the Contractor and specified under these specifications. Final payment to

the Contractor by the Owner will not be made while any such suit or claim remains unsettled. In the event any apparatus or equipment or any part thereof furnished by the

Contractor, is in such suit or proceeding held to constitute infringement and its use is enjoined, the Contractor shall at his option and at his own expense, either procure for the

Owner, the right to continue the use of said apparatus, equipment or part thereof, replace

it with non-infringing apparatus or equipment or modify it so it becomes non-infringing.

19.0 DEFENCE OF SUITS If any action in court is brought against the Owner or Engineer or an officer or agent of the

Owner, for the failure, omission or neglect on the part of the Contractor to perform any

acts, matters, covenants or things under the Contract, or for damage or injury caused by the alleged omission or negligence on the part of the Contractor, his agents,

representatives or his Sub-Contractors, or in connection with any claims based on lawful demands of Sub-Contractors, workmen, suppliers or employees, the Contractor shall in all

such cases indemnify and keep the Owner and the Engineer and / or his representative,

harmless from all losses, damages, expenses or decrees arising of such action.

Page 19: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 19 of 148

20.0 ENGINEER’S DECISION 20.1 In respect of all matters which are left to the decision of the Engineer including the

granting or with-loading of the certificates, the Engineer shall, if required to do so by the Contractor, give in writing a decision thereon.

20.2 If in the opinion of the Contractor, a decision made by the Engineer is not in accordance

with the meaning and intent of the Contract the Contractor may file with the Engineer, with

fifteen (15) days after receipt of the decision, a written objection to the decision. Failure to file an objection within the allotted time will be considered as an acceptance of the

Engineer’s decision and the decision shall become final and binding.

20.3 The Engineer’s decision and filing of the written objection thereto shall be a condition

precedent to the right to request arbitration. It is the intent of the Agreement that there shall be no delay in the execution of the works and decision of the Engineer as rendered

shall be promptly observed.

21.0 POWER TO VARY OR OMIT WORK

21.1 No alterations, amendments, omissions, suspensions or variations of the Works (hereinafter referred to as ‘variation’) under the Contract as detailed in the Contract Documents, shall

be made by the Contractor except as directed in writing by the Engineer, but the Engineer shall have full powers subject to the provisions hereinafter Contained, from time to time

during the execution of the Contract, by notice in writing to instruct the Contractor to make such variation without prejudice to the Contract. The Contractor shall carry out such

variation and be bound by the same conditions as far as applicable as through the said

variations occurred in the Contract documents. If any suggested variations would, in the opinion of the Contractor, if carried out, prevent him from fulfilling any of his obligations or

guarantees under the Contract, he shall notify the engineer thereof in writing and the engineer shall decide forthwith whether or not, the same shall be carried out and if the

engineer confirms his instructions, the Contractor’s obligations and guarantees shall be

modified to such an extent as may be mutually agreed. Any agreed difference in cost occasioned by any such variation shall be added to or deducted from the Contract Price as

the case may be.

21.2 In the event of Engineer requiring any variation, a reasonable and proper notice shall be given to the Contractor to enable him to work his arrangement accordingly, and in cases

where goods or materials are already prepared or any design, drawings or pattern made or

work done requires to be altered, a reasonable and agreed sum in respect thereof shall be paid to the Contractor.

21.3 In any case in which the Contractor has received instructions from the Engineer as to the

requirement of carrying out the alterations or additional or substituted work which either

then or later on, will in the opinion of the Contractor, involve a claim for additional payment, the Contractor shall immediately and in no case later than thirty (30) days, after

receipt of the instructions aforesaid and before carrying out the instructions, advise the Engineer to that effect. But the Engineer shall not become liable for the payment of any

charges in respect of any such variations, unless the instructions for the performance of the

same shall be confirmed in writing by the Engineer.

21.4 If any variation in the Works results in a reduction of Contract Price, the parties shall agree, in writing so to the extent of any change in the price, before the Contractor proceeds with

the change.

21.5 In all the above cases, in the event of a disagreement as to the reasonableness of the said

sum, the decision of the Engineer shall prevail.

Page 20: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 20 of 148

21.6 Notwithstanding anything stated above in this clause, the Engineer shall have the full

power to instruct the Contractor, in writing, during the execution of the Contract to vary the quantities of the items or groups of items in accordance with the provisions of clause

23.0 in this section. The Contractor shall carry out such variations and be bound by the same conditions as though the said variations occurred in the Contract Documents.

However, the Contract Price shall be adjusted at the rates and the prices provided for the

original quantities in the Contract.

22.0 ASSIGNMENT AND SUB-LETTING OF CONTRACT 22.1 The Contractor may, after informing the Engineer and getting his written approval, assign

or sub-let the Contract or any part thereof other than for raw materials, for minor details or for any part of the plant for which makes are identified in the Contract. Suppliers of the

equipment not identified in the Contract or any change in the identified suppliers shall be

subjected to approval by the Engineer. The experience list of equipment vendors under considerations by the Contractor for this Contract shall be furnished to the Engineer for

approval prior to procurement of all such items/equipment. Such assignment/subletting shall not relieve the Contractor of any obligation, duty or responsibility under the Contract.

Any assignment as above, without prior written approval of Engineer, shall be void.

22.2 For components/equipment procured by the Contractor for the purposes of the Contract,

after obtaining the written approval of the Owner, the Contractor’s purchase specifications and enquiries shall call for quality plans to be submitted by the suppliers along with their

proposals. The quality plans called for from the Vendors shall set out, during the various stages of manufacture and installation, the quality practices and procedures followed by the

vendor’s quality control Organisation, the relevant reference documents/standard used,

acceptance level, inspection documentation raised, etc. Such quality plans of the successful vendors shall be discussed and finalized in consultation with the Engineer and shall form a

part of the purchase order/Contract between the Contractor and the Vendor. Within 3 weeks of the release of the purchase orders/Contracts for such bought-out

items/components, a copy of the same without price details, but together with detailed

purchase specifications, quality plans and delivery conditions shall be furnished to the Engineer by the Contractor.

23.0 CHANGE OF QUANTITY

23.1 During the execution of the Contract, the Owner reserves the right to increase or decrease the quantities of items under the Contract but without any change in unit price or other

terms and conditions. Such variations unless otherwise specified in the accompanying

Special Conditions of Contract and /or Technical Specifications, shall not be subjected to any limitations for the individual items but the total variations in all such items under the

Contract shall be limited to a percentage of the Contract price as specified in the Special Conditions of Contract.

23.2 The Contract Price shall accordingly be adjusted based on the unit rates available in the Contract for the change in quantities as above. The base unit rates, as identified in the

Contract shall however remain constant during the currency of the Contract. In case the unit rates are not available for the change in quantity, the same shall be subject to mutual

agreement.

24.0 PACKING, FORWARDING AND SHIPMENT

24.1 The Contractor, wherever applicable, shall after proper painting, pack and crate all equipment in such a manner as to protect them from deterioration and damage during rail

and road transportation to the site and storage at the site till the time of erection. The Contractor shall be held responsible for all damages due to improper packing.

Page 21: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 21 of 148

24.2 The Contractor shall notify the Owner of the date of each shipment from his works, and the

expected date of arrival at the Site for the information of the Owner.

24.3 The Contractor shall also give all shipping information concerning the weight, size and content of each packing including any other information the Owner may require.

24.4 The following documents shall be sent by registered post to the Owner within 3 days from the date of shipment, to enable the Owner to make progressive payments to the

Contractor: -

Application for payment in the standard format of the Owner (2 copies) Invoice (3 copies)

Packing list (3 copies)

Pre-dispatch clearance certificate, if any (2 copies) Test certificate, wherever applicable (2 copies)

Insurance Certificate (2 copies).

24.5 The Contractor shall prepare detailed packing list of all packages and containers, bundles

and loose material forming each and every consignment dispatched to Site. The Contractor shall further be responsible for making all necessary arrangements, for loading, unloading

and other handling right from his works up to the Site and also for all supervision activities, if required, till the equipment is erected, tested and commissioned.

25.0 COOPERATION WITH OTHER CONTRACTORS AND CONSULTING ENGINEERS

The Contractor shall agree to cooperate with the Owner’s other Contractors and Consulting Engineers and freely exchange with them such technical information as is necessary to

obtain the most efficient and economical design and to avoid unnecessary duplication of efforts. The Engineer shall be provided with three copies of all correspondence addressed

by the Contractor to other Contractors and Consulting Engineers of the Owner in respect of

such exchange of technical information.

26.0 NO WAIVER OF RIGHTS Neither the inspection by the Owner or the Engineer or any of their officials, employees, or

agents nor any order by the Owner or the Engineer for payment of money or any payment

for an acceptance of, the whole or any part of the Works by the Owner or the Engineer, nor any extension of time, nor any possession taken by the Engineer shall operate as a

waiver of any provision of the Contract, or of any power herein reserved to the Owner or any right to damages herein provided nor shall any waiver of any beach in the Contract be

held to be a waiver of any other or subsequent breach.

27.0 CERTIFICATE NOT TO AFFECT RIGHT OF OWNER AND LIABILITY OF CONTRACTOR

No interim payment certificate of the Engineer, nor any sum paid on account by the Owner,

nor any extension of time for execution of the Works granted by the Engineer shall affect or prejudice the rights of the Owner against the Contractor or relieve the Contractor of his

obligation for the due performance of the Contract, or be interpreted as approval of the

works done or of the equipment furnished and no certificates shall create liability for the Owner to pay for alterations, amendments, variations or additional works not ordered, in

writing, by the Engineer or discharge the liability of the Contractor for the payment of damages whether due, ascertained, or certified or not or any sum against the payment of

which he is bound to indemnify the Owner, nor shall any such certificate nor the

acceptance by him of any sum paid on account or otherwise affect or prejudice the rights of Owner against the Contractor.

Page 22: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 22 of 148

28.0 TRAINING OF OWNER’S PERSONNEL

28.1 The Contractor shall undertake to train free of cost, personnel selected and sent by the Owner at the works of the Contractor unless otherwise specified in the Technical

Specifications. The period and the nature of training for the individual personnel shall be agreed upon mutually between the Contractor and Owner. These engineering personnel shall

be given special training in the shops, where the equipment will be manufactured and/or in their Collaborator’s works and where possible, in any other plant where equipment

manufactured by the Contractor or his collaborator is under installation, operation, or testing

to enable those personnel to become familiar with the equipment being furnished by the Contractor. The details of the number of persons to be trained, period of training, nature of

training etc. shall be as outlined in accompanying Technical Specifications/Special Conditions of Contract.

28.2 All traveling and living expenses for the personnel to be trained during the total period of training will be borne by the Owner. These personnel, while undergoing training, shall be

responsible to the Contractor for discipline.

28.3 The Owner shall not be entitled for any rebate whatsoever on any account in the event of his

failing to avail of the training facilities, for any reason.

29.0 TAKING OVER 29.1 Upon receipt of equipment and materials at the designated destination and after Inspection,

the Owner will issue to the Contractor, a Taking over Certificate in which he shall certify the date on which equipment and materials have been received.

29.2 Such certificate shall not unreasonably be withheld nor will the Engineer delay the issuance thereof, on account of minor omissions or defects, which in the opinion of the Engineer do

not cause any serious risk to the equipment and materials. Such Certificate shall not relieve the Contractor any of the obligations which otherwise survive, by the terms and conditions of

the Contract after issuance of such Certificate.

30.0 CONTRACT PERFORMANCE GUARANTEE

The Contractor shall furnish Contract Performance Guarantee(s) for the proper fulfillment of the Contract in the prescribed form within thirty (30) days of “Notice of Award of Contract”.

The performance guarantee(s) shall be as per terms prescribed in Section INB and/or Information & Special Conditions of Contract.

31.0 PAYMENT 31.1 The payment to the Contractor for the performance of the works under the Contract will be

made by the Owner as per the guidelines and conditions specified herein. All payments made during the Contract shall be on-account payments only. The final payment will be made on

completion of all Works and on fulfillment by the Contractor of all his liabilities under the

Contract.

31.2 Currency of Payment

All payments under the Contract shall be in Indian Rupees only.

31.3 Due Dates for Payment

Owner will make progressive payment as and when the payment is due as per the terms of

payment set forth in the accompanying Special Conditions of Contract. Progressive payments will become due to and payable by the Owner within Fifteen(15) days of the date of receipt

Page 23: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 23 of 148

of Contractor’s bill/invoice/debit note by the Owner, provided the documents submitted are

complete in all respects.

31.4 Payment Schedule

The Contractor shall prepare and submit to the Engineer for approval, a break-up of the

Contract Price. This Contract Price break-up shall be interlinked with the agreed detailed Bar Chart of the Contractor setting forth his starting and completion dates for the various key

phases of Works prepared as per condition in Clause 12.0 above. Any payment under the Contract shall be made only after the Contractor’s price break-up is approved by the

Engineer. The aggregate sum of the Contractor’s price break-up shall be equal to the lump-sum Contract Price..

31.5 Application for Payment

31.5.1 The Contractor shall submit application for the payment in the standard Performa of the Owner.

31.5.2 Each such application shall state the amount claimed and shall set forth in detail in the order of the Payment Schedule, particulars of the Works including the Works executed at Site and

of the equipment shipped/brought on to the Site pursuant to the Contract up to the date mentioned in the application and for the period covered since the last preceding certificate, if

any.

31.5.3 Every interim payment certificate shall certify the Contract value of the Works executed up to

the date mentioned in the application for the payment certificate, provided that no sum shall be included in any interim payment certificate in respect of the Works that, according to the

decision of Engineer, does not comply with the Contract, or has been performed, at the date of certificate prematurely.

31.6 Mode of Payment

31.6.1 Payments due on dispatch of Equipment/ materials shall be made by the Owner through E-Banking system within 15 working days from the date of receipt of bill in the corporation.

The requisite details to release payment through E-banking will have to be furnished by the

successful bidder after award of contract.

31.7 Terms of Payment

The terms of payment for various activities under the Contract are as under:

31.7.1 All payments under the Contract shall be made as stipulated in the Special Conditions of

Contract (Section – I & SC) after signing the Contract Agreement. The payments linked with the dispatch of materials shall only be made after production of all dispatch documents as

specified in the relevant Contract conditions which will inter-alia include the Material Inspection Clearance Certificate (MICC) issued by the Owner / Consultant.

31.7.2 Inland Transportation & Insurance

Inland transportation (including port handing) and inland insurance shall be paid to the Contractor on pro-rata to the value of the equipment received at site and on production of

the invoices by the Contractor. However, wherever equipment wise inland transportation charges have been called for in the “Bid Proposal Sheets” and have been furnished by the

Contractor, the payment of inland transportation charges shall be made after receipt of

equipment at site based on the charges thus identified by the Contractor in his proposal and incorporated in the Contract. The aggregate of all such pro-rata payments shall however not

exceeds the total amount quoted by the Bidder in his bid and incorporated in the Contract.

Page 24: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 24 of 148

31.7.3 Supervision of Erection

Supervision of Erection charges, if applicable, shall be paid on the basis of monthly invoices for the personnel posted at site for the purposes of the Contract, subject to a limitation that

the aggregate of all such invoices does not exceed the total lump-sum amount indicated by

the Contractor in the proposal.

32.0 DEDUCTIONS FROM CONTRACT PRICE All costs, damages or expenses which the Owner may have paid, for which under the

Contract the Contractor is liable, will be claimed by the Owner. All such claims shall be billed by the Owner to the Contractor regularly as and when they fall due. Such bills shall be

supported by appropriate and certified vouchers or explanations, to enable the Contractor to

properly identify such claims. Such claims shall be paid by the Contractor within thirty (30) days of the receipt of the corresponding bills and if not paid by the Contractor within the said

period, the Owner may then deduct the amount, from any monies due or becoming due by him to the Contractor under the Contract or may be recovered by actions of Law or

otherwise.

33.0 SPARES

33.1 All the spares for the equipment under the Contract will, strictly, conform to the specifications and documents and will be identical to the corresponding main equipment/components

supplied under the Contract, and shall be fully interchangeable.

33.2 All the mandatory spares covered under the Contract shall be produced along with the main

equipment as a continuous operation and the delivery of the spares will be affected along with the main equipment in a phased manner and the deliver would be completed by the

respective dates for the various categories of equipment as per the agreed BAR CHART. In case of recommended spares, the above will be applicable provided the order for the

recommended spares has been placed with the Contractor prior to commencement of

manufacture of the main equipment.

34.0 WARRANTY FOR SPARES The Contractor shall warrant that all spares supplied will be new and in accordance with

Contract Documents and will be free from defects in design, materials and workmanship

35.0 TRANSFER OF TITLE

35.1 Transfer of title in respect of equipment and materials supplied by the Contractor to PFCL pursuant to the terms of the Contract shall pass on to PFCL with negotiation of dispatch

documents.

35.2 This Transfer of Title shall not be construed to mean the acceptance and the consequent

“Taking Over” of equipment and materials. The Contractor shall continue to be responsible for the quality and performance of such equipment and materials and for their compliance

with the specifications until ‘Taking Over’ and the fulfillment of guarantee provisions of this Contract.

35.3 This Transfer of Title shall not relieve the Contractor from the responsibility for all risks of loss

or damage to the equipment and materials as specified under the clause entitled ‘Insurance’

of this Section.

Page 25: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 25 of 148

36.0 INSURANCE 36.1 The Contractor at his cost shall arrange, secure and maintain all insurance as may be

pertinent to the Works and obligatory in terms of law to protect his interest and interest of the Owner against all perils detailed herein. The form and the limit of such insurance as

defined herein together with the under-writer in each case shall be acceptable to the Owner. However, irrespective of such acceptance, the responsibility to maintain adequate insurance

coverage at all-time till sixty (60) days after the equipment & materials under the Contract

reach at site and the Erection & Commissioning work is completed and the work is handed over to the Owner, shall be of Contractor alone. The Contractor’s failure in this regard shall

not relieve him of any of his Contractual responsibilities and obligations. The insurance covers to be taken by the Contractor shall be in a joint name of the Owner and the Contractor. The

Contractor shall, however, be authorized to deal directly with Insurance Company or

Companies and shall be responsible regard to maintenance of all insurance covers. Further, the insurance should be in freely convertible currency.

36.2 Any loss or damage to the equipment during handling, transportation, etc, till sixty (60) days

after the equipment & materials under the Contract reach site shall be to the account of the

Contract. The Contractor shall be responsible for preference of all claims and make good the damages or loss by way of repairs and/or replacement of the equipment, damaged or lost.

The transfer of title shall not in any way relieve the Contractor of the above responsibilities during the period of Contract. The Contractor shall provide the Owner with copies of all

insurance policies and documents taken out by him in pursuance of the Contract. Such copies of documents shall be submitted to the Owner immediately after such insurance

coverage. The Contractor shall also inform the Owner in writing at least sixty (60) days in

advance regarding the expiry/cancellation and/or change in any of such documents and ensure revalidation, renewal etc. as may be necessary well in time.

36.3 The perils required to be covered under the insurance shall include, but not be limited to fire

and allied risk, miscellaneous accident, loss or damage in transit, theft, pilferage, riot and

strikes and malicious damages, civil commotion, weather conditions, accidents of all kinds, etc. The scope of such insurance shall be adequate to cover the replacement/reinstatement

cost of the equipment for all risk upto and including delivery of goods and other costs till the equipment is delivered last Site. The insurance policies to be taken should be on replacement

value basis and/or incorporating escalation clause. Notwithstanding the extent of insurance cover and the amount of claim available from the underwriters, the Contractor shall be liable

to make good the full replacement/rectification value of all equipment/material and to ensure

their availability as project requirements.

36.4 All costs on account of insurance liabilities covered under the Contract will be on Contractor’s account and will be included in Contract Price. However, the Owner may from time to time,

during the pendency of the Contract, ask the Contractor in writing to limit the insurance

coverage, risks and in such a case, the parties to the Contract will agree for a mutual settlement, for reduction in Contract price to the extent of reduced premium amount. The

Contractor, while arranging the insurance shall ensure to obtain all discounts on premium which may be available for higher volume or for reason of financing arrangement of the

project.

37.0 LIABILITY FOR ACCIDENTS AND DAMAGES

Under the Contract, the Contractor shall be responsible for loss or damage to the plant until the successful completion of commissioning as defined elsewhere in the Bid Document.

38.0 DELAYS BY OWNER OR HIS AUTHORIZED AGENTS

38.1 In case the Contractor’s performance is delayed due to any act of omission on the part of the

Owner or his authorized agents, then the Contractor shall be given due extension of time for

Page 26: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 26 of 148

the completion of the Works, to the extent such omission on the part of the Owner has

caused delay in the Contractor’s performance of the Contract. Regarding reasonableness or otherwise of the extension of time, the decision of the Engineer shall be final.

38.2 In addition, the Contractor shall be entitled to claim demonstrable and reasonable

compensation if such delays have resulted in any increase in cost. The Owner shall examine

the justification for such a request for claim and if satisfied, the extent of compensation shall be mutually agreed depending upon the circumstances at the time of such an occurrence.

39.0 DEMURRAGE, WARFARE ETC.

All demurrage, warfare and other expenses incurred after equipment & materials reach site, due to delayed furnishing of dispatch documents or any other reason attributable to the

Contractor shall be to the account of the Contractor.

40.0 FORCE MAJEURE

40.1 Force majeure is herein defined as any cause which is beyond the control of the Contractor or the Owner as the case may be, which they could not foresee or with a reasonable amount of

diligence could not have foreseen and which substantially affect the performance of the

Contract, such as:

a) Natural phenomena, including but not limited to floods, droughts, earth-quakes and epidemics;

b) Acts of any Government, domestic or foreign, including but not limited to war, declared or undeclared, priorities, guarantees, and embargoes.

Provided either party shall within fifteen (15) days from the occurrence of such a cause notify the other in writing of such causes.

40.2 The Contractor or the Owner shall not be liable for delays in performing his obligations

resulting from any force majeure cause as referred to and/or defined above.

The date of completion will, subject to hereinafter provided, be extended by a reasonable

time even though such cause may occur after Contractor’s performance of obligation has been delayed due to other causes.

41.0 SUSPENSION OF WORK

41.1 The Owner reserves the right to suspend and reinstate execution of the whole or any part of

the Works without invalidating the provision of the Contract. Order for suspension or reinstatement of the Works will be issued by the Engineer to the Contractor in writing. The

time for completion of the works will be extended for a period equal to duration of the suspension.

41.2 Any necessary and demonstrable cost incurred by the Contractor as a result of such suspension of the works will be paid by the Owner, provided such costs are substantiated to

the satisfaction of the Engineer. The Owner shall not be responsible for any liabilities if suspension or delay is due to some default on the part of the Contractor or his Sub-

Contractor.

42.0 CONTRACTOR’S DEFAULT

42.1 The Owner may, upon written notice of default to the Contractor, terminate the Contract in the circumstances detailed hereunder:

Page 27: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 27 of 148

42.2 If in the judgment of the Owner, the Contractor fails to make delivery of the equipment and

materials within the time specified in the Contract Agreement or within the period for which extension has been granted by the Owner to the Contractor.

42.3 If in the judgment of the Owner, the Contractor fails to comply with any of the other

provisions of the Contract.

42.4 In the event the Owner terminates the Contract in whole or in part as provided in Clause 44.1

below, the Owner reserves the right to purchase, upon such terms and in such manner as he may deem appropriate, equipment and materials similar to that terminated and the

Contractor will be liable to the Owner for any additional costs incurred for procuring such similar equipment and materials.

In addition, such action by the Owner as aforesaid shall not relieve the Contractor of his liability to pay liquidated damages for delay as defined in Clause 14.0 above, until such

reasonable time as may be required for the final supply of equipment and materials under the Contract.

42.5 If the Contract is terminated as provided in Clause 43.1 below, the Owner, in addition to any other rights provided in this clause, may require the Contractor to transfer the title and

deliver to the Owner, under any of the following cases in the manner and as directed by the Owner.

a) Any completed equipment/materials.

b) Such partially completed equipment and materials, drawings, information and Contract

rights as the Contractor as specified, procured or acquired for the performance of the Contract as terminated.

In such cases the Owner shall pay to the Contractor, the cost of such completed equipment

and materials delivered to and accepted by the Owner as established from the Contract.

42.6 The termination of the Contract under this Clause shall not entitle the Contractor to reduce

the value of the Performance Bond, nor the time thereof. The Performance Bond shall be valid for the value and for the full period of the Contract including Warranty Period.

43.0 TERMINATION OF CONTRACT ON OWNER’S INITIATIVE

43.1 The Owner reserves the right to terminate the Contract either in part or in full due to reasons

other than those mentioned under clause entitled Contractor’s Default. The Owner shall in such an event give fifteen (15) days notice in writing to the Contractor of his decision to do so.

43.2 The Contractor upon receipt of such notice shall discontinue the work on the date and to the

extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders

and Contracts to the extent they are related to the work terminated and terms satisfactory to the Owner, stop all further sub-Contracting or purchasing activity related to the work

terminated, and assist the Owner in maintenance, protection, and disposition of the Works acquired under the Contract by the Owner.

43.3 In the event of such a termination the Contractor shall be paid compensation, equitable and reasonable, dictated by the circumstances prevalent at the time of termination.

43.4 If the Contractor is an individual or a proprietary concern and the individual or the proprietor

dies and if the Contractor is a partnership concern and one of the partners dies then un less the Owner is satisfied that the legal representatives of the individual Contractor or of the

proprietor of the propriety concern and in the case of partnership, the surviving partners, are

capable of carrying out and completing the Contract the Owner shall be entitled to cancel the Contract as to its incomplete part without being in any way liable to payment of any

compensation to estate of deceased Contractor and/or to the surviving partners of the

Page 28: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 28 of 148

Contractor’s firm on account of the cancellation of the Contract. The decision of the Owner

that the legal representatives of the deceased Contractor of surviving partners of the Contractor’s firms cannot carry out and complete the Contract shall be final and binding on the

parties. In the event of such cancellation the Owner shall not hold the estate of the deceased Contractor and/or the surviving partners of the estate of the deceased Contractor and/or the

surviving partners of the Contractor’s firm liable to damages for not completing the Contract.

44.0 FRUSTRATION OF CONTRACT

44.1 In the event of frustration of the Contract because of supervening impossibility in items of Section 56 of the Indian Contract Act, the parties shall be absolved of their responsibility to

perform the balance portion of Contract, subject to provisions contained in sub-clause 44.3 below.

44.2 In the event of non-availability or suspension of funds for any reasons whatsoever (except for reason of willful or flagrant breach by the Owner) and/or Contractor then the works under the

Contract shall be suspended.

Furthermore, if the Owner is unable to make satisfactory alternative arrangements for

financing to the Contractor in accordance with the terms of the Contract within three months of the event, the parties hereto shall be relieved from carrying out further obligations under

the Contract treating it as frustration of the Contract.

44.3 In the event referred to in sub-clauses 44.1 & 44.2 above, the parties shall mutually discuss to arrive at reasonable settlement on all issues including amounts due to either party for the

work already done on “quantum merit” basis which shall be determined by mutual agreement

between the parties.

45.0 GRAFTS AND COMMISSIONS ETC.

Any graft, commission, gift or advantage given, promised or offered by or on behalf of the

Contractor or his partner, agent officers, director, employee or servant or any one on his or

their behalf in relation to the obtaining or to the execution of this or any other Contract with the Owner, shall in addition to any criminal liability which it may incur, subject the Contractor

to the cancellation of this and all other Contracts and also to payment of any loss or damage to the Owner resulting from any cancellation. The Owner shall then be entitled to deduct the

amount so payable from any monies otherwise due to Contractor under the Contract.

46.0 SETTLEMENT OF DISPUTES

46.1 Any dispute(s) or difference (s) arising out of or in connection with the Contract shall, to the extent possible, be settled amicably between the parties.

46.2 If any dispute or difference of any kind whatsoever shall arise between the Owner and the

Contractor, arising out of the Contract for the performance of the Works whether during the

progress of the Works or after its completion or whether before or after the termination, abandonment or breach of the Contract, it shall in the first place, be referred to and settled

by the Engineer, who within a period of thirty (30) days after being requested by either party to do so, shall give written notice of his decision to the Owner and the Contractor.

46.3 Same as hereinafter provided, such decision in respect of every matter so referred shall be

final and binding upon the parties until the completion of the Works and shall forthwith be

given effect to by the Contractor who shall proceed with the Works with all due diligence, whether he or the Owner requires arbitration as hereinafter provided or not.

46.4 If after the Engineer has given written notice of his decision to the parties, no claim to

arbitration has been communicated to him by either party within thirty (30) days from the

receipt of such notice, the said decision shall become final and binding on the parties.

Page 29: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 29 of 148

46.5 In the event of the Engineer failing to notify his decision as aforesaid within fifteen (15) days after being requested as aforesaid, or in the event of either the Owner or the Contractor

being dissatisfied with any such decision, or within fifteen (15) days after the expiry of the first mentioned period of fifteen (15) days, as the case may be, either party may require that

the matter in dispute be referred to arbitration as hereinafter provided.

47.0 ARBITRATION

47.1 All disputes or differences in respect of which the decision, if any, of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter

provided.

47.2 The arbitration shall be conducted by three arbitrators, one each to be nominated by the

Contractor and the Owner and the third to be appointed as an umpire by both the arbitration in accordance with the Indian Arbitration Act. If either of the parties fail to appoint its

arbitrator within sixty (60) days after receipt of a notice from the other party invoking the Arbitration clause, the arbitrator appointed by the party invoking the arbitration clause shall

become the sole arbitrator to conduct the arbitration.

47.3 The arbitration shall be conducted in accordance with the provisions of the Indian Arbitration

& Reconciliation Act, 1996 or any statutory modification thereof. The venue of arbitration shall be New Delhi.

47.4 The decision of the majority of the arbitrators shall be final and binding upon the parties. The

arbitrators may, from time to time with the consent of all the parties enlarge the time for

making the award. In the event of any of the aforesaid arbitrators dying, neglecting, resigning or being unable to act for any reason, it will be lawful for the party concerned to

nominate another arbitrator in place of the outgoing arbitrator.

47.5 The arbitrator shall have full powers to review and/or revise, any decision, opinion, direction,

certification or valuation of the Engineer in accordance with the Contract, and neither party shall be limited in the proceedings before such arbitrators to the evidence or arguments out

before the Engineer for the purpose of obtaining the said decision.

47.6 No decision given by the Engineer in accordance with the foregoing provisions shall disqualify him as being called as a witness or giving evidence before the arbitrators on any matter

whatsoever relevant to the dispute or difference referred to the arbitrators as aforesaid.

47.7 During settlement of disputes and arbitration proceedings, both parties shall be obliged to carry

out their respective obligations under the Contract.

48.0 RECONCILIATION OF ACCOUNTS

The Contractor shall prepare and submit every three months, statement covering payments claimed and the payments received vis-à-vis the works executed, for reconciliation of

accounts with the Owner. The Contractor shall also prepare and submit a detailed account of Owner Issue materials received and utilized by him for reconciliation purpose in a format to

be discussed & finalized with the Owner before the award of Contract.

------------------END OF SECTION - GCC------------------

Page 30: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 30 of 148

E-tender for Removal of Old Lifts and Supply, Installation, Testing and Commissioning of New Lifts (Elevators) at Corporate Office Building,

URJANIDHI, #1, Barakhamba Lane, Connaught Place, New Delhi -110001.

INSTRUCTION TO BIDDERS (SECTION-INB)

Annexure II

Reference Number: 02:12:220:I:2019:Lift Replacement

POWER FINANCE CORPORATION LIMITED (A Govt. of India Undertaking)

Corp. Office: “Urjanidhi”, 1 Barakambha Lane, Connaught Place, New Delhi-110001

Page 31: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 31 of 148

SECTION – INB

INSTRUCTION TO BIDDERS

1.0 GENERAL INSTRUCTIONS

1.1.1 The Power Finance Corporation Ltd., New Delhi, hereinafter called `PFCL’/’OWNER' invites

bids for the Removal of Old Lifts and Supply, Installation, Testing and Commissioning of New

Lifts (Elevators) at Corporate Office Building, URJANIDHI, #1, Barakhamba Lane, Connaught

Place, New Delhi-110001 as set forth in this Request for Proposal (RFP). All bids shall be

prepared and submitted in accordance with these specifications and requirements. All bids

shall be prepared and submitted in accordance with these instructions.

1.1.2 The Owner reserves the right to itself to accept any Bid or reject any or all Bids or cancel/

withdraw request for proposal without assigning any reason for such decisions. Such

decisions by the Owner shall bear no liability whatsoever consequent upon such a decision.

2.0 QUALIFYING REQUIREMENTS OF BIDDERS

Refer point No 4 of request for proposal.

3.0 INSPECTION OF SITE

3.1 The Bidders are at liberty to visit the site for inspection and examine the site surrounding and

satisfy them before submitting their bids. In general shall themselves obtain all necessary

information as to risks contingencies and other circumstances which may influence or affect

their tender. Bidder shall be deemed to have full knowledge of the site whether he inspects it

or not and no extra charges consequent or any misunderstanding or otherwise shall be

allowed.

4.0 COST OF BIDDING

4.1 The Bidder shall bear all costs and expenses associated with preparation and submission of

its bid including post bid discussions, technical and other presentation etc, and the Owner will

in no case be responsible or liable for those costs, regardless of the conduct or outcome of

the bidding process.

5.0. THE RFP DOCUMENTS

5.1 Contents of RFP

The products and services required, bidding procedures and Contract terms are prescribed in

the RFP Documents. In addition to the Request for proposal (RFP), the RFP is a compilation

of the following sections/ volumes:

(a) Request for Proposal: Section-RFP

(b) General Conditions of Contract: Section-GCC

(c) Information & Special Conditions: Section- I&SC

(d) Technical Specifications: Section-TS

(e) Price Bid

Page 32: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 32 of 148

5.2 Understanding of RFP

A prospective Bidder is expected to examine all instructions, forms, terms, specifications and

requirements, in the RFP and fully inform himself as to all the conditions and matters which

may in any way affect the scope of work or the cost thereof. Failure to furnish all information

required by the RFP or submission of a Bid not substantially responsive to the RFP in every

respect will be at the Bidder's risk and may result in the rejection of its bid.

5.3 Clarifications on RFP

5.3.1 The Bidder should notify Owner of any error, omission, or discrepancy in case found in this

RFP document. A prospective Bidder requiring any clarification on the RFP may notify Owner

in writing at the address indicated in the clause "Submission of Bids” in the section.

5.3.2 PFCL will respond in writing to any request for clarification of the RFP that it receives within

ten (10) days of issuance of this document. Copies of Owner's response including an

explanation of the query will be sent to all Bidders that have received the RFP. All such

interpretations and clarifications shall form a part of the RFP.

5.3.3 At any time before the submission of proposals, Owner may, for any reason, whether at its

own initiative or in response to a clarification requested by a Bidder, modify the RFP. The

amendment will be sent in writing to all Bidders and will be binding. Owner may at its

discretion extend the deadline for the submission of proposals.

5.3.4 Verbal clarifications and information given by the Owner or his employee(s) or his

representative(s) shall not in any way be binding on the Owner.

5.4 Amendment to RFP

5.4.1 The amendment will be notified on the PFCL web site and e-tendering website

https://www.mstcecommerce.com/eprochome/PFCL/. The Owner will bear no responsibility

or liability arising out of non-receipt of the same in time or otherwise.

5.4.2 Such amendments, clarifications, etc., shall be binding on Bidders and will be given due

consideration by the Bidders while they submit their bids and invariably enclose such

documents as a part of the bid.

6.0 PREPARATION OF BIDS

6.1 Language of Bid

The bid prepared by the Bidder and all correspondence and documents relating to the bid,

exchanged by the Bidders and the Owner, shall be written in the English language, provided

that any printed literature furnished by the Bidder may be written in another language so

long as accompanied by an English translation of its pertinent passages. Failure to comply

with this may disqualify a bid. For the purpose of interpretation of the bid, the English

translation shall govern.

Page 33: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 33 of 148

6.2 Local Conditions

6.2.1 It will be imperative on each Bidder to fully inform himself of all local conditions and factors

which may have any effect on the execution of the Contract covered under these RFP

documents and specifications. The Owner shall not entertain any request for clarifications

from the Bidders, regarding such local conditions.

6.2.2 It must be understood and agreed that such factors have properly been investigated and

considered while submitting the proposals. No claim for financial adjustment to the Contract

awarded under these RFP documents and specifications will be entertained by the Owner.

Neither any change in the time schedule of the Contract nor any financial adjustments arising

thereof shall be permitted by the Owner, which are based on the lack of such clear

information or its effect on the cost of the Services/ Works to the Bidders.

6.3 Documents Comprising the Bid

6.3.1 The Bidder shall complete the Bid Forms inclusive of Technical & Commercial bid. Price

Schedules, Schedule of requirements etc. furnished in the RFP, indicating, for the products to

be supplied and services to be rendered, a brief description of products and services,

quantities and prices.

6.3.2 The Bidder shall also submit documentary evidence to establish that the Bidder meets the

Qualifications Requirements as detailed in clause 2.0 above.

6.3.3 The Bid Guarantee shall be furnished in a separate cover in accordance with relevant clause

no. 12.0 below.

6.4 Scope of the Proposal

6.4.1 The scope of the proposal shall be on the basis of a sole responsibility of the bidder,

completely covering all the materials and services specified under the accompanying RFP

documents.

6.4.2 Important Conditions: Bids, containing deviations from relevant provisions in the RFP relating

to the following important conditions/ clauses will be considered as non-responsive and bids

shall not be opened:

i. Price Basis

ii. Terms of Payment

iii. Bid Guarantee

iv. Contract Performance Guarantee

v. Liquidated damages

Bidders may note that no deviations whatsoever to above important conditions is permitted

by the Owner and therefore, the Bidders are advised that while developing their proposals

and prices, these conditions may appropriately be taken into consideration especially with

respect to their effect, wherever applicable, on the cash flow projections during the execution

of the contract.

Page 34: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 34 of 148

Bidders should submit a certificate as per the Performa given at Schedule-6 in a separate

sealed envelope at the time of submission of bids confirming that the stipulation of above

clauses of RFP are acceptable to them and they have not taken any deviation to these

clauses. In the absence of such certificate, the bid is liable to be rejected and shall be

returned unopened.

6.4.3 Deviations/ Exclusions to the RFP: However, the Bidders wishing to propose deviations to any

other terms & conditions or any provisions of the RFP, must provide the same in the

Deviations/ Exclusions Schedule of Bid Proposal Schedules in their bid, failing which it would

be presumed that all terms and conditions and provisions of this RFP are acceptable to the

bidder. Deviations taken elsewhere in the proposal and not brought out in the Deviations/

Exclusions Schedule 2 & 3 will not be entertained and Owner reserves the right to reject the

offer on account of such deviations if the Bidder, on advice of Owner, does not withdraw the

deviations. If there are no deviations, the Deviations/ Exclusions Schedule 2 & 3 shall be

returned by the bidder duly signed and stamped after stating "Nil Deviations".

6.4.4 At the time of Award of Contract, if so desired by the Owner, the Bidder shall withdraw these

deviations listed in the Deviations/ Exclusions Schedule of Bid Proposal Schedules in their Bid

at the cost of withdrawal stated by him in the bid. In case the Bidder does not withdraw the

deviations proposed by him, if any, at the cost of withdrawal stated by him in the bid, his bid

will be rejected and his bid security forfeited.

6.4.5 Bids not covering the entire scope of Works may be treated as incomplete and hence will be

rejected. Since the proposal is key to the evaluation arid selection, the bidders have to ensure

that the bid is prepared in line with instructions and the RFP. The bid/ proposal quality will be

a reflection of the bidders' capabilities and interest in the project.

7.0 BIDDING

The Bids shall be prepared in two parts viz. Technical & Commercial bid and Price Bid and

shall be submitted be through e-procurement/e-tendering at

https://www.mstcecommerce.com/eprochome/PFCL/. If any brochures /

specifications relating to items is required, in such case their scan copy to be uploaded in

technical bids. Bids submitted online at above web site shall only be considered.

7.1 Technical & Commercial Bid

7.1.1 The Technical & Commercial Bid should be submitted on

https://www.mstcecommerce.com/eprochome/PFCL/ and shall comprise of the

following:

i. The complete Qualifying Data as required in clause Qualifying Requirements of this

Instructions to Bidders

ii. Bid Proposal Schedules as per the prescribed Performa.

iii. Bid security as required in the prescribed form.

iv. Copy of audited/ provisional Balance Sheet and Profit & Loss statement for last 3

years.

v. Detailed information of the Proposed Materials & Services as required by various

provisions of Technical Specifications.

vi. Detailed Implementation Programme in the form of master network/ bar-chart.

Page 35: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 35 of 148

vii. Any other technical details/data sheets/ product brochures / literature etc. required

to be submitted by the Bidder as contained in the Technical Specifications Section of

the RFP.

7.2 Price Bid

This part shall contain only Schedule of prices duly filled in as per the Bid Proposal Schedules at

https://www.mstcecommerce.com/eprochome/PFCL/ in financial section only. Any

conditions given in this part shall not be considered and if insisted upon by the bidder shall render the

Bid liable for rejection.

The Bidder shall quote in the appropriate schedule lump-sum price for the entire scope of works

covered under the RFP and also the unit rates of the ID products & services it proposes to deliver

under the Contract in the appropriate schedules. Any other charges as per the requirement of

Technical Specifications/ RFP.

8.0 PRICE BASIS AND PAYMENTS

8.1 The Bidders shall quote in their proposals lump sum price for the entire scope of works

covered under the RFP, as required in the Bid Proposal Schedules on a FIRM price basis valid

till the complete execution of the order.

8.2 The Bidders shall also quote the break-up of the lump sum price in the relevant schedule of

Bid Proposal Schedules for various components of scope of work/ services. However, it is

clearly understood that this break-up prices of various components, are meant only-for the

convenience of any progressive payments under the Contract and for the measurement of

deviations or modifications of scope under the Contract.

8.3 All items and services are to be quoted in Indian Rupees only.

8.4 No adjustment of the contract Price shall be made on account of variation of costs of labour

and materials or any other cost component affecting the total cost in fulfilling the obligations

under the contract.

8.5 Terms of Payment

The payment to the Contractor under the Contract will be made by the Owner in line with the

payment schedule given in Section-I&SC.

9.0 TAXES AND DUTIES

9.1 All the Bidders are requested to familiarize themselves with the laws, rules and regulations

prevailing in India and consider the same while developing and submitting their Proposal.

9.2 All Customs duties, Excise Duties, Taxes, raw materials & any other items used for their

consumption or dispatched directly to owner by, the contractor or their sub- suppliers shall be

included in the bid price & any such taxes, duties, levies additionally payable will be to

bidder's account & no separate claim on this account will be entertained by the owner.

Page 36: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 36 of 148

9.3 The Contractor shall be liable and pay all Indian/ non-Indian taxes, duties, levies, lawfully

assessed against the Owner or the Contractor in pursuance of the Contract. Tax liability, if

any, on Contractor's personal income & property shall be borne by the Contractor and shall

be the responsibility of the Contractor as per Tax Laws of India.

9.4 PFCL shall be entitled to deduct applicable tax (if any) at source as per Indian Laws from all

payments due to the Contractor under the contract.

9.5 As regards the Indian Income Tax, surcharges on Income Tax and any other Corporate tax,

PFCL shall not bear any lax liability, whatsoever, irrespective of the mode of contracting. The

Contractor shall be liable and responsible for payment of all such taxes, if attracted under the

provisions of the law. In this connection, attention of Contractors is invited to the provisions

of Indian Income Tax Act and the circulars issued by the Central Board of Direct Taxes;

Government of India.

9.6 If any rates of taxes/duties/levies (hereinafter called 'Tax') are increased or decreased, a new

Tax is introduced, an existing Tax is abolished or any change in interpretation or application

of any Tax occurs in the course of the performance of Contract, which was or will be

assessed on the Contractor in connection with performance of the Contract, an equitable

adjustment-of the Contract Price shall be made to fully take in to account any such change by

addition to the Contract Price or deduction there from, as the case may be. However, these

adjustments would be restricted to direct transactions between the Owner and the Contractor

and not on procurement of components/products/services etc. by the Contractor and shall

also not be applicable on the bought out items dispatched directly from sub vendor’s works to

site.

10.0 TIME SCHEDULE

10.1 The basic consideration and the essence of the Contract shall be strict adherence to the time

schedule for performing the specified works.

10.2 The Owner's requirement of completion schedule for the works is mentioned in the

accompanying Technical Specifications.

10.3 The compliance to the work completion schedule as stated in the Technical Specifications

shall be one of the major factors in consideration of the bids.

10.4 The Owner reserves the right to request for a change in the work schedule during pre-award

discussions with successful Bidder.

11.0 CONTRACT QUALITY ASSURANCE

11.1 The Bidder shall include in his proposal the Quality Assurance Programme containing the

overall quality management and procedures which he proposes to follow in the performance

of the Works during various phases as detailed in relevant clause of the RFP.

11.2 At the time of Award of Contract, the detailed Quality Assurance Programme to be followed

for the execution of the Contract will be mutually discussed and agreed to and such agreed

Programme shall form a part of the Contract.

Page 37: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 37 of 148

12.0 BID GUARANTEE

12.1 The Bidder shall furnish, as part of its bid, bid guarantee for an amount of Rs. 5,00,000/-

(Rupees Five Lakh). The bid guarantee shall initially be valid for a period up to one month

beyond original bid validity period i.e. up to FIVE (5) calendar months from the date of

opening of technical & commercial bids.

12.2 The bid guarantee is required to protect the Owner against the risk of Bidder's conduct which

would warrant the guarantee forfeiture, pursuant to the following. The bid guarantee shall be

made payable to the Owner without any condition whatsoever.

The bid guarantee may be forfeited:

i. If a Bidder withdraws its bid during the period of bid validity specified by the Bidder

on the Bid Form; or

ii. Mis-representation or wrongful declaration/ presentation of qualifying data and other

facts; or

iii. In case of a successful Bidder, if the Bidder fails:

to sign the Contract; or

• to furnish the Performance Guarantee.

12.3 The bid guarantee shall be submitted along-with the bid in a separate sealed envelope in

original. Any bid not accompanied by the required bid security in accordance with provisions

of these clauses will be rejected by the Owner as non-responsive and shall not be opened.

12.4 The bid guarantee shall be denominated in Indian Rupees only and shall be in one of the

following forms:

An irrevocable Bank Guarantee or Crossed Bank Draft or a Cheque certified by the Banker as.

good for payment, in favour of Power Finance Corporation Ltd., New Delhi, payable at New

Delhi, from (a) "a Public Sector Bank or (b) a Scheduled Indian Bank. Bank Guarantee shall

be as per the prescribed Performa given in Appendix-II. Bank Guarantee should be

accompanied by a Check List duly filled in as per format enclosed to ensure compliance to the

requirements mentioned in the Check List.

12.5 Unsuccessful Bidder's bid guarantee will be discharged/returned as promptly as possible but

not later than 60 days after the expiration of the period of bid validity prescribed by the

Owner.

12.6 The successful Bidder's bid guarantee will be discharged upon the Bidders executing the

Contract, and furnishing the Performance Guarantee, pursuant to the relevant Clauses of

RFP.

12.7 No interest shall be payable by the Owner on the above bid security.

13.0 PERIOD OF VALIDITY OF BIDS

13.1 Bids shall remain valid for a period of FOUR (4) calendar months from the date of opening of

technical & commercial bids. A bid valid for a shorter period will be considered by the Owner

as non-responsive.

Page 38: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 38 of 148

13.2 In exceptional circumstances the Owner may solicit the Bidder's consent to an extension of

the period of validity. The request and the response thereto shall be made in writing. The bid

security provided under above Clause shall also be extended by the same period as the

extension in the validity of the Bid. A Bidder may refuse the request without forfeiting his bid

security. A Bidder granting the request will not be required or permitted to modify its bid.

14.0 SUBMISSION OF BIDS

14.1 The entire process of bidding shall be through e-procurement/e-tendering at

https://www.mstcecommerce.com/eprochome/PFCL/. If any brochures /

specifications relating to items is required, in such case their scan copy to be uploaded in

technical bids. Bids submitted online at above web site shall only be considered.

14.2 The bid shall contain no interlineations, erasures or overwriting except as necessary to

correct errors made by the Bidder, in which case such corrections shall be initialed by the

person or persons signing the bid.

Note: Technical & Commercial Proposal shall not contain any price.

14.3 The prospective Bidders may arrange to hand deliver the sealed envelope at above

mentioned address before the bid closing date and time. The hand delivered envelope

containing EMD, Bid Document Cost or MSME/ NSIC certificate should be put in the Tender

Box, which is placed in the office premises of PFCL at the Reception at Ground Floor. The

Bidders may also send proposal by registered post so as to reach above address before bid

closing date and time.

14.4 Proposals/ envelope received late, after the due bid opening date and time will not be

considered. The Owner shall not be responsible for non-delivery/late delivery of proposals/

envelope sent by post.

15.0 SIGNATURE OF BIDS

15.1 The bid must contain the name and place of business of 'the person or persons making the

bid and must be signed and sealed by the Bidder with his usual signature. The names of all

persons signing should also be typed or printed below the signature.

15.2 Bid by a consortium must be furnished with full names of all consortium members and be

signed by the lead member of consortium. The lead member should submit the bid and will

be termed as bidder for all purposes. A consortium must be in a legally binding form and lead

member must be duly authorized to represent the consortium and to serve as a primary

contact, and to take overall responsibility for performance of the contract. Furthermore, the

members must declare that they are jointly and severally liable for the performance of the

contract. A corresponding power of attorney has to be submitted together with bid.

15.3 Bid by a partnership must be furnished with full names of all partners and be signed with the

partnership name, followed by the signature(s) and designation(s) of the authorized

partner(s) or other authorized representative(s).

Page 39: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 39 of 148

15.4 Bids by Corporation/Company must be signed with the legal name of the

Corporation/Company by the President, Managing Director or by the Company Secretary or

other person or persons authorized to bid on behalf of such Corporation/ Company in the

matter.

15.5 Satisfactory evidence of authority of the person "signing on behalf of the Bidder shall be

furnished with the bid.

15.6 The Bidder's name stated on the proposal shall be the exact legal name of the firm.

16.0 SEALING AND MARKING OF BIDS

16.1 The envelope containing banker's cheque/ demand draft on a/c of tender cost fee, EMD,

NSIC/ MSME certificate (if applicable) shall indicate the name and address of the Bidder to

enable the envelope to be returned unopened in case it is declared “late” or “rejected”. The

envelope should bear the name of Tender, the reference number, and the words “DO NOT

OPEN BEFORE 00.00.2019.

16.2 If the outer envelope is not sealed and marked as per above, the Owner will assume no

responsibility for the bid’s misplacement or premature opening.

17.0 DEADLINE FOR SUBMISSION OF BIDS

17.1 Bids submitted by fax/telegram will not be accepted. No request from any Bidder to

the Owner to collect the proposal from airlines, cargo agents etc. shall be entertained by the

Owner.

17.2 Envelopes containing baker's cheque/demand draft on a/c of tender cost fee & EMD and /or

MSME/ NSIC certificate must be received by the Owner at the address specified above, not

later than the time & date mentioned in the request for proposal.

17.3 The Owner may, at its discretion, extend this deadline for the submission of bids by

amending the request for proposal, in which case all rights and obligations of the Owner and

Bidders previously subject to the deadline will thereafter be subject to the deadline as

extended.

18.0 LATE BIDS

18.1 Any bid received by the Owner after the time & date fixed or extended for submission of bids

prescribed by the Owner, will be rejected and/or returned unopened to the Bidder.

19.0 MODIFICATION AND WITHDRAWAL OF BIDS

19.1 The Bidder may modify or withdraw its bid after the bid's submission provided that written

notice of the modification or withdrawal is received by the Owner prior to the deadline

prescribed for submission of bids.

19.2 No bid may be modified subsequent to the deadline for submission of bids.

19.3 No bid may be withdrawn in the interval between the deadline for submission of bids and the

expiration of the period of bid validity specified by the Bidder on the Bid Form.

Page 40: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 40 of 148

Withdrawal/modification of a bid during this interval may result in the forfeiture of bid

security.

20.0 INFORMATION REQUIRED WITH THE PROPOSAL

20.1 The complete information shall be provided by the Bidder in the form of separate sheets,

drawing, catalogues, etc. in three copies.

20.2 Oral statements made by the Bidder at any time regarding quality, quantity or arrangement

of the equipment or any other matter will not be considered.

20.3 Standard catalogue pages and other documents of the Bidder may be used in the bid to

provide additional information and data as deemed necessary by the Bidder.

20.4 In case the 'Bid Proposal' information contradicts RFP requirements, the RFP requirements

will govern, unless otherwise brought out clearly in the technical/commercial deviation

schedules.

21.0 OPENING OF BIDS BY THE OWNER

21.1 The Bids shall be opened by the Owner on any date after the last date fixed for Bid receipt as

specified in Invitation of Bids or in the case any extension has been given thereto, after the

extended Bid submission date notified to all Bidders.

21.2 As the Technical & commercial bids will be evaluated first, the Owner will open Technical &

commercial bids through https://www.mstcecommerce.com/eprochome/PFCL/. The Price bids

of technically suitable bidders only will be opened at a later date subsequent to the technical

evaluation. Owner will notify the date and time of opening of the Price bids to the technically

qualified bidders.

21.3 The Bidders' names, bid prices, modifications, bid withdrawals and the presence or absence

of the requisite bid guarantee and such other details as the Owner, at its discretion may

consider appropriate, will be announced at the opening.

22.0 CLARIFICATION OF BIDS

22.1 To assist in the examination, evaluation and comparison of bids the Owner may, at its

discretion, ask the Bidder for clarification of its bid. The request for clarification and the

response shall be in writing and no change in the price or substance of the bid shall be

sought, offered or permitted.

23.0 PRELIMINARY EXAMINATION

23.1 The Owner will examine the bids to determine whether they are complete, whether any

computational errors have been made, whether required sureties have been furnished,

whether the documents have been properly signed, and whether the bids are generally in

order.

23.2 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 total price shall be corrected. If there is a discrepancy between

Page 41: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 41 of 148

words and figures, the amount in words will prevail. If the Bidder does not accept the

correction of the errors as above, his Bid will be rejected and the amount of Bid Guarantee

forfeited.

23.3 The Bidder should ensure that the prices furnished in various price schedules are consistent

with each other. In the case of any inconsistency in the prices, furnished in the specified price

schedules to be identified in Bid Form for this purpose, the Owner shall be entitled to

consider the highest price for the purpose of evaluation and for the purpose of award of

Contract use the lowest of the prices in these schedules.

23.4 Prior to the detailed evaluation, the Owner will determine the substantial responsiveness of

each bid to the RFP. For the purpose of these Clauses, a substantially responsive bid is one

which conforms to all the terms and conditions of the RFP without material deviations. A

material deviation is one which affects in any way the prices, quality, quantity or delivery

period or which limits in any way the responsibilities or liabilities of the Bidder of any right of

the Owner as required in these RFP documents and specifications. The Owner's determination

of a bid's responsiveness shall be based on the contents of the bid itself without recourse to

extrinsic evidence.

23.5 A bid determined as not substantially responsive will be rejected by the Owner and may not

subsequently be made responsive by the Bidder by correction of the nonconformity.

23.6 The Owner may waive any minor informality or non-conformity or irregularity in a bid which

does not constitute a material deviation; provided such waiver does not prejudice or affect

the relative ranking of any Bidder.

24.0 COMMERCIAL EVALUATION OF BIDS

24.1 For purpose of the evaluation and comparison of bids, the following meaning and definitions

will apply-:

a. 'Bid Price' shall mean the lump sum price quoted including taxes & duties by each Bidder

in his proposal for the complete scope of works covered under the RFP.

a. 'Differential Price' shall mean the summation of the equalizing elements of price 'for

parameter differential or deficiencies in the products and services determined from the

Bidder's proposal.

b. ‘Cost Compensation for Deviations' shall mean the Rupee value of deviations from the

RFP as determined from the Bidder's proposal. Deviations from the RFP in so far as

practicable will be converted to a Rupee value and added to the bid price to compensate

for the deviations from the RFP while evaluating the bids. In determining the Rupee value

of the deviations the Owner will use parameters consistent with those specified in the

specifications and documents and/or other information as necessary and available to the

Owner.

c. 'Evaluated Bid Price' shall be the summation of 'Bid Price', 'Differential Price' and 'Cost

Compensation for Deviations'.

24.2 For comparison purposes all the evaluated bid prices shall be in Indian Rupees as under:

Evaluated Bid Price = Bid Price + Differential Price + Cost Compensation for deviations.

Page 42: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 42 of 148

24.3 Evaluated bid prices of each Bidders shall be considered and thereby to determine most

technically & commercially responsive bid as per the evaluation criteria specified in the

Technical Specifications section.

25.0 CONTACTING THE OWNER

25.1 Bids shall be deemed to be under consideration immediately after they are opened and until

such time official intimation of award/rejection is made by the Owner to the Bidders. While

the bids are under - consideration, Bidders and/or their representatives or other interested

parties are advised to refrain from contacting by any means, the Owner and/or his

employees/representatives on matters related to the bids under consideration. The Owner, if

necessary, will obtain clarifications on the bids by requesting for such information from any or

all the Bidders in writing. Bidders will not be permitted to change the substance of the bids

which have been opened.

26.0 AWARD OF CONTRACT

26.1 The Owner will award the Contract to the successful Bidder whose bid has been determined

to be substantially responsive and has been determined in line the evaluation criteria

specified, as the most technically & commercially responsive bid, provided further that the

Bidder is determined to be qualified to perform the Contract satisfactorily. The Owner shall be

the sole judge in this regard.

26.2 Further, the Owner reserves the right to award separate Contracts to two or more parties in

line with the terms and conditions specified in the accompanying Technical Specifications.

27.0 OWNER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS

27.1 The Owner reserves the right to accept or reject any bid, and to annul the bidding process

and reject all bids at any time prior to award of Contract, without thereby incurring any

liability to the affected Bidder or Bidders' or any obligation to inform the affected Bidder or

Bidders of the grounds for the Owner's action.

28.0 NOTIFICATION OF AWARD

28.1 Prior to the expiration of period of bid validity and extended validity period, if any, the Owner

will notify the successful Bidder in writing by registered letter or by cable or fax, that its bid

has been accepted.

28.2 The notification of award will constitute the formation of the Contract.

28.3 Upon the successful Bidder's furnishing of performance guarantee pursuant to relevant

clauses, the Owner will promptly notify each unsuccessful Bidder and will discharge its bid

security.

Page 43: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 43 of 148

29.0 SIGNING OF CONTRACT

29.1 At the same time as the Owner notifies the successful Bidder that its bid has been accepted,

the Owner will send the Bidder the detailed letter of Award, incorporating all agreements

between the parties.

29.2 Within 5 days of receipt of the detailed Letter of Award, the successful Bidder shall sign and

date the same and return it to the Owner.

29.3 The Bidder will prepare the Contract Agreement as per the prescribed Performa and the same

will be signed within 30 days of Notification of Award.

30.0 CONTRACT PERFORMANCE GUARANTEE

30.1 As a Contract Performance Security, the successful Bidder, to whom the work is awarded,

shall be required to furnish a Contract Performance Guarantee from (a) a Public Sector Bank

or (b) a Scheduled Indian Bank, in favour of the Owner in the prescribed Performa enclosed

at Appendix-I of this document. The guarantee amount shall be equal to ten percent (10%)

of the Total Lump-sum Contract Price and it shall guarantee the faithful performance of the

Contract in accordance with the terms and conditions specified in these documents and

specifications. The guarantee shall be valid up to 90 days after the end of CAMC period of

Three years.

30.2 Failure of the successful bidder to comply with the requirements of Clause 30.1 shall

constitute sufficient grounds for the annulment of the award and forfeiture of the Bid

Guarantee, in which case the Purchaser may make the award to the next lowest evaluated

bidder or call for new Bids.

30.3 The Performance Guarantee shall cover additionally the following guarantees to the Owner:

a) The successful Bidder guarantees the successful and satisfactory operation of the

system furnished under the Contract, as per the specifications and documents;

b) The successful Bidder further guarantees that the system provided by him shall be free

from all defects in' design, material and workmanship and shall upon written notice

from the Owner fully remedy free of expenses to the Owner such defects/ bugs as

developed within the period of-guarantee/ warranty/ AMC specified in the relevant

clause of the RFP.

30.4 The Contract Performance Guarantee is intended to secure the performance of the entire

Contract. However, it is not to be construed as limiting the damages under clause entitled

System. Performance Guarantee in Technical Specifications and damages stipulated in other

Clauses in the RFP.

30.5 The Contract Performance Guarantee will be returned to the Contractor without any interest

at the end of warranty period.

Page 44: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 44 of 148

31.0 PREFERENCE TO PURCHASE FROM MSES

1. Purchaser reserves the right for providing preference to SSI/ NSIC/ MSME Industries in

terms of public of “Public Procurement Policy for Micro and Small Enterprises (SMEs)

Order 2012”. Purchase preference for these SMEs will operate as follows:

a. This Public Procurement policy shall apply to Micro and Small Enterprises registered with

District Industries Centers or Khadi and village Industries Commission or Khadi & Village

Industries Board of Coir Board or National Small Industries Corporation or Directorate of

Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and

Medium Enterprises.

b. i) If the L–1 Agency is MSE vendor, then complete order will be awarded to this agency

only.

ii) If any MSE vendor quotes within price band of L1 + 15% and L1 price is from

someone other than a Micro and Small Enterprise then the complete order will be

awarded to such MSE agency if they ready to match the L–1 price.

iii) In case of more than one such MSEs as explained above, the complete order will be

awarded to agency who quoted lowest bid amount them at L–1 price. Further,

preference will be given to such MSE by SC/ST Entrepreneur if they ready to match

L–1 price.

iv) In case none of the MSEs qualified in above, complete order will be placed on L–1

agency.

2. Detailed technical specifications described in Annexure–III are mandatory requirement and

will not be relaxed for any reason.

3. Above preferences shall be applicable to only those vendors, whose SSI/NSIC/MSME

certificate contains the item(s) as listed in this tender.

------------------END OF SECTION - INB------------------

Page 45: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 45 of 148

E-tender for Removal of Old Lifts and Supply, Installation, Testing and Commissioning of New Lifts (Elevators) at Corporate Office Building,

URJANIDHI, #1, Barakhamba Lane, Connaught Place, New Delhi -110001.

INFORMATION & SPECIAL CONDITIONS Annexure III

Reference Number: 02:12:220:I:2019:Lift Replacement

POWER FINANCE CORPORATION LIMITED (A Govt. of India Undertaking)

Corp. Office: "Urjanidhi", 1 Barakambha Lane, Connaught Place, New Delhi-110001

Page 46: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 46 of 148

SECTION I&SC INFORMATION & SPECIAL CONDITIONS

1.0 WORK TO BE EXECUTED AS PER TENDER AND STATUTORY REGULATIONS

ETC.

1.1 TENDER DOCUMENT

This tender document, comprising of General Conditions of Contract, Special

Conditions of Contract, Technical Specifications, Technical Parameters and

tender drawings shall form part of the contract Agreement after award of

contract. Work under this contract shall be executed at contract rates as per

conditions and specifications stipulated in this tender document. In addition,

components/materials, which may not be specifically stipulated in the tender

document, but which are necessary for satisfactory installation and/or operation

of any portion of the work, shall also be provided within the contract rates

without any extra cost. Contractor shall carry out and complete the work

in all respects to the satisfaction of PFCL as per the contract Agreement and as

directed by PFCL / Consultant and as required.

1.2 TENDER CONDITIONS, SPECIFICATION AND SCHEDULE

Information & Special Conditions ( I&SC) shall be read in conjunction with

General Conditions of Contract (GCC), Technical Specifications, Technical Parameters,

Tender Drawings and any other document forming part of this contract Agreement

Wherever it is mentioned that the Contractor shall perform certain work or provide

certain facilities, it is understood that the Contractor shall do so at his cost.

Where the Technical Specifications stipulate requirements in addition to those contained

in the applicable Indian Standard Specifications/Codes, these additional requirements

shall also be satisfied.

1.3 DEPARTURES

No deviation/departure from tender conditions shall be acceptable normally.

1.4 AUTHORITIES

The work shall conform to all the provisions of the relevant Government

Legislation, Regulations and Bye-laws of the Central/Local Authorities and of the

concerned Electricity Supply Authority as per the existing Bye-laws and any

amendments happens during the currency of contract. The Contractor shall

Page 47: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 47 of 148

also be responsible for giving all notices required under the said

Acts/Regulations/Bye-laws.

1.5 ELECTRICAL LICENSE

The bidders shall be engaging a licensed Electrical Contractor possessing a valid

Contractor's license of appropriate class in the state, employing licensed

supervisors and skilled workers having valid permits as per the regulations of

Indian Electricity Rules and local Electrical Inspectors requirements. Copy of

Contractor's Electrical license shall be furnished along with the tender.

1.6 CONTRACTOR’S RESPONSIBILITES

The Contractor shall have the following responsibilities in carrying

out the work and the Project Coordination Services, respectively:

Contractor shall indemnify PFCL for loss suffered by the PFCL on account of any

act / omission / neglect of the Contractor's, workers, employees, Sub-Contractors

etc.

The Contractor shall comply with all safety standards to the satisfaction of PFCL.

The Contractor shall take full responsibility for the management & supervision

of the Sub- contractors.

The Contractor shall ensure that all Sub-contractors engaged exercise all such

skill, care and technical competence as represents a standard within their

respective professions or trades as is appropriate for the satisfactory execution

of their work and services.

The Contractor shall not assign this Contract or any part of it; The PFCL and

Consultant reserves the right to review and approve each Sub—Contract for

which the Contractor recommends at any time to engage to perform any

services before such Sub-Contractor is hired or performs any services.

2.0 INTENT OF SPECIFICATIONS

It is not the intent of Technical Specifications to completely specify all aspects

of design/construction features of equipment’s and all details of work to be

carried out. Nevertheless the intent of the Technical Specification is to ensure

that the equipment’s and the work shall fully comply with and conform to the

relevant Bureau of Indian Standard Specifications, Codes of Practice, NBC, Indian

Electricity Act, Indian Electricity Rules and other Statutory Regulations, and other

standards as may be applicable and to the best available standards of

engineering, design and workmanship. The equipment and work shall

perform in manner acceptable to PFCL who shall interpret meaning of the

applicable Specifications/Codes and shall have the right to reject any equipment

or work, which, in their assessment, is not complete to meet the Standard/Code.

Page 48: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 48 of 148

The major items that are proposed to be retained are provided in Schedule-

10 (technical parameters of the tender). Any items that are not specified in this

list shall have to be replaced/provided for as per the detailed technical

specifications and particular technical parameters specified in this document.

3.0 SCOPE OF CONTRACT

Contractor’s scope of the contract shall comprise of Design, Manufacture,

providing equipment’s, components, materials, labour, supervisory staff with

infrastructure, Tools & Procedures, clean dry and damage free storage, steel

scaffolding, consumables, testing, commissioning, Removing and Buyback of existing

lifts etc. required for completion of the work as per the contract Agreement

and warraty period/ Defect liability period ( Free Comprehensive Maintenance) for

Two years after project completion and 03 (Three) years of Comprehensive

maintenance Contract rates after completion of Defect Liability period.

Contract Rates shall be deemed to be inclusive of all direct and

indirect expenses required to be incurred as per this scope

including but not restricted to the costs of the following.

Submission of General Arrangement Drawings within the timelines specified in the

tender and making all changes thereto as may be reasonably required by PFCL as per

the advice of its Consultant.

Design and Fabrication / manufacture of equipment in accordance with

the specifications laid down in this tender Agreement.

Supply of materials and equipment for the Lifts as per the specifications

given in this Agreement and within the timelines set out in this tender, and

storage of all material and equipment at the Site.

Dismantling all existing 05 (lifts) in phased manner installed at PFCL Urjanidhi

Building Barakhamba Lane, New Delhi in accordance with this Tender. All the

dismantled material that is not being retained is redundant to the PFCL &

the contractor agrees to take the subject materials elsewhere for use if

any to him. All items that are replaced will need to be taken away from

site within 07 days of its dismantling with prior information to the PFCL with

the complete list of such items. Salvage value to be considered by the

bidder and the net price quoted shall take consideration of reduction on

account of this material. This Salvage value is to be quoted separately.

Installation of the Lifts within the stipulated timelines.

Providing all metal works including ladder, beams and plates required for

the lifts if not already provided in the existing machine room / pits

Painting of all exposed steel works carried out under the contract with

suitable three coats paint as approved by PFCL / Consultant (one coat at

works over an anti-corrosive primer and other two coats after installation)

and preventing all the wooden surfaces internally and varnish externally to

obtain a smooth surface.

Providing necessary scaffolding in Elevator hoist way during erection period

and to remove the same thereafter.

Providing two earthing strips (GI) from the Elevator Power/ Control/ Isolation

panels as well as Motors etc. of required sizes as per IS:3043 up to the

Page 49: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 49 of 148

earthing strips provided by the building electrical system within the

boundary of the lift machine room.

Providing cinder concreting, if necessary, at the machine room floor level or

any other place to suitable thickness after laying any piping or troughing

for cables etc. Providing necessary civil finishing of the lift machine room, if

required, after installation of the machines.

For all cables connecting the Elevator system to other building

communication, alarm, automation or other systems not in the purview

of this contract, the Lift contractor shall terminate the cables at a

certain location inside the machine room or as specified by PFCL /

Consultant and provide terminal diagrams and other necessary drawings

for proper connection to the respective systems.

Providing temporary barricades with caution boards at each landing to

prevent accident during execution of work.

Responsibility to ensure safety of lift material against pilferage and damage

till the installation is handed over to PFCL.

All electrical works except bringing in main connection and earth connection to the

machine room terminated on suitable switch fuse unit/bolt.

All electrical works including interconnection from this switchboard and loop earthing

from the earth bar to be provided in the machine room shall be done by the contractor.

Testing of the Lifts post installation.

Commissioning and Handover of Lifts along with all ancillary equipment,

material, As-built drawings, operational manuals and other literature to

PFCL upon Completion within the stipulated timelines.

Civil works as described in Clause 7.0 below.

Project management and monthly reporting till handover of all Lifts.

Guarantee and rectification of Defects during Defect Liability Period.

Comprehensive maintenance of the Lifts and ensuring safe operation of

the Lifts at all times during the currency of the contract.

Duly making all requisite statutory filings and payments on behalf of PFCL

as may be required from time to time for installation and operation of the

Lifts, and duly obtaining all Consents / licenses / approvals.

Time to Time Certificate Training PFCL’s personnel for safe operation of Lifts

Providing comprehensive maintenance under AMCs for a period of 03 years post the

expiry of DLP for on the terms mentioned in the tender

3.1 STATUTORY LEVIES

Including Statutory levies applicable as on day including but not limited to the following:-

Local Sales tax / Central Sales tax / GST.

Excise duty/custom duty.

Work contract tax Octroi / Entry Tax

Any other levies by Central/ State Government/Authorities.

Service Tax.

Page 50: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 50 of 148

3.2 IMPORT LICENCE

Should any import license be required for import of any item in part or whole,

PFCL shall not be responsible for procuring the import license. PFCL shall not be

liable to liaise for or pay any Custom duties, import duties, tax, custom clearance

charges, etc. in consequence of import of any item in part or whole. (Bidders are advised

to make note of this clause before submitting their price bid)

3.3 CURRENCY FOR FINANCIAL BID AND FURTHER TRANSACTIONS

All transactions by PFCL to the contractor shall be in Indian Currency i.e. INR only. The

contractor shall be solely responsible for import of any item in part or whole for

completion of the subject work. The quoted prices shall be deemed fixed and

any variation on account of fluctuation in FOREX value shall be borne by

contractor and the contractor shall take appropriate forward cover.

Contractor should indicate prices separately for products and services and

taxes in Indian Rupees only.

4.0 SUBMISSIONS

4.1 ALONG WITH THE TENDER

Technical Parameters enclosed as Schedule- 10 needs to be duly filled in e-tendering

portal by the Bidders along with technical catalogue etc. of the equipment offered.

Bidders to also submit the reference list of existing customers where the

similar quoted lifts are in operation along with Customer satisfaction certificate

taken from customers for such projects.

4.2 SHOP DRAWINGS ON AWARD OF WORK BEFORE COMMENCEMENT

The Contractor shall submit Four sets in hard copy and 1 Set in soft copy of

General Arrangement drawings of Lift to PFCL / Consultant for approval before

commencement of work at site/fabrication/ manufacture. Such shop drawings

shall be based on the requirements laid down in the specifications and as per

site conditions. The manufacture of equipment shall commence only after the

drawings are approved by PFCL / CONSULTANT.

4.3 APPROVAL OF DRAWINGS:-

All drawings prepared by the CONTRACTOR shall be submitted to PFCL /

CONSULTANT within thirty days from actual date of award of letter in phased

Page 51: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 51 of 148

manner agreed and approved by PFCL and this will be the only accepted and

contractual method. PFCL / CONSULTANT shall check and approve these drawings

in a reasonable time and issue them to the CONTRACTOR as “Approved for

Construction”. Such approval shall not relieve the CONTRACTOR of responsibility

for any discrepancies, errors or omissions in their submittals.

If PFCL / CONSULTANT instruct the re-drawing, alteration or amending of any of

the submitted drawings which, in his sole opinion, do not properly interpret the

intent of the Contract or for any reason do not comply with good Engineering

practice, then the CONTRACTOR shall ensure the carrying out of PFCL’s /

CONSULTANT’s instructions and no claim for extra payment shall be allowed for

any reason in this respect.

Should PFCL/ CONSULTANT instruct the alteration or amending of any drawing prepared by

Contractor/Manufacturer, then the CONTRACTOR shall ensure that this is done immediately in

order to avoid any delay to the construction programme and no claim for

extra payment or extension of time for completion of the works shall be allowed

for any reasons in this respect.

No related manufacture or installation shall be taken-up in hand until & unless

co-ordination drawings, together with any explanatory literature, are

approved in writing by PFCL/ CONSULTANT.

The detailed programme shall reflect the requirements for production of

information to permit timely co-ordination with all trades and other agencies

working at site.

NOTE: - The CONTRACTOR’s failure to comply with the provisions of this clause

shall be deemed to constitute a default of his obligations under the contract.

All drawings by the CONTRACTOR shall be orientated to match the design

drawings and shall have a key plan identifying the location or area of the

works to which they apply. They shall also bear indication and make reference to

the Lift Numbering and coordinates of the architecural drawings.

When drawings are submitted for approval without complying with these

requirements, they may be rejected

4.4 AS-BUILT DRAWINGS

The Contractor shall maintain during the progress of the Work “As-Built” drawings

indicating the current status of the Work as actually performed. Upon final

completion of the Work, the Contractor shall prepare and submit to PFCL four

(04) hard bound sets and One (1) soft copy of revised “As-Built” drawings as

necessary in line of the Work as actually performed at Final Completion.

“As-Built” drawings shall be fully dimensioned drawings true to scale and correctly

brought up to date to present a true and accurate representation of the actual

Lift built and installed. The drawings shall give a full and complete picture of the

installation as it has been built.

Each and every item of the equipment shall be clearly identified in the “As-built”

drawings. All the sets of “As-built” drawings shall also include a complete and up

to date set of approved GA drawings that have been submitted and approved

earlier on commencement of work.

Page 52: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 52 of 148

4.5 OPERATION & MAINTENANCE MANUALS CIRCUIT/ CONNECTION DIAGRAMS

The CONTRACTOR shall ensure that equipment is installed as per the shop drawing

and GA Drawings. If there are any changes in installed equipment compared to

the approved GA & shop drawings, then the CONTRACTOR will first seek an

approval by PFCL / CONSULTANT.

The CONTRACTOR shall provide PFCL / CONSULTANT for approval four (4) bound

sets and One (1) soft copy of Working and Maintenance Instruction Manual and

circuit/connection diagrams for all services, installations and equipment installed.

The Working Maintenance Instruction Manuals, Passwords to any SD card /SIM /

EPROM used in the controller/drives and preventive maintenance schedule shall

contain all manufacturers’ operating and maintenance instructions, and

detailed drawings of all equipment supplied. The detailed drawings do not

require being specially prepared, and can comprise copies of the Manufacturer’s

shop drawings with suitable titles and reference numbers added. The exact

scope details of the Operating Instructions shall be agreed with PFCL /

CONSULTANT. Four sets of Plastic Laminated Circuit/connection diagrams for each

lift shall be submitted to PFCL .The circuit diagrams shall be completely filled

up with the relevant parameters fed in the programmable controllers during

the final testing and commissioning of lifts and one set of the same shall be

kept in the machine room to be referred to by the maintenance engineers

from time to time. Rest of the sets of the same shall be submitted to PFCL.

4.6 ON SITE/ CLASS ROOM TRAINING

Time to time Certificate Training of PFCL personnel on safe operation, handling

and general upkeep of equipment shall be undertaken by the contractor. Also

emergency rescue trainings shall be provided to the Lift operators and technical

staff deployed by PFCL. This has to be done at-least once before handover

of equipment, twice before expiry of defects liability period and every year

during the paid AMC period.

4.7 BAR- CHART FOR EXECUTION OF WORK

The Contractor shall submit within one week of the acceptance of the tender, a BAR Chart to

PFCL, which shall indicate the planning for the execution of the entire work under the

contract within the stipulated time given for completion. This shall be scrutinized by PFCL.

The mutually agreed BAR-CHART shall be binding on the Contractor for progress of the work

& for completion by the due date.

The Contractor shall during the entire tenure of site work, provide accurate monthly reviews

of BAR- CHART showing work targets & completed works for discussions with the

CONSULTANT & PFCL.

Page 53: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 53 of 148

5.0 PROJECT EXECUTION & MANAGEMENT

The Contractor shall ensure that senior planning and erection personnel from

his organisation are assigned exclusively for this project. They shall be at least

Graduate Engineer by qualification and have minimum 10 years’ experience in

this type of installation. The Contractor shall appoint one senior supervisor

posted at site on full time basis. Such supervisors shall be at least Diploma

Engineer by qualification and have minimum 05 years’ experience in this type of

installation

For quality control and monitoring of workmanship, contractor shall assign at

least one engineer who would be exclusively responsible for ensuring strict

quality control, adherence to specifications and ensuring top class workmanship

for the installation.

The contractor shall arrange to have mechanised and modern facilities of

transporting and storage of material to place of installation for speedy execution

of work including:-

Loading, transportation and unloading.

Protection of stored materials/installed work against damage due to dirt, sun,

water, damage by rodents and rain including providing tarpaulin/ PVC sheet

covers as required.

Providing security arrangements/watch and ward for stored materials and

installed works to guard against pilferage/damage.

Comprehensive insurance with PFCL as beneficiaries against

pilferage/damage during transportation/storage/installation valid till handing

over.

Third party insurance of adequate amount.

6.0 STATUTORY REQUIREMENTS FOR OBTAINING / CERTIFICATE

FROM AUTHORITES

6.1 The contractor shall be responsible to coordinate with the authorities towards scrutiny,

inspection, connection charges, security deposit and license fee. Security deposits and

license fee shall be reimbursed by PFCL on submission of documentary proofs by the

Contractor. The Contractor’s responsibilities includes:-

Obtaining approval from Lift Inspectorate for installation of Lift System

Obtaining approval from Lift inspector and NOC for satisfactory installation of the Lift

system as also for clearance to put the Lift into regular use.

Obtaining any other statutory permission/clearance/approval from concerned authority as

required.

Final completion certificate shall be obtained by the Contractor from all statutory

authorities to enable the lifts to be commissioned for utilization.

6.2 The Contractor shall arrange, stage wise as may be required, for submitting

all the requireddocuments and drawings, for execution and installation of the

Lifts, their inspection and obtaining approval/ completion certificates with

Page 54: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 54 of 148

respect to his works, required for use and connection of the utilities and

occupation of the building from the concerned statutory Authorities. The

Contractor shall Obtain and deliver to PFCL, on completion of the works, the final inspection

and appproval form the concerned Authorities including certificate for operation.

The Contractor shall submit all the necessary documents complying with the

tender conditions including Test certificates of critical components, technical

specification compliances, safety certificates and required coordination at all

times to ensure completion of work in totality within the committed timelines.

6.3 Contractor shall deploy workmen comprehensively covered under workmen

Insurance policy and holders of Valid ESI Health cards. A register shall be

maintained by Contractor/sub-contractor and shall be produced on Demand if

asked for by PFCL/ Authorities etc. The contractor shall warrant that all

actions taken by him in the execution of the contract shall conform to all

applicable Local City, State and Central Government laws, Ordinances and

Regulations. The Contractor shall defend and keep PFCL harmless from loss,

cost or damage by reason of any actual or alleged violation of any statutory

requirement.

6.4 The bidders shall be engaging a licensed Electrical Contractor/sub-contractor

possessing a valid Contractor's license of appropriate class in the state, employing

licensed supervisors and skilled workers, erectors and welders having valid

permits as per the regulations of Indian Electricity Rules and local Electrical

Inspectors requirements.

6.5 If the Contractor fails to comply with the terms of this clause, PFCL may affect the

insurance and deduct the expenses from any moneys that may be or become

payable to the Contractor or may, at his option, refuse payment of any

certificate to the Contractor until the Contractor complies with this condition.

7.0 CIVIL WORKS TO BE DONE BY LIFTS CONTRACTOR (INCLUSIONS)

Bidder is expected to inspect the entire site before submitting their bid and

provide inputs on any modification that they may have to undertake. Preference

will be given for nil or minimum modifications.

Any civil / architectural / structural damage or changes (if any) to

walls / floors / ceilings / doors that the contractor may cause during

work process inside the lift shaft will have to be rectified to its original

form at his own cost, risk and responsibility except the civil work like

repairing/ replacement of wall clading, flooring with necessary stones in the lift

lobby area.

Contractor shall provide/ carry out the following at his own cost:-

Dismantling as required for existing Lift / components as required. This

activity has to be conducted with all safety measures in place & to be done

so as to keep the area around the lift clean at all times.

The quoted rates shall be inclusive of all the works in hoist way pertaining to

installation of lifts including providing required steel scaffolding in case scaffold

less installation is not done. Cutting holes, grouting with cement concrete and

Page 55: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 55 of 148

plumb correction if required considering normal plumb variation of +/- 50mm

up to 30 meter rise, +/- 100mm for more than 30 meter rise and finishing

smooth etc.

Steel items such as bearing plates, hitch plates and buffer support

channels, or any steel required for erection and commissioning etc.

A suitable vertical iron ladder for access to the pit, sill angles and full height

full width fascia plates between all the landings.

Securing of the hoist way by way of full height barricades at every floor and

Locking of the machine room doors to avoid accidental/unauthorised entry

into the hoist ways and machine rooms during the time of installation work till

the handover of commissioned lift to PFCL.

Housekeeping and clearing of work area during the tenure of contract.

Providing final paint coat to all exposed fabricated steel work and providing matching

paint in approved manner over portions of factory painted equipment if

damaged during transportation/storage/installation before handing over.

Demobilization and clearing of all temporary works/ facilities after completion of

work at site and cleaning work are before handing over.

A Store space shall be provided by PFCL within the site premises for proper

storage of new / old lift material. A small room however may be provided by

PFCL for keeping electronic / electrical components of high value.

The hoist way and pit walls shall be treated/ whitewashed by the

contractor to minimize accumulation and circulation of dust, if required. The

whitewash shall however be done before installation/ post completion of lift

installation (as per requirement).

Tube Lights and exhaust fan in the machine room and Bulkhead Lights inside

the hoist way with suitable 5/15Amp power outlets with switches post

completion of lift installation.

Providing Cutouts in the machine room slab, as necessary for roping and wiring of new

Lifts and Closing of unused cutouts by metal sheets

Providing Cutouts in the Front wall/architrave for fixing of hall fixtures and covering of

unused cutouts with Stainless Steel Plates

8.0 WORK NOT INCLUDED IN LIFTS CONTRACT (PFCL TO PROVIDE)

The lift pit and hoist way is as existing at site and no modifications are proposed.

Works not included in Lift contract but to be furnished by PFCL.

A legal hoist way, properly framed and enclosed, including a clear dry pit of

proper depth with drains and waterproofing, if required.

Hoisting Beam/ hook to hoist the lift machines/components to the machine

rooms/top of hoist way are as existing in the site. Contractor to test the

available hoisting beams before execution of the work.

Provision of Lockable door arrangement for the machine room.

3 Phase commissioning power terminating in a RCCB of suitable rating at one

place inside the machine room/ top of hoist way, Suitable Earthing

terminating at one place in the machine room/ top of hoist way.

Page 56: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 56 of 148

9.0 TESTING

Testing for the various items of equipment shall be performed at the contractor’s cost and

test certificate to be furnished by the contractor (for Motor, Machine, Brakes, Buffers,

Controller, FRLSHF Wiring & Travelling cables & Steel wire Ropes). If required by PFCL, the

Contractor shall permit PFCL’s authorized representative to be present during any of the

tests.

On completion of the manufacture of items or sub assemblies, and following completion of

the manufacturer’s own tests and inspection, PFCL’s representative / Consultant shall be

invited to witness such tests as he deems appropriate.

After notification to PFCL that the installation has been completed the contractor shall make

under the direction and in the presence of PFCL’s representative / Consultant such test and

inspections as have been specified or as PFCL’s representative / Consultant shall consider

necessary to determine whether or not the full intent of the requirements of the plans and

specifications have been fulfilled. In case the Work does not meet the full intent of the

specification and further tests shall be considered necessary the contractor shall bear all the

expenses thereof.

10.0 GUARANTEE/ DEFECT LIABILITY PERIOD & MAINTENANCE –

DEFECT LIABILITY PERIOD, CAMC PERIOD

10.1 GUARANTEE

The lift contractor shall guarantee all equipment parts, materials and

workmanship furnished for the Installation against defects for a period of 24

months from the date of Completion and handover of the site, termed as Defect

Liability Period or Guarantee period. In the event PFCL agrees for individual/

block/ stage takeover of lifts, the Defect liability period shall start from the

respective dates so certified by PFCL.

The lift contractor warrants for a period of 24 months from the date of

acceptance to replace all failed part or parts exhibiting unusual wear and tear

during guarantee period and shall be replaced without any cost to PFCL, such

replacement shall be factory approved new, equal or better than original. All

labour, tools, materials, transportation, insurance, etc. required in performance

of guarantee shall be at the lift contractor’s expense.

10.2 MAINTENANCE

The lift contractor shall maintain the lift system in a first class and safe manner

during guarantee period and any C AMC period. Such maintenance shall be

Comprehensive annual maintenance contract for the entire lift system.

Responsibility entails monthly Servicing and inspection by the technician

including oiling, greasing, checking and top up of lubricants, gear oils in the gear

box, adjustments, cleaning, and unlimited call back service including nights,

weekends and holidays. Such Contract shall exclude the following items:

Car enclosure, car & Landing door panels, false ceilings, light diffusers, light

bulbs, fluorescent tubes, handrails, starters, chokes, mirrors, flooring, carpets,

car & landing fixtures, doors, batteries and external wiring to elevator & hoist

Page 57: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 57 of 148

way/machine room.

Call back service shall be provided round the clock 24 Hours, and responded

within 2 Hrs. Call backs involving more than one stalled or erratic lift / escalator

shall be immediately provided regardless of the time of day or night. Emergency

call back service for trapped passengers shall be responded to within 30

minutes. There shall be no compensation for call back service regardless of the

hour/ day, etc.

Engineer’s Visits for the routine maintenance shall be not less than 1 per

month. Preventive maintenance shall be allowed only during night hours on

weekdays or on non working day of the corporation for Lifts in PFCL corporate office

building Urjanidhi, Connaught Place, New Delhi. Preventive maintenance for Lifts in

PFCL shall be adjusted in such a manner that it shall not coincide with busiest /

peak operational hours of the lifts.

The lift contractor has to conduct an annual detailed audit to ascertain the state

of the lifts with respect to performance parameters, safety and general health.

This audit report need to be shared with the client and reviewed before the

start of next service calendar year.

The contractor shall coordinate with Lift Licensing Authorities and ensure getting

lifts licence, for all the lifts covered under AMC, from Govt. of NCT of Delhi. The

required license fee shall be deposited by PFCL with the concerned department.

Also the contractor will maintain a Log book of Parts failed and replaced for each

lift with proper analysis of the failure. Any such failure shall be brought to the

notice of the PFCL Officials and the corrective action needed to avoid

reoccurrence will be done by the contractor.

The contractor shall anticipate demand on supplies and parts and keep an

inventory of a reasonable number of spare parts including electrical, electronic

and mechanical spares at his own cost, on site in a Self-provided lockable metal

cabinet. A list of fast moving spares and minimum inventory shall be submitted to PFCL and

at any given point of time; the inventory available at site shall not be less than

80% of what is mentioned in the list. In circumstance such that the

Contractor fails to attend the breakdown within four normal working hours

after notification of the breakdown and where remedial work is interrupted

during normal working hours for purposes other than obtaining replacement

parts, PFCL reserves the right to order such action as may be necessary to

expedite completion of remedial work which shall be at the Contractors expense.

In case any of the items is required to be taken away for repair, the same shall

be subject to the prior written permission of PFCL.

Payment for AMC shall be released quarterly by PFCL at the end of each

quarter on submission of monthly work done certificates by the Contractor.

10.3 Service Level Agreement (SLA’S)-DEFECT LIABILITY PERIOD & CAMC PERIOD

The SLA’s for service during the defect liability period and C AMC period if agreed

with main contract shall be as under:

Page 58: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 58 of 148

a) The Contractor shall provide an average annual equipment uptime Guarantee

of 98% for each lift. This uptime guarantee shall exclude the time required

for scheduled monthly maintenance.

b) Preventive maintenance shall be conducted only during non working days of the

corporation as specified by PFCL from time to time

d) Routine monthly preventive maintenance shall be provided for and the period

for the same shall not exceed 04 hours per month

e) Man trap calls will have to be responded within 30 minutes at all times

f) Regular call back shall be responded within 02 hours and rectified within

04 hours from call registration

11.0 DEFECTS-RECTIFICATION & REPAIRS

Should PFCL consider, at any time during the construction or prior to

the expiration of the Guarantee/Defects Liability Period, that any work has

been executed with unsound or imperfect materials or unskilled workmanship

or is of an inferior quality or not otherwise in accordance with the Contract, in

respect of which the decision of PFCL shall be final, the Contractor shall, on

demand in writing from PFCL specifying the fault; not withstanding that the

same may have been inadvertently passed, certified and paid for, rectify forth

or remove and re-do the defective work so specified, in whole or in part, as the

case may require, at their own expense: and in the event of their failing to do so

within the period specified by PFCL in their demand/direction, PFCL may carry

out the work by other means at the risk and expense, in all respects, of the

Contractor.

12.0 STRUCTURAL & ELECTRICAL REQUIREMENTS

Contractor shall clearly indicate the structural and electrical requirements

for the installation of equipment apart from the scope of work if not specified.

The structural dimensions shall be measured by the contractor and re-verified for

acceptance from PFCL before manufacturing of equipment.

13.0 ELECTRIC SUPPLY

Commissioning Electric Supply:-The available system of electric supply is

415 volts, 3 phase, 4 wire, AC 50 Hz system and 220 volts between phase and

neutral. Any equipment /component operating at other than the above

mentioned power supply shall be provided with necessary transformers/voltage

stabilizers. The amount of power required for Lifts shall be indicated in the

tender. Power shall be provided at one point to be indicated by the bidder. All

subsequent electrical systems shall be deemed to be included in the scope of this

Page 59: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 59 of 148

contract.

Installation Time Electric Supply: - PFCL shall provide free of cost single

phase power supply of 220 volts, Single phase, AC 50 Hz system at a single point

for use of tools and tackles and temporary lighting purpose. However, extension

of wiring shall be done by the Contractor accordingly as necessary. Also it is the

responsibility of the contractor that the temporary wiring done by them is safe,

without any cuts and joints and not posing any shock hazard to other workers

and contractors working at site.

14.0 AMBIENT CONDITIONS

All equipment’s components and materials used in the work shall be

suitable for continuous operation/use at rated output with permissible overload

at the extremes of ambient conditions likely to be encountered at site.

Adequate margin shall be built into the design particularly to take care of

the higher ambient temperatures, dusty conditions, and high seasonal humidity

etc. which is ranging from an ambient of 0 degree Celsius to 50 degree Celsius

and relative humidity of 100%.

15.0 WATER

Water for civil work: - Water for Civil Work (Treated water only good for

construction but not fit for human consumption) shall be supplied free of cost by

PFCL at one point only. Any further distribution as required shall be the

responsibility of the Contractor at his own cost. The supplies shall be limited to

the time and quantum supplied by Municipal Authority.

Water for Drinking:-The Contractor shall make his own arrangements of

Drinking water for its workmen at site. Nothing extra shall be payable for this.

16.0 SAFETY REGULATUIONS

The entire work is to be carried out in phased manner in existing

and fully operational buildings and the contractor shall have to make

all necessary and required arrangements to ensure fool-proof safety

at all times for the staff, residents and visitors.

The working area required in front of the lift hoist way shall be

demarcated and properly barricaded at all times during execution of

the work to ensure safe and hassle free passage of staff and visitors of

the buildings. A detailed write up on proposed arrangements is required along

with tender bid.

Page 60: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 60 of 148

The Contractors shall, at their own expense, arrange for safety provisions as per

safety codes of Indian Standards Institution, Indian Electricity Act and such

other Rules, Regulations and Laws as may be applicable, as indicated below,

in respect of all workmen, labour, directly or indirectly employed in the work for

performance of the Contractors’ part of this agreement.

No inflammable materials shall be stored in places other than the rooms

specially constructed for this purposes in accordance with the provisions of

Indian Explosives Act. If such storage is unavoidable, it should be allowed

only for a short period and in addition, special precautions, such as cutting

off the supply to such places at normal items, storing materials away

from wiring and switch boards, giving electric supply for a temporary period

with due permission of PFCL shall be taken.

Protective and safety equipment such as rubber gloves, safety hats, Safety

Harness belt etc. should be provided in easily identifiable locations. Where

electric or Gas welding or such other nature of work is undertaken, goggles,

ISI marked Gas Cylinder apparatus, proper earthing equipment and ELCB

shall only be used.

All necessary personal safety equipment such as Helmets, Protective

footwear protective goggles/eye shields, Life Lines and harnesses, Gas masks

etc. as considered adequate by PFCL shall be used by the contractor/

sub-contractor and workmen employed on the site and maintained in a

c onditions suitable for immediate use and the contractor shall take

adequate steps to ensure proper use of equipment by those concerned.

All Hoist way where a fall hazard exists shall be secured by the contractor

from the date of handover of the hoist way for lift installation. Un-secured

hoist way if found by the Site Supervisor / PFCL / Consultant during the

work execution shall amount to compromise to site safety. Adequate

precautions shall be taken to prevent danger of electrical shock from electrical

equipment.

The Contractor shall provide all necessary barricading, warning Signage and

lights to protect public from accidents and shall be bound to bear expenses

of defense of every suit, action or other proceedings at law that may be

brought by any person for injury sustained owning to neglect of the above

precautions and to pay any damages and costs which may be awarded in

any such suit, action or proceedings to any such person or which may with

the consent of the Contractor be paid to compromise any claim by any such

person.

Tested Chain Pulley Blocks, Hoists, transmission ropes, electric wiring and other

dangerous parts of hoisting appliances shall be provided with efficient safe

guards; hoisting appliances shall not be loaded beyond it’s Safe Working

Load and Factor of safety to reduce the risk of accidental descend of load.

Adequate precautions shall be taken to reduce to the minimum risk of any

part of a suspended load becoming accidentally displaced.

All scaffolds, ladders, First Aid Equipment’s/medicines and other safety

devices shall be maintained in a safe condition and no scaffold, ladder or

equipment shall be altered or removed while it is in use. Adequate washing

facilities shall be provided at or near place of work. Necessary warning

sign boards in Red paint on Yellow background with proper lighting

arrangements for nights are to be provided at prominent locations.

Necessary number of caution Symbol board such as “DANGER” should be

readily available in easily identifiable locations.

Page 61: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 61 of 148

Standard first aid boxes containing medicines and materials as prescribed

by the St. John Ambulance Brigade or Indian Red Cross should be provided

in easily identifiable locations and should be readily available. Periodical

examination of the first aid facilities for elapse of Expiry date and protective

and safety equipment provided shall be undertaken and proper records shall

be maintained for their adequacy and effectiveness.

Shock treatment Charts (one in English and one in regional language) displaying methods

of providing artificial respiration to a recipient of electrical shock shall be

prominently displayed at appropriate places.

A chart containing the names, addresses and telephone numbers of nearest

authorized medical practitioners, hospitals, Fire Brigade and Police Station

also of the officers in charge shall be displayed prominently along with the

First Aid Box.

Workmen working inside the hoist way shall use proper Safety harnesses,

lifelines and rope grabbers as a safeguard to fall hazard. The personnel

working in the hoist way shall be duly authorized, trained and certified by

the Contractor’s Safety department for working at height while suspending

inside the hoist way.

17.0 COMPLETION TIME & TIME DELAY PENALTY

17.1 COMPLETION TIME

The entire work of replacement of all lifts projects shall be completed within Twelve (12)

Months from the 7th day of of issue of letter of intent/Work Order. The subject work shall

be carried out in phased manner so that adequate numbers of lifts are available at

all times for usage by staff and visitors of the buildings. Prices to remain firm

and free from any escalation till completion of the entire work post finalization of

letter of intent

The shut down period of 60 days or less envisaged per Lift in line with above

completion period is critical and its adherence is a must and any breach in

timeline is a material breach. Contractor may bring out at the time of biding any

requirements from PFCL’s side to help achieve the shut down periods. The subject

shutdown period includes the dismantling period.

Completion of work shall include supply, installation, testing, commissioning and

obtaining the required statutory approvals. The work shall not be deemed to be

completed till all these items are completed by the Contractor to the satisfaction

of PFCL / Consultant and lifts are handed over to PFCL fully complete and

running in all sense and term.

No materials once delivered at site will be removed by the

contractor without prior permission of PFCL /Consultant.

17.2 TIME DELAY PENALTY

If the completion of the work per clause 17.1 is delayed beyond the completion

period due to reasons considered by PFCL to be within the contractor’s control,

PFCL reserve the right to impose time delay penalty @ 0.5% of the contract

value (except CAMC charges) per week of delay in completion, limited to a maximum

Page 62: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 62 of 148

of 5% of the contract value per lift basis which will be deducted from the final bill

of the contractor.

17.3 EXTENSION OF TIME

PFCL may grant such extension in period of completion of stage(s)/work, as in

his opinion is reasonable, if the completion of the whole works (or part thereof),

is likely to be delayed on account of:

Any force majeure event i.e. War, Riots, Earthquake etc.

Delay on part of other Contractor or other parties engaged directly by PFCL,

on whose progress the performance of the Contractor necessarily depends.

Any order of the Court of Law.

Any other event or occurrence, which according to PFCL is not due to the

Contractor’s failure or fault and is beyond his control.

18.0 INDEMNITY

In addition to the liability imposed by law upon the Contractor for injury (including

death) to persons or damage to property by reason of the negligence of the

Contractor or his agents, which liability is not impaired or otherwise affected

hereby, the Contractor hereby assumes liability for and agrees to save PFCL

harmless and indemnifies it from every expense, liability or payment by

reason of any injury (including death) to persons or damage to property

suffered through any act or omission of the Contractor, his employees,

agents, servants, workmen, suppliers or any of his Sub-Contractors, or any

person directly or indirectly employed by any of them or from the conditions of

the Site or any part of the Site which is in the control of the Contractor or its

employees or any of its Sub-Contractors, or any one directly or indirectly.

Maximum liability is up to contract value.

19.0 INSURANCE

The Contractor without limiting his obligation and responsibilities under this

contract shall obtain adequate insurance cover for the liability which may

arise pursuant to Clause 18 above during the execution of the contract and

AMC period.

The Contractor shall obtain Contractor’s All Risk Insurance Policy (Value to be 25%

higher than contract value) to cover the following:

Entire contract value including cost of materials.

Third party insurance to cover for any damages to third party

Civil commotion, riots, war and other disturbances.

To cover contractor’s liability under Workman’s Compensation Act 1923.

Minimum Wages Act 1948. Contract Labour Act 1970 and other relevant acts

listed elsewhere. This shall be for the period of completion of works.

To cover against damage, fire, theft, floods and all other natural calamities

or any other loss of all material and equipment to be brought at site.

Page 63: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 63 of 148

The contractor shall ensure against all such liabilities and shall continue such

insurance during the whole of the time when any persons employed by him

are on the works.

20.0 ADVANCE BANK GURANTEE

Immediately after the award of work the contractor shall submit an

unconditional & irrevocable bank guarantee for advance from any

Nationalized/Scheduled bank in favor of PFCL, New Delhi for amount equivalent

to 110% of advance amount in the prescribed format provided in Appendix-III.

The said bank Guarantee should be initially valid up to the end of 90 days

after the schedule date for completion of Work and shall be extended from

time to time until Ninety (90) days beyond the actual date of completion of

commissioning and handing over of all the lifts, as may be required under the

Contract. In case, if the Contract is terminated due to default of the Contract, the

mobilization advance would be deemed as interest bearing advance at an interest

rate of 18% per annum to be compounded quarterly.

21.0 FREE MAINTENACE PERIODS

Quoted rates shall be deemed to be inclusive of, free comprehensive

maintenance (including spares) of Lifts for a period of Two year from

the accepted date of completion of the contract.

AMC rates post this period have been asked for & shall be quoted in the priced

BOQ. Such AMC terms of payment would be quarterly payment on completion of

each quarter and final bill for the last quarter would be made post adjustment

of any deductions.

22.0 TERMS OF PAYMENT

a) 10% interest free mobilization Advance against submission of Advance Bank Guarantee

equivalent to 110% of advance amount valid up to the end of 90 days after the schedule

date for completion of Work and shall be extended from time to time until Ninety (90)

days beyond the actual date of completion of commissioning and handing over of all the

lifts, as may be required under the Contract.

b) 10% of contract value on submission and approval of shop drawing.

c) 40% of the contract value on submission of original shipping documents

d) 20% of the contract value on completion of Installation of lifts on pro-rata basis.

e) 20% of the contract value on successful testing, commissioning and handing over of lifts

along with submission of lift license from statutory authorities on pro-rata basis.

Page 64: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 64 of 148

23.0 TAXES/ DUTIES

All taxes & duties, levies, service tax or any other taxes or levies including sales

tax on works contract, VAT/GST payable to any authorities whatsoever shall be

borne by Contractors and PFCL / Consultants accept no responsibility or

liability whatsoever on any account. Component of all applicable taxes

including sales tax and service tax shall be indicated separately.

If after submission of the tender, as a direct result of the coming into force of any

fresh law, or statutory rule or order or due to any changes of rate in sales

tax/VAT, Central/State Excise/Custom Duty/ Service Tax etc. during contract

period including the justified period extended, then the amount of the contract

shall accordingly be varied.

24.0 TAX DEDUCTION AT SOURCE

Income tax, sales tax, Labour Welfare cess or any tax to be withheld or deducted

at source shall be deducted from your running account bills as per statutory

requirements.

It is specific requirement that the Contractor/supplier shall be registered with GST, PF

commissioner, Labour Deptt. etc. and shall submit a certified copy of same to PFCL.

25.0 FINAL BILL

The payment of the final bill of each lift duly certified by PFCL and rectification

of all shortcomings identified by PFCL shall be made within 01 month of receipt

of bill after effecting due, recoveries and deductions.

26.0 SITE VISIT

The bidder at his own responsibility, risk and cost is expected to visit and

examine the site of work and its surrounding and obtain all necessary information

that may be necessary for preparing the tender bid and entering into a contract.

The bidder shall make all necessary arrangements for the safety of person

visiting the site and shall indemnify PFCL against any claims arising from such

visits.

The bidder shall confirm such visit in the tender bid in which he will

bring up the following:

a) Confirmation of the said site visit

b) Confirmation that he has understood the entire work

Page 65: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 65 of 148

c) Confirmation that no structural changes would be required

d) Confirmation that no architectural/civil changes would be required

27.0 VARIATIONS / ADDITIONAL / ALTERED / SUBSTITUTED ITEMS

Refer Clause 23.0 of Section-GPC of this document

28.0 DEFAULT NOTICE AND TERMINATION NOTIFCE

a) Default Notice - If an Event of Default occurs, apart from exercising

all other rights of the Association under this tender, PFCL may give to the

Contractor a notice in writing specifying the Event of Default complained of.

b) Termination Notice - If PFCL such notice and the Contractor does not cure

such Event of Default, if capable of cure or rectification, within thirty (30)

days after receipt of such notice, PFCL may at its option, in addition to other

remedies set forth in this tender or available under law, terminate the

contract by written notice to the Contractor.

c) Consequences of Termination - Upon termination of the contract in the

manner set out above, the following consequences shall ensue:- If the Contract

is terminated due to default of the Contract, the mobilization advance would

be deemed as interest bearing advance at an interest rate of 18% per

annum to be compounded quarterly.

The Contractor shall ensure that the Site is safe and remains duly secured

till takeover of the Works at Site by another person.

Subject to the above, the Contractor shall cease all further work and remove

all personnel and its installation gadgets or tools which may be lying on the

Site.

No further consideration shall be payable to the Contractor. The Contractor

shall have no claims whatsoever in respect of any Works already carried out

or equipment or materials supplied.

PFCL shall be fully and absolutely entitled to all materials and equipment

already supplied by the Contractor, whether already installed or not, and

shall be free to use or dispose of all such materials and equipment in any

manner that it deems fit.

Since the lifts are an essential facility in a multi-storeyed buildings like PFCL

Corporate Office Building, upon termination, would be constrained to appoint

another contractor to complete all pending Works and make all Lifts

operational at the earliest, and/ or to maintain the operational lifts. The

Contractor undertakes to render all reasonable co-operation and provide all

documents and information relating to the Lifts and other equipment supplied

by it, as may be reasonably required by PFCL or such contractor.

The Contractor shall be liable to reimburse to PFCL the difference between:

(a) all costs and expenses incurred by PFCL in causing the pending Works

to be carried out and other services including maintenance to be provided

by other contractors, and (b) the balance consideration that was to be

paid to the Contractor under the contract, within 10 days of receipt of

such demand from PFCL.

Page 66: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 66 of 148

The Contractor shall, in addition to the above, be liable to pay to PFCL a sum

being equivalent to 10% of Net Amount Payable, within 10 days of

termination as and by way of liquidated damages.

29.0 FORCE MAJEURE

Subject to the terms and conditions of this Agreement, neither Party will be liable

to the other for failure to comply with the obligations under this Agreement

by virtue of, and only for the duration of, occurrence of force majeure

conditions being war, general mobilization of troops, fire, earthquakes and

floods, embargoes, sabotage, explosion, riots or civil uprising, which would render

the Party incapable of performing its obligations. It is specifically clarified for

removal of any doubts that non-grant of any permission/ approval/ license/

NOC to the Contractor or any of its Sub-Contractors or vendors or service

providers by any authority or other body or person in relation to performance

of any of its obligations under this Agreement shall not constitute force majeure.

30.0 QUOTED RATES AND EVATLUATION OF FINACIAL BIDS

The Contractor is required to submit their Financial Bids online in the prescribed format

provided in Annexure VI.

The rates to be quoted by Contractor in the financial bids shall be inclusive of taxes, and also

shall be inclusive of the following items:

the value of work described under several items including all costs and

expenses which may be required in and for the execution of work

general risks, liabilities and obligations (e.g. temporary buildings, fencing,

watch and ward lighting, insurance and the like)

all labour, materials, plants, civil works, equipment, hoists, tackles, scaffoldings,

sundries etc. as may be necessary for full and entire completion of work.

The Contractor shall submit the CAMC Charges for all the lifts described in the contract as per

prescribed format provided in Annexure VI.

CAMC rates shall be quoted for Comprehensive Annual Maintenance for a period of 03 years

after expiry of the defect liability and free maintenance period of 02 years. The terms and

conditions during CAMC period shall be as I&SC clause 10.2 and 10.3 above.

Evaluation of the financial bids shall be done on the basis of Total Amount

obtained using the following formula:

GRAND TOTAL (GT) = P A R T (A) + (PART B)

Where,

PART (A) =Total obtained from Annexure VI (Financial Bid: SITC of new Lifts with removal

and Buyback of old existing lifts).

Page 67: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 67 of 148

PART (B) =Total obtained from Annexure VI (Financial Bid: CAMC Charges)

31.0 The bidder shall in no case lease/transfer/sublet/appoint sub-contractor or care taker

to render the services under the Contract.

32.0 No other person except bidder’s authorized representative shall be allowed to enter

PFCL's premises.

33.0 Within PFCL premises, the bidder personnel shall not do any private work other than

their normal duties.

34.0 Bidder shall be directly responsible for any/all disputes arising between him and his

personnel and keep PFCL indemnified against all actions, losses, damages, expenses

and claims whatsoever arising thereof.

35.0 The personnel engaged by the bidder are subject to security check by PFCL Security Staff

at any time and the bidder shall ensure their presence for the said purposes.

36.0 Bidder shall be solely responsible for payment of wages/salaries other benefits

and allowances to his personnel that might become applicable under any Act or Order of

the Govt. PFCL shall have no liability whatsoever in this regard and the bidder shall

indemnify PFCL against any/all claims which may arise under the provisions of various Acts,

Govt. Orders etc.

37.0 The bidder shall be fully responsible for theft, burglary, fire or any mischievous deeds by

his staff.

38.0 All consumable and material used by the bidder shall be of standard make.

------------------END OF SECTION – I&SC------------------

Page 68: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 68 of 148

E-tender for Removal of Old Lifts and Supply, Installation, Testing and Commissioning of New Lifts (Elevators) at Corporate Office Building,

URJANIDHI, #1, Barakhamba Lane, Connaught Place, New Delhi -110001.

Technical Specification (TS) Annexure IV

Reference Number: 02:12:220:I:2019:Lift Replacement

POWER FINANCE CORPORATION LIMITED (A Govt. of India Undertaking)

Corp. Office: "Urjanidhi", 1 Barakambha Lane, Connaught Place, New Delhi-110001

Page 69: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 69 of 148

SECTION TS

Technical Specification

The detailed specification of the desired equipment is provided in this

section. Any deviation in the said specifications has to be brought out

in the bid. Schedule - 10 provided specifies some of these critical

requirements and the deviations against those can be specified in the

annexure itself.

1.0 GENERAL

The following Indian Standard Specifications and Codes of Practice, currently applicable and updated

as of date irrespective of dates given below, shall apply to the equipment’s and the work covered by

this contract. In addition, the relevant clauses of the Indian Electricity Act 1910 and Indian Electricity

Rules 1956 as amended up to date shall also apply. Wherever appropriate Indian Standards are not

available, relevant British and / or IEC Standards shall be applicable

Code of Practice for installation, operation and maintenance of

electric passenger & goods lifts.

IS-14665 (Part 2) Sec-1: 2000

Code of practice for installation, operation and maintenance of

electric service lift.

IS-14665 (Part 2) Sec-2: 2000

MRL Code of Practice IS-15785: -2007

Safety Rules Section-1 Passenger and Good lifts IS-14665 (Part 3) Sec-1: 2000

Safety Rules Section-2 – Service Lifts IS-14665 (Part 3) Sec-2: 2000

Outline dimension for electric lifts. IS-14665 (Part-1): 2000

Inspection Manual for Electric Lifts IS-14665 (Part 5): 1999

Electric Traction Lifts – Components IS-14665 (Part 4) Sec-1 to 9:

2001

Installation and Maintenance of Lifts For Handicapped Persons

(Code of Practice)

IS 15330 :2003

Specification for lifts cables. IS-4289 (Par-1): 1984

Reaffirmed 1991

Specification for hot rolled and slit steel tee bars. IS-1173-1978

Reaffirmed 1987

Method of loading rating of worm gear. IS-7443-1974

Reaffirmed 1991

Code of practice for selection of standard worm and helical gear

box.

IS-7403-1974

Reaffirmed 1991

Isometrics screw threads. IS-4218-(Part-II)1976

Reaffirmed 1996

Degree of protection provided by enclosure for low voltage

switchgear and control gear.

IS-2147-1962

Classification of insulating materials for electrical machinery and IS-1271-1985

Page 70: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 70 of 148

apparatus in relation to their thermal stability in service. Reaffirmed 1990

Code of practice for earthing. IS-3043-1987

Electrical installation Fire Safety of Building. IS-1646-1997

PVC insulated electric cable for working voltage up to and

including 1100 volts.

IS-694-1990

Code of practice for electrical wiring and installation IS-732-1989

PVC insulated (Heavy Duty) electric cables for working voltage up

to and including 1100 volts.

IS-1554-1988 (Part-1)

Flexible steel conduits IS-3480-1966

Accessories for rigid steel conduit for electrical wiring IS-3837-1976

Boxes for the enclosure of electrical accessories IS-5133-1969 (Part 1)

Guide for safety procedures and practices in electrical work IS-5216-1982 (Part-1)

Conductors for insulated electric cables and flexible cords IS-8130-1984

Miniature Circuit Breakers IS-8828-1996

Rigid steel conduits for electrical wiring (Second revisions) IS-9537-1981

Methods of test for cables IS-10810-1998

Earth Leakage Circuit Breakers. IS-12640-1988

Molded Case Circuit Breakers IS-13947-1993

General requirement for switchgear and control gear for voltage

not exceeding 1000 volts.

IS-13947-1993

1100-volt grade XLPE insulated armored cables IS 7098

Specifications for hoist way door-locks IS 7754-1975

Rules for design, installation, testing and operation of lifts,

escalators and moving parts.

IS 1735-1975

In addition, the relevant clauses of the following, as amended up to date shall apply.

The Indian Electricity Rules 1956

The Indian Electricity Act 1910

Bombay Lift Act 1939

Delhi Lift and Escalator Bill

Haryana Lifts and Escalator Act-2008

Fire safety regulations pertaining to lifts

NBC provisions applicable to lifts-2005

The bidders shall also take into account the applicable local and State regulations for the design and

installation of lifts.

Wherever appropriate Indian Standards are not available, relevant British and/or IEC Standards shall

be applicable. BIS certified equipment shall be used as a part of the Contract.EN-81 standards as

amended to date would be used as a benchmark where appropriate IS are not available.

Page 71: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 71 of 148

1.1 TECHNICAL PARAMETERS

Technical parameters sheets in Schedule-10 give requirement of Passenger, Service & Goods lifts.

Bidders shall fill in their item wise confirmation/comments in the column provided for the purpose in

this annexure. Deviations, if any, from tender requirements shall be clearly brought out in

this annexure, failing which it shall be presumed that the offer conforms to the tender

requirements fully. Tenders in which Schedule-10 is not duly filled in by the bidders are liable to be

summarily rejected. Schedule-10 is required to be filled online.

1.2 FEATURES

The list of standard & optional features supported by the control system including but not

limited to features specified in Clause 6 below will have to be submitted by the

contractor with the tender for evaluation.

1.3 DESIGN

The design of the equipment shall match the design & performance requirements as specified below.

1.3.1 PROVED DESIGN

The lift contractor shall develop the design based on the below specifications and on proven and

reliable engineering practices. All sub systems & equipment shall be of proven design.

1.3.2 DESIGN CRITERIA

The design of the equipment offered should meet the following criteria: -

Usage of the latest state of the art technology.

Design enhancements should not reduce the life cycle of equipment / components

Design life of at least 20 years

Highest levels of reliability& equipment availability

Lowest maintenance cost

Modular design

Minimum life cycle cost

High traceability of components through unique bar coding / serial nos / tagging

Lowest energy consumption

Highest levels of safety

Page 72: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 72 of 148

Environment friendly

Code compliance

1.3.3 DESIGN INTENT

The intent of this document is to make sure that the design of the lift manufacturer must follow the

design criteria per above & to ensure that they provide the performance parameters

specified elsewhere to be met not only at the stage of handover but consistently year

over year during the service life cycle.

The lift contractor shall provide built in diagnostics to enable their people to reduce down times &

also to demonstrate performance requirements to PFCL’s representatives.

In this era of communications, advantage would be derived by those who can provision for

remote monitoring functions for their entire equipment class offered in this project.

1.3.4 DESIGN REQUIREMENT – LIFE CYCLE

The design of each component will achieve the minimum service life specified below: -

Ropes / Belts: - 8 years

Over speed governor: - 20 years

Traction machine / motor: - 20 years

Door operator: - 20 years

Safety gear / block: - 20 years

Travelling cables: - 20 years

Inverter Drive: - 20 years

Buffer: - 20 years

Controller & circuits: - 20 years

Contactor / Relays: 10,00,000 operations

2.0 SIZE & SPEED

2.1 The Passenger and Service Lifts capacity shall be as specified in Schedule-10.

2.2 Lift Speed shall be as specified in Schedule-10.

Page 73: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 73 of 148

3.0 TRAVEL

3.1 The travel of lifts shall be as mentioned in Schedule-10.

3.2 Bidder shall note that all dimensions are as indicated in the enclosed drawings and schedule

of requirement and his design shall be based on the same. Equipment from other countries will be

acceptable if it is of better quality and competitive in price and conforms to IS standards or

International Standards if equivalent or better than IS standards. The size of hoist way and car

enclosure will, however be the same as specified in Schedule-10.

4.0 DRIVING MECHANISM & ACCESSORIES

4.1 LIFT MACHINE

The lift machine shall be suitable for 415 volts, 3 phase, 50 Hz AC supply with a voltage variation of

+10% and –10% and shall be placed directly above the hoist way on steel beams resting on machine

room floor slab.

The lift machine shall have high efficiency, high power factor and low power consumption and shall

be designed to withstand peak currents in lift duties. Resilient anti-vibration mountings of suitable

design shall be provided to minimize vibration transmission to the building structure.

The assembly is to be designed & tested to sustain contract load plus 25% overload.

Machine Room Lifts: - The Lift machine shall be of gearless type with permanent magnets placed

directly above the hoist way.

Means of manual operation of the lift car shall be made by providing winding wheel suitably marked

to indicate the direction of the movement to enable to lift car to be brought to the nearest landing.

There shall be a safety switch to switch off electrical supply if the manual cranking wheel is engaged

before the manual operations.

In case if the machine is gearless then it shall consist of a motor traction sheave and brake drum or

brake disc completely aligned on a single shaft. Gearless machine shall be AC gearless with VVVF

drive.

Lift machine manufactured by OEM shall only be acceptable in this project.

4.2 A C MOTOR

The AC self-lubricating motor shall be suitable for lift use with high starting torque and low starting

current. Thermistors shall be embedded in the stator windings to indicate the temperature rise in the

motor. The A C motor shall have Class F insulation and suitable for not less than 180 starts per hour

with a maximum temperature rise of 50 degree-C over the ambient.

Page 74: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 74 of 148

4.3 ANTI-VIBRATION SUPPORTS

The whole traction machine shall be mounted on appropriate anti-vibration supports to minimize

noise and vibration.

The lift shall be provided with A.C, variable voltage, variable frequency, microprocessor-controlled

motion and drive control system. The bidder shall indicate the model No. name of manufacturer and

country of origin being provided, and the cable size required.

4.4 BRAKE

4.4.1 The electromagnetic brake or permanent magnet brake shall be spring applied and

electrically released. It shall come into action after the lift has come to a complete halt to hold the car

in position. The brake shall operate automatically with the safety devices and failure of the mains. It

shall be released electrically. It shall be possible to release the brake manually – such release

requiring the action of manual force to move the lift in short stops for machine above equipment. In

case of machine room less lift, lift contractor shall provide suitable means to hand wind or lower the

lift from a remote point.

4.4.2 The brake shall be capable of stopping and holding the Lift car in its downward travel to rest

with 125% of its rated load from the maximum governor tripping speed. In this condition the

retardation of the Car shall not exceed that resulting from the operation of the Safety gear or

stopping on the buffer.

4.4.3 Springs used to apply the brake shoes shall be in compression and adequately supported.

4.4.4 Brake linings shall be of renewable incombustible materials and shall be secured to the brake

shoes such that normal wear shall not weaken their fixings. Band brakes shall not be used.

4.4.5 No earth fault, short circuit or residual magnetism shall prevent the brake from being applied

in the event of loss of power supply to the Lift motor and control circuit.

4.4.6 A means of adjusting the brake plunger stroke and releasing the brake in emergency shall be

provided.

4.4.7 The Lift machine shall be fitted with a manual emergency device capable of having the brake

released by hand and requiring a constant effort to keep the brake open.

4.4.8 The fail-safe break shall incorporate an approved design of brake switch i.e. pick up, hold,

discharge. Brake coil shall be wired in series & their respective switches in parallel. The operation of

brake shall be thyristor controlled from solid-state drive-in order to effect minimum pick up time and

synchronized start.

Page 75: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 75 of 148

4.4.9 Dynamic braking system shall be provided by the contractor for all the lifts.

4.5 SUSPENSION ROPES

These will be self-lubricated; round standard steel wire ropes manufactured from high grade steel

and special flexible material and shall conform to the relevant Indian Standards.

The number and size of the hoist way ropes shall be so selected that it has the combined breaking

strength calculated with a minimum factor of safety of 10 times the combined weight of car with full load and also have adequate traction for the Lift.

4.6 COMPENSATING CHAINS & ROPES

Compensating Chains or ropes shall be installed for all lifts with a travel rise in excess of 30m or lift

with speed over 2.0mps. This is required to compensate the shifting mass of the suspension ropes. In

such a case a pulley weight shall be provided with suitable guides mounted in the pit.

These chains should not be a cause for any noise & suitable flame-resistant casing or jacket etc.

would need to be provided.

4.7 ALIGNMENT

4.7.1 The brake plunger, collar, sleeve, motor, sheaves and all bearings shall be mounted and

assembled so that proper alignment of these parts is maintained.

4.7.2 The assembly shall be reviewed and rectified when excessive noise is emitted during

operation.

4.8 CAR SAFETY, COUNTERWEIGHT SAFETY AND GOVERNOR:

Car safety shall be provided to stop the car or counterweight whenever excessive descending speed is

attained.

A tested over speed governor with rope & tension pulley frame shall be provided. The breakage or

excessive rope stretch of the governor rope shall cause the motor to stop by means of an electric

safety device mounted on the governor tension pulley.

The same shall be designed to meet the respective electrical & mechanical tripping speeds specified

in the latest IS 14665.

The lift contractor shall provide for means to test the governor by allowing it to trip when the car is

travelling at normal speed also.

Page 76: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 76 of 148

4.9 DRIVING SHEAVES

The sheaves shall be manufactured in steel or SG iron and fitted with sealed for life lubricated

Bearings.

The sheaves shall have machined rope grooves that can be reworked for future wear.

Adequate provision shall be made to prevent any suspension ropes leaving groove due to

rope slack or introduction of foreign objects.

All traction & diverter sheaves shall be enclosed with a suitable & removable guarding for

eliminating moving equipment pinching hazards.

4.10 EMERGENCY HAND WINDING DEVICE

A Removable hand winding device shall be provided for emergency cranking of lift machines

whenever required for lifts with machine room. The same shall be located inside the machine room

and an electrical safety device shall be provided to disconnect the power to the lift machine during

the installation of hand winding device on the machine.

5.0 CONTROL SYSTEM

5.1 CONTROLLER

The lifts shall have state of art microprocessor-based AC variable voltage variable frequency

(ACVVVF) drive.

The lift controller shall be wall/floor mounted, vertical, totally enclosed cubicle type with hinged doors

on the front and/or the rear to provide easy access to all components in the controller. The cubicle

shall be well ventilated such that the temperature inside never exceeds the safe limits of the

components at ambient room conditions in the machine room.

The controller shall operate within the supply voltage variation of plus 5% to minus 10% of the

nominal voltage. An inbuilt voltage stabilizer shall be provided in the controller for the purpose.

The controller shall be complete with relay protection against the following:

Over current

Under voltage

Single phasing

Phase reversal

Earth leakage

Over voltage – 3 Phase

Spikes & Surges

Page 77: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 77 of 148

Control panels & drive systems shall be designed to meet the requirements laid down by the EN12015

standards relevant to Electro-Magnetic Compatibility (EMC).

Main circuit board and circuit breakers inside controller manufactured only by OEM shall

be acceptable

Lift motor control system shall be electronic closed-loop control to ensure fail safe motor over speed

controls and stopping accuracy of ± 10 mm.

Load compensation circuits shall also be included to further improve upon the levelling accuracy. The

levelling shall be ensured within ± 10 mm.

An Automatic Phase reversal device shall be provided on the controller which shall be designed to

protect the lift equipment against phase reversal and phase failure.

The controller shall be designed to cut off the power supply, apply the brake and bring the car to a

rest in the event of any of the above failures occurring.

System should automatically restart when power is restored.

Lifts should not go in to correction mode or correction run to the lowest floor / highest floor to update

its position & memory.

The acceleration and deceleration shall be adjustable at site using a service tool.

5.2 VVVF DRIVE UNIT

Lift drive controls shall be A.C. Variable Voltage Variable Frequency Drive System with microprocessor

based site programmable controls.

In normal operation, the electromagnetic brake shall only be applied when the lift has come to a

complete standstill. The brake shall hold the lifts in position at every landing, and shall provide

stopping without any jerking effect.

The VVVF Drive shall employ Sine wave PWM control with 12 pulse drive & shall be designed to run at

an ambient temperature of 50 Degree Celsius & maximum relative humidity of 90%.

The VVVF drive shall be vector with flow closed loop control always.

Shielded cables to be used to cover the path from inverter output terminal box to motor terminal box;

this is required to reduce EMI or radio disturbances.

Input filters to be used at inverter input to reduce disturbance to power supply.

Due to standing wave phenomenon, high voltage spikes get generated at motor terminals operated

with VVVF drives. This results into premature burn out / failure of motor winding. To safe guard

motor against these voltage spikes, VVVF drive shall consist of appropriate protection device at

output of the inverter.

Following protections shall be built in with the inverter: -

Motor overload / over torque

Instantaneous over current

Ground fault

Under voltage

Page 78: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 78 of 148

Over voltage – 3 Phase

Output & Input phase loss

Output short circuit

Over speed

Spikes & Surges

On fault occurrence, the VVVF drive shall store the status of all parameters prevailing at the time of

fault occurrence etc. & the same shall be available to the user to assist him in the fault diagnosis.

5.3 ROPE STRETCH RE-LEVELLING

The control & drive system shall incorporate some means to re-level the lift after it has stopped to

permit the stopping position to be corrected so as to take into account the impact of rope stretch

during loading / unloading conditions. Movement with doors open will be limited to the door zone /

unlocking zone at a speed not more than 0.3mps. This feature is required for lifts with travel rise

beyond 75m.

5.5 GROUP CONTROL SYSTEM

Three or more lifts adjacent to each other in one location shall be provided with Group Supervisory

Control. There shall be Hall buttons with directional and floor information display Control for group

controls. The control system shall regulate dispatching of individual cars and shall provide service to

all floors as different traffic conditions arise minimizing unproductive factors. The system shall

respond automatically to UP and DOWN peak, balanced or light traffic etc. Complete detail of these

features & the power of the algorithm shall be furnished along with the tender. In case of group

control, please note that even if one controller fails, the group operation cannot fail.

5.6 SELECTIVE COLLECTIVE AUTOMATIC OPERATION (SIMPLEX CONTROL SYSTEM)

Individual lift cars shall be provided with Simplex Control. The lift shall respond to all registered hall

calls and car calls automatically with the help of one button per lift stop inside car and UP & DOWN

buttons in each landing. It shall respond to all registered hall calls and car calls in the direction of

service. When no call is registered then after a pre-set adjustable period lift car shall come to

designated floor and open the door for 30 seconds (adjustable time) and then park the car there with

doors closed.

5.7 ENERGY EFFICIENCY

The control systems should incorporate energy control features to reduce the power consumption

when the lifts are not in use or there is low demand; these include but not limited to: -

Page 79: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 79 of 148

Auto Fan / Car light Cutoff: Auto switch off feature to be provided for switching of the

ventilation fan & car lights after 90 seconds of lift being idle. This should be programmable at

site to increase or decrease the timing. These have to switch ON automatically at the time of

first landing call.

Indicators illumination: All indicators to reduce illumination levels after a pre-defined period of

inactivity of the lift. The pre-defined period can be taken as 5 minutes & should be

programmable at sites.

In low demand times, number of service cars to be reduced without impacting passenger

waiting times.

5.8 FIRE MAN OPERATION

All building with height more than 15m shall have fireman’s lift. The technical parameters define the

fireman’s lifts. This shall always be in line with the latest IS codes amended up to date even if the

below description is found as different from the latest amended IS codes.

5.8.1 Operation Requirement of fireman’s lift/s:

The fireman’s lift shall be provided with the following as a minimum: -

A two position ON/OFF fireman’s switch which is common to all lifts in a group control at

evacuation floor (normally the main entrance floor) protected in a box with glass in front with

suitable label indicating that it is the fireman switch and

Audio & visual signal in car

5.8.2 Sequence of operation:

Return to Evacuation floor (Phase 1):

Shall start when the switch at the evacuation floor is turned to the ‘on’ position or the signal

indicating a fire received from the automatic fire detection and alarm system (if provided by

the BMS) is on. The lift(s) controlled by this switch shall cancel car calls and separate from

landing calls and no landing or car calls shall be registered. The audio and visual signal in car

shall be turned on. All heat and smoke sensitive door re opening devices shall be rendered

inoperative.

If the lift is travelling towards evacuation floor, it shall continue driving to that floor.

If the lift is travelling away from the evacuation floor, it shall reverse its direction at the

nearest possible floor without opening its door and return non-stop to the evacuation floor.

If the lift is standing at a floor other than the evacuation floor, it shall close the doors & start

travelling nonstop to the evacuation floor.

When at the evacuation floor, the lift will park with doors open.

The audio signal is turned off after this drive.

Page 80: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 80 of 148

Fireman’s Service (Phase 2):

The phase 2 is started after phase 1 if the fireman’s switch is on.

The lift does not respond to landing calls. All heat and smoke sensitive door re opening

devices shall be rendered inoperative.

When the car call button is pressed the doors start closing. If the button is released before

the doors are fully closed, they reopen. The car call is registered only after the doors are fully

closed.

After registering a car call the lifts start driving to a call. If more than one car calls are

registered, only the nearest call is answered & the remaining car calls will be cancelled at the

first stop.

At the floors the doors are opened by pushing the door open button. If the button is released

before the doors are fully open, they reclose.

The lift returns to normal service when it stands at the evacuation floor with door open & the

fireman’s switch is off or by an electric signal from the automatic fire detection system when

it is reset.

5.8.3 The word ‘FIRE LIFT’ shall be conspicuously displayed in fluorescent colour near/on the lift

landing doors at each floor.

5.8.4 Requirement for non-fire lifts:

For buildings having height more than 15 meters, the non-fire lifts shall be taken out of normal

services in the event of fire, by making use of the following provisions given below: -

The non-fire lifts shall be provided with a manual two position (ON/OFF) fireman switch

acting as a grounding switch on the main floor. The switch shall be common for all lifts in a

group control. The switch shall be protected in a box with glass in front with suitable label

indicating that it is fire switch.

When a signal indicating a fire is received from the automatic fire detection and alarm system

or from the grounding switch, the non-fire lifts shall react as follows: -

All landing controls and car controls including the door re open button shall be rendered

inoperative.

All existing registered calls shall be cancelled; and

The lift shall follow the automatic command initiated by the received signal in the following

way:

A lift with automatic power doors when parked at a landing shall close the doors and travel

non-stop to the evacuation landing;

A lift travelling away from the designated landing shall make a normal stop and reverse its

direction at the nearest possible landing without opening the doors and return to the

evacuation landing;

A lift travelling towards the designated landing shall continue its travel non stop towards it.

A lift in the event of becoming blocked due to the operation of a safety device shall remain

immobilized.

Page 81: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 81 of 148

Door reversal devices, which may be affected by heat or smoke, shall be rendered inoperative

to allow the doors to close.

The breakdown or shut down of a lift in a group of interconnected lifts shall not affect the

return of the other lifts to the evacuation landing.

On arrival at the evacuation landing, lifts shall park there with the car & landing doors open &

removed from service. Note: the doors may close after predetermined time but it shall be

possible to open them with landing call button and manually with emergency key.

The lift will automatically be reset to normal operation by:

An electrical signal from the automatic fire detection system when it is reset; or

The rest of the manual grounding switch.

In case there are fire as well as non-fire lifts in a group control, the common fireman-cum-grounding

switch should function as fire switch for fire lifts and as grounding switch for the non-fire lifts.

The fireman’s switch shall be located adjacent to the lift opening at the evacuation floor and shall be

at a height of approximately 2 m above the floor level.

5.9 AUTOMATIC RESCUE DEVICE

The ARD shall have the following specifications:

ARD should move the lift to the nearest landing in case of power failure and single phasing

during normal operation of lift.

ARD should monitor the normal power supply in the main controller and shall activate rescue

operation within 10 seconds of normal power supply failure. It should bring the lift to the

nearest floor at a slower speed than the normal run. While proceeding to the nearest floor

the lift will detect the zone and stop. After the lift has stopped, it automatically opens the

doors and parks with door open. After the operation is completed by the ARD the lift is

automatically switched over to normal operation as soon as normal power supply resumes.

In case the normal supply resumes during ARD in operation the lift will continue to run in

ARD mode until it reaches the nearest landing and the doors are fully opened. If normal

power supply resumes when the lift is at the landing, it will automatically be switched to

normal power operation and start from there instead of getting into correction mode and

going to lowest floor.

All the lift safeties shall remain active during the ARD mode of operation

Audio / Visual alarm to be provided in car to announce ARD operation; voice synthesizer to

make an announcement that lift is running to floor level on emergency power and to exit

upon arrival.

The battery capacity should be adequate so as to operate the ARD at least three (03) times

without recharging of battery.

ARD should also operate in case of Single-phase failure.

Page 82: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 82 of 148

5.10 SEISMIC SENSOR

Seismic operation Control system with primary & secondary wave sensor for all the lifts needs to be

provided. It could be one control device installed in each isolated zone of the buildings (separated by

expansion joints) which shall be integrated with all lift units in that particular zone.

Upon detecting such wave & sensing the limit exceeding the programmed limit, the equipment shall

direct the control system to bring the cars to the nearest floor and immediately open doors for safe

exit. The electronic sensor should sense & measure acceleration across all three-axis.

The lift shall only be reset manually after the signal is clear and the maintenance personnel have

inspected the lift.

Upon Detection of a Seismic wave the control system shall provide for a signal to be sent to the BMS

system.

6.0 STANDARD FEATURES TO BE INCLUDED

6.1 AUTOMATIC BY-PASS

Load weighing devices located either on car top or under the car cage shall be provided for all lifts.

Whenever the load exceeds 80% of the capacity load of the lifts, the lifts shall ignore all landing calls

and only respond to car calls.

6.2 OVER LOAD DEVICE

A load weighing device shall operate when the load in the car exceeds the rated capacity. The

operation of the device shall activate buzzer sound and flashing ‘overload’ signals. At the same time

the car doors shall be prevented from closing. When the excess load has been removed from the car,

the buzzer alarm shall stop automatically and the car shall function normally. The sensitivity shall be

30 kg for Passenger lifts and 5% of the contract load for service lifts. The load sensing shall be

achieved either by way of load sensors placed under car platform or rope/ belt tension device as per

manufacturers standard design. The load sensing device should be site- programmable/adjustment

type.

6.3 AUTOMATIC SELF-LEVELING

All lifts shall be provided with automatic self-leveling feature that shall bring the lift car level to within

±5mm to + 10mm for passenger/service lifts and + 10mm for freight lifts of the landing floor

regardless of load or direction of travel. The automatic self-leveling feature shall correct for over /

under travel.

Page 83: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 83 of 148

6.4 ALARM BELL/BUZZER

An Emergency alarm bell/ Buzzer, including wiring to be provided and connected to a properly

marked push button in the car operating panel. The alarm bell shall be located at the ground floor, at

the floor landing outside and adjacent to hoist way or as desired by PFCL.

The alarm sound shall be siren type audible from at least 50 meters from the ground floor landing,

operated by Rechargeable Nickel/Cadmium maintenance free batteries to give a warning siren when

the alarm button in the car is pressed momentarily.

6.5 ANTI-NUISANCE

If car loading relative to weight in car is not commensurate with number of registered car calls, the

system cancels car calls. Systems employing either load weighing or door protective device for

activation of this feature are acceptable.

6.6 SAFE LANDING FEATURE

If a car has stopped between floors due to some equipment malfunction, the controller checks the

cause, and if it is considered safe to move the car, the car will move to the nearest floor at low speed

and the doors will open.

6.7 AUTOMATIC DOOR OPEN TIME ADJUSTMENT

The time the doors are open will automatically be adjusted depending upon whether the stop was

called from a hall call or a car call.

6.8 NEXT LANDING

If the lift doors do not open fully at the destination floor then the doors will close and the lift will

automatically move to its next destination.

6.9 INDEPENDENT SERVICE

Under this operation the car is withdrawn from the group control operation for independent use, such

as transporting goods, carrying large number of people between floors or maintenance & at such

times only responds to car calls. The lift will remain parked on a floor with its doors open until a floor

is selected and the door close button is held until the lift starts to travel. The switch for this service

shall be located inside the lockable service box in Car operating panel.

Page 84: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 84 of 148

6.10 RETURN OPERATION

Using a key switch on the face plate at main lobby floor, a lift can be taken out of the group control

operation & brought to the main lobby floor (or other designated floor). The car will park on that floor

with the doors open till independent operations begin.

6.11 CAR CALL CANCELLATION

This function allows passenger to cancel the selection of a floor which is accidentally pressed by

pressing the button again.

6.12 DOOR NUDGING

If the Elevator doors are kept open longer than the pre-determined time, an override alarm shall

sound and start to close at a slower speed to alert the passenger that the doors must close so that

system performance is not adversely affected.

7.0 CAR ENCLOSURE

7.1 CAR FRAME

The car frame/sling shall be fabricated from steel angle or channel section and be separate from the

lift car. The safety gear positioned below the sling shall be of gradually applied type, which can be

released by lifting the car. This safety gear shall be operated by an over speed governor located in

the motor room/top of hoist way. The governor tension weight shall be provided with a built-in switch

to detect broken rope/belt.

Sheet steel thickness for Car shall be 1.2 mm and for floor it shall be 2 mm. Joints in all surfaces shall

be coordinated. All fixings to be of the hidden secret type (cover strips at joints are not acceptable).

Every lift car body shall be carried in a steel car frame assembly that shall have sufficient mechanical

strength to resist the forces applied by the safety gear or impact of the car on the buffers. The

deflection of the steel members carrying the platform shall not exceed 1/1000 of their span under

static conditions when the rated load is evenly distributed on the platform.

Every lift shall be provided with an apron of at least 750 mm below car door. This apron should

extend up to full width of the car door plus 150 mm on the either side. This apron must be rigidly

braced with only countersunk screws & any fixings / mountings used shall be of steel.

The car roof shall be provided with a car top rail / balustrade in accordance with the requirements of

EN 81 including a mid rail & toe guard where applicable. A suitable warning notice for the fall hazard

shall be placed.

At least four renewable guide shoes or shoes with renewable linings or sets of guides rollers shall be

provided two at the top and two at the bottom of the car frame assembly.

Page 85: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 85 of 148

7.2 CAR ENCLOSURE FINISHES

Car enclosures shall be Stainless Steel hairline finish or/and Stainless Steel Scratch Resistant finish

or/and Powder coated finish or / and as specified & as approved by Consultant / PFCL as specified in

schedule / technical parameters.

7.3 CAR CABIN CONSTRUCTION

The lift car enclosure shall be with Stainless Steel Hairline finish or Stainless Steel Scratch Resistant

finish or Textured Powder coated finish as specified in Schedule of requirement. Height of the

enclosures shall be 2400 mm or as specified. Flooring of lift car enclosure shall be done by the

contractor in Granite / Marble stone. Colour, texture, Design of flooring shall be approved by PFCL /

Consultant during drawing approval. Suitable weight for flooring shall be considered by the

Contractor as per approved flooring type by PFCL. Enclosure shall have SS/MS ceiling with LED cluster

lights or standard design of ceiling as approved by PFCL / Consultant. The enclosure shall have

fixtures and fittings including provision of car ventilation as detailed in technical parameters.

7.4 CABIN FAN

At least One/ two numbers Noiseless pressure fan or blower with Auto ON/OFF shall be provided in

each lift cabin with supply grill matching with the interior of the car. Airflow in the car should be such

that adequate amount of airflow reaches all parts of cabin. One of the blowers shall be connected

thru a rechargeable UPS to ensure continuous blower operation for at least 15 minutes in event of

power failure.

7.5 EMERGENCY LIGHTS

In addition to normal lighting an emergency light unit using sealed Nickel/Cadmium Maintenance free

battery power pack with charger and fluorescent lamp to operate automatically and to illuminate the

car for minimum 30 minutes in case of power failure shall be provided in each lift car.

7.6 GUIDE SHOES OR GUIDE ROLLERS

Two number of guide shoes or guide roller at the top and bottom shall be provided on the lift car &

counterweight. Guide shoes or guide roller shall have non-metallic renewable lining’s, which requires

minimum lubrication.

For speeds more than 1.5 mps adjustable guide shoes or guide rollers shall be used for the car &

counterweight.

For freight lifts with speed below 1.50 mps, solid shoes can be used.

Page 86: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 86 of 148

7.7 FIRE LIFTS

Fire fighting lift should be provided with a ceiling hatch of size 350 mm x 500 mm for use in case of

emergency, so that when the car gets stuck up, it shall be easily open able.

8.0 CAR SIGNALS & OPERATION DEVICES:

8.1 FOR CARS WITH SIMPLEX / GROUP CONTROL

A flush type Stainless Steel "car operating panel" with the following devices shall be fitted:

Bank of call buttons corresponding to landings served. Tactile braille LED illuminated Buttons.

The push buttons should be tonal contrast to the COP & car panels finish

Each push of any COP button shall provide a soft audible signal to confirm operation.

Alarm button shall be provided with a yellow pictogram to indicate the alarm button

provision.

Fan /Blower switch.

Door open button.

Door close button.

The main floor / exit floor push button shall protrude 5mm beyond the other floor buttons &

be coloured green with green illumination

"Up" & "Down" direction indicators indicating travel direction

Key operated switch for "Attendant" and "Automatic" operation.

Provision in car to be connected with P.A. System, Fire Control Room, CCTV and BMS Control

Room.

Overload panel along with audio /visual indication.

In case of service lifts & bed cum passenger lifts, provide door hold button, which extends

normal door open period by up to 30 seconds. The extended time can be cancelled by

actuation of door close button.

Adequate space provision for access control card reader.

Non-stop service should be achievable with a separate coded push button in the car. A load weighing

device shall be provided to by-pass landing calls, should the load of the lift reach 80% of the full

contract load.

The Blower switch shall be a tactile push type switch. Blowers shall be isolated with vibration isolators

from the car and the sling. The "up" and "down" reversal buttons and key operated inspection switch

shall be provided on a maintenance control device on top of the lift car.

In case of "Attendant" operation of the car indicator on the car station shall be provided for the

attendant to know on which landing the call has been registered to answer that call.

Page 87: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 87 of 148

If the sole control of the lift is to be retained on the car station, a car preference switch shall be

provided to ignore all landing calls.

8.2 A 10.4” LCD based / scrolling digital car position indicator with LED/LCD illumination shall be

provided in each passenger car indicating the landing at which the car is stopped or passing.

8.3 Car enclosure will be provided with arrangement for fixing of Internal Telephone. Car shall

have a provision for communication with main control room / fire control room.

8.4 EMERGENCY INTERCOM

Each lift shall be fitted with an intercom system to allow at least 3-way, hands free, conversation

between the lift car, machine room & two remote stations.

The microphone & speaker unit has to be concealed behind the COP in the lift car & is activated by

pressing the button which has an indication glowing when intercom is in operation.

The master unit in the remote stations has to have an indicator for each lift.

8.5 VOICE SYNTHESIZER

This shall be provided & needs to be of the digital type capable of site programming.

Besides giving a choice of background music (with option at site to choose or reject) it should be

capable of providing following messages in at least two languages per choice of PFCL:

Arrival at the floor & its designation.

Lift failed to start, please press the door open button

ARD operation

Final messages list & wording to be finalized with PFCL approval.

9.0 CAR & LANDING DOORS

9.1 DOOR OPERATOR & LOCKS

Door operator shall be positive acting and powered by an A.C motor rigidly connected to the door and

controlled by a VVVF unit. Operator shall simultaneously open the car and hoist way doors and

maintain the doors fully open or closed at each door step. Door operators shall be suitable for

Attendant/Automatic operation. The door operation shall ensure smooth opening of door without any

jerk and closing of door without any banging noise.

Page 88: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 88 of 148

The operator and closed loop VF control panel and its associated devices should be mounted on steel

members forming part of the car sling & in no way shall the operator be fitted to the car enclosure.

Direct door drives through PMSM motors driven through closed loop VVVF drive shall be the preferred

method.

The equipment shall consist of a door operator unit on the lift car operating the car door when the

car is stopping at a landing. The car door and hoist way door shall be mechanically coupled and shall

move simultaneously during opening and closing.

The car door and the hoist way door shall be power opened and power closed and shall be checked in

opening and closing with an oil cushioning mechanism built into the gear unit if any; nylon / plastic

gears will not be acceptable.

Each hoist way door shall be provided with an interlock, which will prevent movement of the car away

from the landing until the doors are locked in the closed position.

An electric contact for the door shall be provided which shall prevent car movement away from the

landing unless the door is in fully closed position.

The car door and the hoist way shall open automatically as the car is stopping at a landing. The

closing of the car door must occur before the car can be started. Doors can be stopped and reversed

during their closing motion.

9.2 DOOR HANGERS AND TRACKS:

The car and the landing doors shall be provided with two point suspension sheave type hangers

complete with tracks. Sheaves and rollers shall be steel with molded nylon collar and shall include

shielded ball bearings. Tracks shall be of suitable steel section with smooth surface. The landing

doors shall be complete with headers, sills, frames etc. as required.

9.3 CAR & HOIST WAY DOOR PROTECTION:

A multiple beam full height infra-red electronic door detector and safety edge shall be provided to

regulate the closing motion of the doors for entry of the passengers. When a person is entering the

car while the doors are closing the detector shall sense the same and reverses the door closing to

permit entry.

9.4 CAR & LANDING DOORS:

The car & landing entrances for lifts shall be protected by automatic power operated, center opening,

horizontal sliding doors with size and finish as per Schedule-10.

Car entrance shall be protected by steel doors of the same size as landing doors.

Lifts shall be provided with automatic doors

The door shall be provided with Multi beam Infra-red sensors, safety edge, high speed door

operators, sheave type two point hangers, and tracks as specified.

Page 89: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 89 of 148

Door panels should be of single skin construction & the sheet metal shall be a minimum thickness of

1.2 mm

The face of the door panels shall maintain a fixed running clearance with respect to the architrave

and / or door frame.

Every landing door shall be provided with an emergency landing door unlocking device. When

operated by an authorized person with the aid of a key to fit the unlocking triangle, the landing door

shall be unlocked irrespective of the position of the lift car for rescue purpose. When there is no

“unlocking” action, the key shall only be able to stay in the locked position.

In the case of coupled car and landing doors, the landing doors shall be automatically closed by

means of weight or springs when the car is outside the unlocking zone.

A potential cause of accidents could be the attempt to open the landing door locks of lower floor in

case car stops away from floor level. This attempt in panic may result in an accidental fall in to the lift

pit. In order to ensure that the trapped passengers do not attempt the above, the electromechanical

latch should be so designed that it is inaccessible or invisible to the passenger in car.

Each landing door shall be complete with locks, headers, sills, frames, rims, hanger supports with

cover plates, etc. The finished work shall be strong, rigid & neat in appearance. Plain surface will be

smooth & free from warp or buckle. Molded surfaces shall clean out, straight & true. Fastenings shall

be concealed from the fascia side of the material.

For all lifts in buildings having height more than 15m, the landing doors will need to have a minimum

fire resistance rating of 1 hours for integrity as per IS: 3809: 1979; necessary certificates to this

effect must be submitted on handover.

10.0 LANDING SIGNALS AND OPERATION CONTROLS

10.1 DUPLEX / STANDARD / CONVENTIONAL CONTROLS

Terminal Landings

LED illuminated type single push buttons with travel indication arrow in Hairline finish

stainless steel fascia plate.

4.3” LCD based Digital car position indicator in hairline stainless steel fascia plate or as

specified in the Schedule-10.

Direction & position indicators requirement is mutually exclusive and both displays have to

work simultaneously.

Intermediate Landings

Two LED illuminated type push buttons with travel indication arrow in Hairline finish stainless

steel fascia plate.

4.3” LCD based Digital car position indicator in Hairline stainless steel fascia or as specified in

the Schedule-10.

Direction & position indicators requirement is mutually exclusive and both displays have to

work simultaneously.

Page 90: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 90 of 148

Hall Lanterns & Gongs

If in Schedule-10 hall lantern & gongs are specified to be included; the hall lanterns should take the

form of Up & Down direction.

The number of risers will be approved by PFCL / consultant.

Surface mounted face plates will be preferred though the final approval on faceplate design will be

taken by the consultant / PFCL. The cover plates should be secured by semi secret fixings such as

recessed captive grub or socket headed screws but not by visible screw heads.

Options of faceplates / buttons / indicators / hall lanterns to be submitted by lift contractor.

The indicators should provide an angle of view of 140 degree.

Car Arrival Chime

If in Schedule-10; Car arrival chime are specified to be included; Volume of the same shall be

adjustable at site; Bidders to specify the location of car arrival chime.

10.2 LIFT IDENTIFICATION PLATES

Lift identification numbers stating e.g. “LIFT 15” shall be provided in the following locations for each

lift by the lift contractor: -

All landing entrance headers

Top of the COP in car

On each lift control panel

Each Car top control station

Each Machine

Each safety governor

Each pit switch

These may be painted except for the ones required for first two items above, which will need to be

engraved on matching material to each item as approved by the Consultant / PFCL.

11.0 LIFT SHAFT & PIT

11.1 LANDING FASCIA

Fascia panels of minimum 1.6mm zinc coated mild sheet steel or GI sheet shall be fitted between the

header of each entrance & the sill of the floor above.

These fascia plates must be rigidly braced & any fixings / mountings used shall be of steel.

Page 91: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 91 of 148

Each fascia should be full width of entrance plus 150mm at least on either side and only counter sunk

screws will be accepted on the surface.

Fascia panels post fitting have to be site painted to match all other site steel work.

11.2 GUIDE RAILS

The car rails should be suitable ‘T’ section, duly machined, tounged and grooved. Counter weight rails

shall be suitable ‘T’ section, duly machined, tounged and grooved. The guide rails shall have sections,

the properties of which shall comply with the requirement of the relevant IS code. The guides shall be

capable of withstanding forces resulting from the application of the car or counter weight safety

devices.

The guide rails should be continuous throughout the entire travel and shall withstand without any

deformation the action of safety gear with a fully loaded car.

Guide Rail brackets shall be fixed to the wall by anchor fasteners. Adequate steel brackets of suitable

design and spacing shall be provided, so that guides shall not deflect more than 5 mm. under normal

operation.

When rail lengths exceed 30m, means shall be provided to absorb rail expansion and structural

settlement.

11.3 BUFFERS

For speed less than or equal to 1.5 mps, suitable heavy-duty spring buffers shall be placed below the

car and counter weight but in the pit & arranged to sustain any shock, should the lift over travel past

the terminal limits. Buffers shall be mounted on RCC foundation blocks. Dowels for the purpose shall

be left while casting the pit floor alternatively floor reinforcement could be exposed by chipping for

welding additional reinforcement for dowels. Clearance from underside of the car resting on a fully

compressed buffer shall not be less than 1.20 mtr. Buffers shall be designed for a design speed +

15%.

Oil buffers shall be provided for the passenger lifts for speed of more than 1.5 mps and for Machine

room less lifts for all speeds. The normal operation of the lift shall depend on the return of the buffers

to their normal extended position after operation. The device for checking this shall be an electric

safety device mounted on the buffers.

11.4 SILLS

The sills to be provided should be aluminum grooved, with self supporting sill M.S. angle of adequate

size.

Page 92: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 92 of 148

11.5 COUNTER WEIGHT

The counter weight shall be made of cast iron firmly fixed using 2 numbers tie rods and consist of

structural steel frame which shall travel between rigid guides and also shall be capable of

withstanding buffer impacts. The counter weight shall have weight equal to that of the complete lift

car and approximately 45-50% of the contract load. Suitable metallic counter weight guard of

required length shall be provided at the bottom of the hoist way.

11.6 HITCH PLATES

The end of the lift ropes shall be properly secured to the car and counter weight hitch plates as the

case may be with adjustable rope shackles having individual tapers babbit sockets, or any other

suitable arrangement. Each lift rope shackle shall be fitted with a suitable shackle spring, seat

washer, shackle nut & lock & shackle nut split pin.

11.7 PAINTING

All lift metal work shall be given one shop coat of rust inhibiting paint in the factory and painted with

finishing coats on site. Factory finished powder coated paint as per desired shade is acceptable. Any

damage caused during erection of the equipment shall be repaired to restore it to required finish.

12.0 SAFETY DEVICES

All safety devices statutorily required by IS standards, including but not restricted to the following

shall be provided:

12.1 TERMINAL AND FINAL LIMITS

Terminal limit switches shall be provided to slow down and stop the car automatically at the terminal

landings, and final limit switches shall be furnished to automatically cut off power should the car

travel beyond the terminal landings.

12.2 INTERLOCKING

Each Hoist way gate shall be provided with an approved interlock and which shall prevent the

movement of the car away from the landing unless all gates are closed and locked. The interlock shall

also prevent opening of gate except at the landing where the car is stopping or has stopped.

Adequate interlocking is to be provided so that the car shall not move if the landing doors are even

partially open and also the lift is overloaded.

Page 93: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 93 of 148

12.3 SELF LEVELING

The lifts shall be provided with self leveling features of ±10mm accuracy.

12.4 ASCENDING CAR OVER SPEED PROTECTION

Wherever asked in the Technical Parameters, the lifts shall be provided with an ascending car over

speed protection device conforming to relevant EN standards. This device shall comprise a speed

monitoring and reducing element which shall detect uncontrolled movement of the ascending car at a

minimum of 115% of the rated speed and a maximum of 125% of the rated speed. This shall cause

the car to stop, or at least reduce its speed to that for which the counterweight buffer is designed.

The device shall not allow a retardation of the empty car in excess of 1gn during the stopping phase.

The device shall act to the car or the counterweight or on the rope system or on the traction sheave.

The device shall operate an electrical safety switch to switch off the power supply to the lift motor.

This safety switch shall not be of auto resetting type.

12.5 UNINTENDED CAR MOVEMENT PROTECTION

Wherever asked in the Technical Parameters, the lifts shall be provided with a device to stop the

unintended car movement away from the landing with the landing door not in the locked position and

the car door not in the closed position, as a result of failure in any single component of the lift

machine or drive control system upon which the safe movement of the car depends.

The design and operation of such device shall conform to relevant EN standards.

12.6 PIT LADDER & SWITCH

The lift contractor shall provide fixed pit ladders between the bottom landing and the pit floor. These

will be safe from all falling hazards.

Two pit stop switches, one at bottom landing level in the shaft & the other on the pit shall be

provided, which, when in the STOP position, shall prevent any movement of the lift car including

movement during inspection operation, until both the switches are set in the run POSITION. The

switch shall have a mushroom red head. It shall be locked off when pushed and reset manually.

First stop switch shall be accessible from the lower landing on opening of the landing door and the

second switch from the pit floor.

12.7 SAFETY ITEMS

Following safety items shall be provided in each machine room / Lift; Contractor to cover the cost of

these items in his quoted rates, nothing extra shall be paid on this account.

Page 94: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 94 of 148

Machine Room Items:

First Aid Box

Co2 / foam based fire hydrant cylinders

Danger Plates

Rubber mats in front of each controller

Electric shock treatment charts

Any other safety item that may be required by authorities.

Lift Car Items:

Do’s and Don’ts with emergency contact Numbers engraved on a SS Face Plate to be

displayed in the car.

Copy of valid Lift license issued from concerned authorities to be displayed in all lifts in

properly framed display.

13.0 ELECTRICAL EQUIPMENT AND WIRING

13.1 SCOPE

The scope of this section comprises supply, installation and wiring of all electrical equipment including

control wiring. However, Power supply at 415 V, 3 phase, 50 Hz, 4 wire with double earthing will be

supplied by PFCL and terminating in RCCB in sheet steel enclosure for each lift.

13.2 WIRING

All wires and cables shall be insulated with polyvinyl chloride base insulation rendered flame retardant

armored and rated for 1100-volt service and suitable for use in dry and wet locations. Makes of wires

and cables shall be subject to the approval of PFCL before delivery.

All control wiring shall be of copper. All electrical wires and cables shall be low smoke emission type.

The control wiring shall be laid out neatly and clearly in cable sleeves and all terminals and cables

shall be labeled or marked for identification.

Wires and cables subject to movement and abrasion shall be protected by flexible galvanized steel

conduit.

A trailing cable for lighting control and signal circuit is permitted, if all the conductors of these trailing

cables are insulated for maximum voltage running through any one conductor of this cable.

The lengths of the trailing cable shall be adequate to prevent any strain due to movement of car. All

cables shall be properly tagged by metallic / plastic tags for identification.

Travelling cables shall be of flat type with flame & moisture resistant properties for the service and

shall run from a junction box on the top of the car to a junction box located in the shaft bear mid

point of travel and from these junction boxes conductors shall be run to the various locations.

Page 95: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 95 of 148

They shall have a fire and moisture resistant outer covering and contain a steel-supporting strand.

Travelling cables shall be suitably suspended to relieve strains in individual conductors.

Travelling cables shall be provided for telephone, signals, controls, lights, fans, alarm bell, emergency

circuit, music and communication with control room etc.

10 percent of the total capacity subject to a minimum of 5 wire pairs shall be available unutilized in

the trailing cable everywhere suitable distributed between various functions.

Metal frames and all metal work of the lift controller frame etc. shall be earthed with double earth

leads taken to the earth bar. Looping shall be permitted if such routing is feasible. All other individual

metallic framework of components etc. shall be loop earthed. All the lifts shall be provided with

earthing arrangements as per IS 1860.

14.0 BMS COMPATIBILITY

All the lifts shall be hooked on to BMS. Necessary potential free contacts or RS485 ports to be

provided in the electrical system control panels. The Lift control panels should be compatible with

BMS and should be able to communicate with the BMS in any of the following standard protocol like

MODBUS, LONWORKS, BACNET etc. Lift supplier shall be required to coordinate with BMS vendor for

software compatibility between BMS & lift system. This requirement shall be driven by PFCL.

All the lifts car shall be provided with CCTV, Communication system.

15.0 INTERFACE MANAGEMENT

On request from PFCL, the lift contractor shall initiate and manage the design, development,

installation and testing of the interface between the lifts and the BMS system; the CCTV system; the

Access Control systems; the Fire alarm systems; the Public Address systems and the wireless

communication system.

16.0 RIDE QUALITY

16.1 BACKGROUND

According to ISO 18738:2003 the lift ride quality is defined as the noise level in the car and vibration

on the car floor, which is relevant to the user perception and associated with lift motion.

The following set of parameters is integral to the evaluation of the ride quality: -

Airborne noise level inside the car

Horizontal car vibration

Vertical car vibration

Car acceleration

Jerk

Page 96: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 96 of 148

16.2 APPLICABLE STANDARDS

Airborne noise:

L (Aeq) – A-weighted equivalent sound pressure level: can be interpreted as a mean level

and measured directly with an integrating sound level meter.

L (p) – Maximum A-weighted sound pressure level measured over the same time as the

equivalent level.

All sound pressure level measurements requiring setting “FAST” of the sound level meter.

Vibrations:

a (xmaxPtP), a (ymaxPtP), a (zmaxPtP): ISO-weighted maximum peak to peak vibration

value, according to ISO 18738:2003

a (xA95), a (yA95), a (zA95): ISO-weighted A95 vibration value according to ISO

18738:2003. 95% of all peaks of the ISO-weighted signal are below this value.

VDI 2566 Part 1: 2001: acoustical design for lifts with machine room

ISO 18738:2003: lifts – measurements of lift ride quality

16.3 RIDE QUALITY PERFORMANCE VALUES

It is expected from the lift contractor that his design of equipment will consequently lead to not only

a very reliable, energy efficient, state of the art technology, high traffic handling efficient system but

should also be able to achieve ride quality performance values as provided in the details below.

Lift contractor shall arrange for the tools at the time of handover to show the results which are equal

to or better than the value specified below. Bidders shall categorically confirm their compliance or

otherwise in the tender.

FOR SPEED UP TO 1.75 mps

MACHINE ROOM

Airborne Noise L (p_mr) Max 80 dB(A)

CAR (ISO 18738:2003)

Airborne noise

L(Aeq) Max 48 dB(A)

L(P) Max 57 dB(A)

Horizontal vibrations

a(xmaxPtP) & a(ymaxPtP) Max 20 mg

a(xA95) & a(yA95) Max 15 mg

Page 97: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 97 of 148

Vertical vibrations

a(zmaxPtP) Max 20 mg

a(zA95) Max 15 mg

AIRBORNE NOISE AT LANDING FLOOR

Door movement noise L(p_door) Max 52 dB(A)

Pass by noise L(p_landing) Max 48 dB(A)

16.5 OTHER PERFORMANCE PARAMETERS

Some of the other technical parameters required are innumerate below. Bidders shall categorically

confirm their compliance or otherwise in the tender.

Starting Current - 1.2 – 1.5 time full load running current

Leveling accuracy - ± 10 mm

Stopping accuracy - ± 10 mm

Acceptable Voltage Fluctuation - + 5 to - 10%

Rate of acceleration/deceleration (M/S2) - 0.6 – 1.5 (Adjustable at site)

Maximum jerk (M/S3) - 0.7 – 1.5 (Adjustable at site)

17.0 TESTING OF LIFT INSTALLATION

PFCL & its representative reserve the right to inspect the lift during & post installation.

17.1 TEST DURING INSTALLATION

Tests & inspections – in stage – may be always / randomly conducted for at least each of the

following critical phases of work. This list is not inclusive but indicative.

48 hours notice is required prior to completing these phases to enable PFCL/Consultant to carry out

any checks he / she deems necessary. The following are the minimum requirements: -

Setting out the plum lines

Erection and alignment of guide rails & rail brackets

Erection & alignment of landing doors, sills, header, jambs etc.

Positioning of machine room equipment & controller etc.

Erection / Fixing of landing fixtures

Page 98: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 98 of 148

17.2 POST INSTALLATION TESTS AT SITE

Post installation test at site shall be conducted by the lift contractor in the presence of PFCL /

Consultant as per IS 14665 PART 3 and PART 5 and the below is not an inclusive list. Also the

contractor will have to perform tests to confirm the performance parameters in the presence of PFCL

and its representatives post installation and commissioning.

The tools & tackles required for such tests will have to be brought in by the lift

contractor. All test instruments shall be calibrated not more than one year prior to their use. The

contractor may be asked to submit calibration certificates or other documents for proof of

compliance.

17.2.1 Leveling Test

Accuracy of the floor leveling shall be tested with the lift empty, fully loaded.

The lift shall be run to each floor while travelling both in upward and downward directions and the

actual distance of car floor above/ below landing floor shall be measured. In each case there shall

not be any appreciable difference in these measurements for leveling at the floors when the car is

empty and when it is fully loaded. The tolerances for leveling shall be as ±5mm accuracy.

17.2.2 Safety Gear Test

Instantaneous safety gear controlled by a governor should be tested with contract load and a

contract speed, governor being operated by hand. Two tests should be made, however, with wedge

clamps or flexible clamp safeties, one with contract load in the car and the other with 68 kg

(equivalent to one person) in the car. The stopping distance obtained should be compared with

specified figures and the guides, car platform, and safety gear should be carefully examined

afterwards for signs of permanent distortion.

Counterweight safety gear should be tripped by the counterweight governor and the stopping

distance noted. In this case, however the governor tripping speed should exceed that of the car

safety governor but by not more than 10 percent.

During the safety gear test, car speed (from the governor or the main sheave) should be determined

at the instant or tripping speed with that stated in I.S. The governor jaws and rope should be

examined for any undue wear.

Page 99: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 99 of 148

17.2.3 Contract Speed

This should be measured with contract load in the car, with half load with no load, and should not

vary from the contract speed by more than 10 percent. The convenient method is by counting the

number of revolutions, made by the sheave or drum in a known time. Chalk mark on the sheave or

drum and a stop switch will facilitate timing but care must be exercised to ensure that no acceleration

or retardation periods are included. If the roping is 2 to 1 the sheave speed is twice the car speed.

Alternatively, the speed can be measured by a tachometer applied directly to shaft or a contact free

tachometer immediately below the sheave.

17.2.4 Lift Balance

After the above test, some of the weight shall be removed until the remaining weights represent the

figures specified by the bidder. With this condition car at half way travel the effort required to move

the lift car in either direction with the help of winding wheel shall be as nearly as can be judge by the

same.

17.2.4 Car and landing doors interlocks

The lift shall not move with any door open. The car door relay contact and the retiring release cam

must be tested. The working of the door operation and the safety edges and light equipment if any

provided shall also be examined.

17.2.5 Controllers

The operation of the contactors and interlocks shall be examined and it shall be ascertained whether

all requirements laid down in the specifications have been met.

17.2.6 Normal Terminal Stopping Switches

This shall be tested by letting the car run to each terminal landing in turn, first with no load and then

with contract load and by taking measurements, top and bottom over travels can be ascertained.

17.2.7 Final Terminal Stopping Switches

The normal terminal stopping switches shall be disconnected for this test. It shall be ensured that

these switches operate before the buffers are engaged.

Page 100: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 100 of 148

17.2.8 Insulation Resistance

This shall be measured (after removing the electronic PCB’s and their connection) between power and

control lines and earth and shall not be less than 5 mega-ohms when measured with D.C. voltage of

500 volts. Test certificates thus conducted in the controlled factory environment shall be submitted.

17.2.9 Earthing

All conduits, switches, casing and similar metal work shall have earthing continuity.

17.2.10 Ropes

The size, number construction and fastenings of the ropes should be carefully examined and

recorded.

17.2.11 Buffers

The car should be run on to its buffers at contract speed and with contract load in the car to test

whether there is any permanent distortion of the car or buffers. The counterweight buffers should be

tested similarly.

17.2.12 The test certificates for the following would be required before handover: -

Hoist ropes

Governor ropes

Over speed governor

Buffers

Main motor & Door drive motor

Safety gear

Fire rating for doors

Controller

18.0 PROVISION FOR THE DISABLED AND HANDICAPPED

All the Passenger Lift shall be provided with following features:

Lift control buttons at locations and height specified in IS 15330 - 2003

Hall call buttons at locations and height specified in IS 15330 - 2003

Hand rails shall be provided on the side walls of the Lift at height & locations specified in

IS:15330 - 2003. An international symbol of access of the disabled shall be permanently and

conspicuously displayed at each and every Lift landing next to the Lift entrance (to be

provided by signage contractor). Braille notations indicating the floor levels shall be

incorporated in each button or next to each button at the COP and hall call buttons.

Page 101: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 101 of 148

A digital voice system for announcing the car position, opening/closing of doors, direction of

travel and messages shall be provided as per IS:15330 - 2003

A laminated safety glass type mirror of at least half of the size shall be installed on rear panel

at appropriate position as per IS: 15330 – 2003

------------------END OF SECTION – TS------------------

Page 102: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 102 of 148

ANNEXURE – V

SCHEDULE – 1

QUALIFYING REQUIREMENT DATA

LIST OF MAJOR CLIENTS

Sl.

No.

Name of the organization, Contact

person & Telephone No.

Work Order No. & Date Amount

Page 103: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 103 of 148

ANNEXURE – V

SCHEDULE-2

TECHNICAL DEVIATIONS

TECHNICAL DEVIATIONS

The following are the Technical deviations and variations from the exceptions to the specifications

and documents against Technical Specification of Tender. These deviations and variations are

exhaustive. Except these deviations and variations the entire work shall be performed as per PFCL’s

specifications and documents.

Sl.

No.

Section Clause No. Page No. Statement of deviations and variations

Page 104: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 104 of 148

ANNEXURE – V

SCHEDULE-3

COMMERCIAL DEVIATIONS

COMMERCIAL DEVIATIONS

The following are the Commercial deviations and variations from the exceptions to the specifications

and documents against Specification Tender. These deviations and variations are exhaustive. Except

these deviations and variations the entire work shall be performed as per PFCL’s specifications and

documents.

Sl.

No.

Section Clause No. Page No. Statement of deviations and variations

Page 105: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 105 of 148

ANNEXURE – V

SCHEDULE-4

DECLARATION

(On Company’s letter head)

To,

Power Finance Corporation Limited

Urjanidhi, 1 Barakhamba Lane

Connaught place,

New Delhi, 110001

Sub:- Declaration regarding Non-Blacklisting.

We hereby declare that we are not a defaulter to any Govt. organization/ PSU since last 2 years for

any reason. We have completed all the assignments taken up by us, as per the terms and conditions

stipulated in the tenders and within the time limits. We also declare that we have not blacklisted/

debarred from participation from any of the Government/ PSU assignments/works /tenders.

(Authorized Signatory)

Name & Designation

Page 106: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 106 of 148

ANNEXURE – V

SCHEDULE-5

LETTER SUBMITTING TENDER

(To be submitted on Company Letter Head)

To:

GM (E&BM)

Power Finance Corporation Ltd.

"Urjanidhi", 1 Barakhamba Lane, Connaught Place,

New Delhi – 110001

Sub.: Calling of E-tender for Removal of old lifts and supply, installation, Testing and

Commissioning of new Lifts (elevators) at at PFCL’s Corporate Office Building

“Urjanidhi”, 1, Barakhamba Lane, Connaught Place, New Delhi – 110001.

Dear Sir,

With reference to the tender invited by you under no. 02:12:220:I:2019:Lift Replacement

dated 07.10.2019 for the “E-tender for Removal of old lifts and supply, installation, Testing and

Commissioning of new Lifts (elevators) at PFCL’s Corporate Office Building “Urjanidhi”, 1 Barakhamba

Lane, Connaught Place, New Delhi – 110001.”. I/we do hereby offer to execute the works under the

contract at the respective rates mentioned in the Schedule of Quantities. I/We have examined the

Drawings, seen the site, and read the articles of agreement, conditions of contract, specifications and

special clauses-forming part of the schedule of quantities. I/We agree to complete the work for within

60 days.

I/We have deposited as Earnest Money Rs 5,00,000/- (Rs Five Lac Only) by a Bank draft

bearing no. ----------------- Dated----------------- drawn on ----------------- in your favour which amount

is not to bear any interest. I/We do hereby agree that this sum shall be forfeited by you in the event

our tender is accepted and I/we fail to execute the contract when called upon to do so.

I/We understand that you are not bound to accept the lowest or any tender that you receive.

Bid has been submitted within the stipulated period i.e. on or before 05.11.2019 by 11.00 A.M.

Yours faithfully,

(Name of the signatory with firm’s

seal)

Contact no:-___________

Dated _________

Page 107: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 107 of 148

ANNEXURE – V

SCHEDULE-6

ACCEPTANCE OF TENDER CONDITIONS

(On the letter head of the company by the authorized officer having power of attorney)

M/s. Power Finance Corporation Ltd.

“Urjanidhi”, 1 Barakhamba Lane,

Connaught Place,

New Delhi-110 001

Subject E-tender for Removal of old lifts and supply, installation, Testing and

Commissioning of new Lifts (elevators) at at PFCL’s Corporate Office Building

“Urjanidhi”, 1, Barakhamba Lane, Connaught Place, New Delhi – 110001.

Dear Sir,

1.0 With reference to your RFP No. No.:- 02:12:220:I:2019:Lift Replacement dated 07.10.2019

for tender for Removal of old lifts and supply, installation, Testing and Commissioning of new

Lifts (elevators) at at PFCL’s Corporate Office Building “Urjanidhi” of we hereby confirm that

we have read the provisions of the following clauses and further confirm that notwithstanding

anything sated elsewhere to the contrary, the stipulation of these clauses of RFP are

acceptable to us and we have not taken any deviation to these clauses:

a) Price Basis – Clause 8.0 of Section-INB.

b) Payments Terms – Clause 22.0 of Section-I & SC.

c) Bid Guarantee – Clause 12.0 of Section-INB.

d) Contract Performance Guarantee – Clause 30.0 of Section – INB.

e) Liquidated Damages for delay in Completion – Clause 14.0 of Section-GCC.

2.0 We further confirm that any deviation to the above clauses at S. No. (a) through (e) found

anywhere in our Bid Proposal, implicit, shall stand unconditionally withdrawn, without any

cost implication whatsoever to PFCL, failing which the bid security may be forfeited.

3. I/we have uploaded the mandatory scanned documents such as cost of tender document,

EMD, e-Tender Processing Fee and other documents as per Notice Inviting e-tender AND

I/We agree to pay the cost of tender document, EMD.

4. Should this tender be accepted, I/We agree to abide by and fulfill all terms and conditions

referred to above and as contained in tender documents elsewhere and in default thereof, to

forfeit and pay PFCL, or its successors or its authorized nominees such sums of money as are

stipulated in the notice inviting tenders and tender documents.

5. If I/we fail to commence the work within 7 days of the date of issue of Letter of Award

and/or I/we fail to sign the agreement and/or I/we fail to submit performance guarantee as

per I/we agree that PFCL shall, without prejudice to any other right or remedy, be at liberty

to cancel the Letter of Award and to forfeit the said earnest money as specified above.

Date: (Signature)………………………………….

Place: (Printed Name)……………………………

(Designation)………………………………

(Common Seal)……………………………

Note: The above certificate is to be uploaded in annexure of Technical portion. In the

absence of this certificate, the bid is liable to be rejected.

Page 108: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 108 of 148

ANNEXURE – V

SCHEDULE-7

AFFIDAVIT

[To be uploaded and submitted in original by bidder on non-judicial stamp paper of Rs. 100/- (Rupees

Hundred only) duly attached by Notary Public]

(To be uploaded in Technical Portion)

Affidavit of Mr. ........................................S/o.............................................

R/o...................................

I, the deponent above named do hereby solemnly affirm and declare as under:

1. That I am the Proprietor/Authorized signatory of M/s ………………………………………. Having its

Head Office/Regd. Office at ………………………………………………………………..

2. That the information/documents/Experience certificates submitted by M/s………………………….

along with the tender for …………………… (Name of work)…………

To PFCL. are genuine and true and nothing has been concealed.

3. I shall have no objection in case PFCL verifies them from issuing authority (ies). I shall also have

no objection in providing the original copy of the document(s), in case PFCL demand so for

verification.

4. I hereby confirm that in case, any document, information & / or certificate submitted by me

found to be incorrect / false / fabricated, PFCL at its discretion may disqualify / reject / terminate

the bid/contract and also forfeit the EMD / All dues.

5. I shall have no objection in case PFCL verifies any or all Bank Guarantee(s) under any of the

clause(s) of Contract including those issued towards EMD and Performance Guarantee from the

Zonal Branch /office issuing Bank and I/We shall have no right or claim on my submitted EMD

before PFCL receives said verification.

6. That the Bank Guarantee issued against the EMD issued by (name and address of the Bank) is

genuine and if found at any stage to be incorrect / false / fabricated, PFCL shall reject my bid,

cancel pre-qualification and debar me from participating in any future tender for three years.

I,..................................... , the Proprietor / Authorized signatory of M/s ___________________ do

hereby confirm that the contents of the above Affidavit are true to my knowledge and nothing has

been concealed there from _________________________________and that no part of it is false.

Verified at _______________________this ______________day _______of__

DEPOPNENT

ATTESTED BY (NOTARY PUBLIC)

Page 109: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 109 of 148

ANNEXURE – V

SCHEDULE - 8

GENERAL INFORMATION

a. Name of the firm, address,

telephone and fax nos.

b. E-mail Address

c. Name of the Contact Person

Telephone/Mobile No.

d. EPF Code and ESIC No.

e. Details of Earnest Money Deposit

Name of the Bank

Banker’s Cheque or Bank Guarantee No. &

Date

f. Registration number of Bidder Registered

in Micro Small & Middle Enterprises.

g. Whether the firm belongs to SC/ST

categorization

Note: - Suitable documentary evidence in respect of Sr. No. ‘d’, ‘e’, ‘f’ & 'g' are required to be

enclosed.

Page 110: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 110 of 148

ANNEXURE – V

SCHEDULE - 9

FINANCIAL DETAILS

Name of Bidder / Firm / Organization ______________________________________

1 Name of the Banker

2 Full Address of the Banker

3 Bank Account No.

(Upload an unsigned cheque duly cancelled)

4 PAN No./TAN

5 GST No.

6 CIN

7 Annual Turnover in Indian Rupees for Financial

years

2015-16

2016-17

2017-18

8 Annual Profit in Indian Rupees for Financial years 2015-16

2016-17

2017-18

Note: - Suitable documentary evidence in respect of Sr. No. 3, 4, 5, 7 & 8 are required to be

enclosed/ upload.

Signature : _________________

Name : _________________

Designation : _________________

Name of Organization : _________________

SEAL AND SIGNATURE OF THE BIDDER

Page 111: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 111 of 148

ANNEXURE – V

SCHEDULE - 10

(PART-A)

TECHNICAL PARAMETERS TO TENDER FOR SUPPLY, INSTALLATION, TESTING &

COMMISSIONING OF ELECTRIC TRACTION LIFTS AT PFCL Corporate Office Building,

“Urjanidhi”, 1 Barakhamba Lane, Connaught Place , New Delhi.

Note:-

Bidders to regive item wise confirmation/comment against each parameter. Deviations if any shall be

clearly brought out in this Performa.

The final design (interiors) of the passenger lifts shall be to the Consultant/PFCL approval, however

for the purpose of tendering lift contractor to include finishes per below. Bidder shall upload soft

copies of their catalogues showing options of false ceiling, handrails, buttons, COP, hall lanterns,

indicators.

POWER FINANCE CORPORATION LIMITED: "Urjanidhi", 1 Barakambha Lane, Connaught Place, New Delhi - Technical Parameters for Lifts

S.No. Item Requirements as per Tender Confirmation

(Y/N) Comments by

Bidder

A) GENERAL SPECIFICATIONS

(a) Type of Lifts Passenger / Passenger-cum-Fireman

1.1 Usage Passenger Lift and Passenger-

cum-Fireman

1.2 Number of Lifts 04 Nos.

1.3 Capacity 680 Kgs (10 Passenger)

1.4 Speed 1.75 mps

1.5 Machine Type PMSM Gearless machine. [Machine shall be manufactured

by OEM only]

1.6 Number of Landings 12 Nos. on Same Side

1.7 Hoist way Size

available 1850 mm (W) x 1950 mm (D)

1.8 Floor Markings B2, B1, G, 1, 2, 3, 4, 5, 6, 7, 8, 9

1.9 Travel

40.70 meters

(Travel shall be measured by bidders actual as per site and

shall be confirmed)

1.9.1 Overhead in mm 5100 mm

1.9.2 Pit Depth in mm 1650 mm

1.10 Machine location At Top - Inside Machine Room

Page 112: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 112 of 148

S.No. Item Requirements as per Tender Confirmation

(Y/N) Comments by

Bidder

1.11 Control

CLOSED LOOP ACVVVF WITH

HARMONIC ARRESTORS TO LIMIT

TOTAL HARMONIC DISTORTION BELOW 5%

[Main circuit board and circuit breakers inside controller

manufactured only by OEM shall be acceptable]

1.12 Operation Full Collective: 4-Car Group /

Quadraplex Control

Car

1.13 Car Enclosure

Lift car enclosure in Stainless Steel

Hairline finish to be provided. [Lift car enclosure in stainless

steel bronze finish to be quoted

as option in the BOQ]

1.14 Car Ceiling

Stainless Steel Hairline Finish False ceiling with pressure blowers and LED

Lights of at least 100 Lux illumination to be provided

1.15 Car Floor

Granite / Stone flooring inside car of

approved design and quality to be provided and installed by bidder.

1.16 Car and Landing Doors (W x H)

Car and Landing Door at all Floors in

Stainless Steel Hairline finish. [Doors in stainless steel bronze

finish to be quoted as option in the BOQ]

Automatic power operated Center

opening 800 mm x 2000 mm doors.

[Existing Center Lines to be maintained. Modification of

existing architrave is not possible]

1.17 Car Size (W x D x H)

To be furnished by bidder (shall not

be less than as specified in IS). Wide Cars to be provided. Clear Car

height below false ceiling to be 2400

mm

1.18 Sill 4~6mm Aluminium

1.19 Car Operating Panel

01 No. Stainless Steel Hairline Finish Full Height Car Operating Panel to be

provided inside car. Front Return Panel in Stainless Steel Hairline finish.

[Car operating panel and front

return panel in Stainless steel

bronze finish to be quoted as option in the BOQ]

Bidder to provide inputs on COP type/Model no. and button details as

quoted

1.20

Car Interior Load

beyond flooring weight

Additional interior weight beyond

flooring weight not required.

Page 113: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 113 of 148

S.No. Item Requirements as per Tender Confirmation

(Y/N) Comments by

Bidder

1.21 Narrow Door frames Narrow door frames in similar finish

as Landing doors to be provided

(b) Type of Lifts Service-cum-Fireman

1.1 Usage Service-cum-Fireman Lift

1.2 Number of Lifts 01 Nos.

1.3 Capacity 1020 Kgs (15 Passenger)

1.4 Speed 1.5 mps

1.5 Machine Type

PMSM Gearless machine.

[Machine shall be manufactured

by OEM only]

1.6 Number of Landings 12 Nos. on Same Side

1.7 Hoist way Size available

2270 mm (W) x 2000 mm (D)

1.8 Floor Markings B2, B1, G, 1, 2, 3, 4, 5, 6, 7, 8, 9

1.9 Travel

40.70 meters (Travel shall be measured by

bidders actual as per site and shall be confirmed)

1.9.1 Overhead in mm 5100 mm

1.9.2 Pit Depth in mm 1650 mm

1.10 Machine location At Top - Inside Machine Room

1.11 Control

CLOSED LOOP ACVVVF WITH HARMONIC ARRESTORS TO LIMIT

TOTAL HARMONIC DISTORTION BELOW 5%

[Main circuit board and circuit

breakers inside controller manufactured only by OEM shall

be acceptable]

1.12 Operation Simplex collective control

Car

1.13 Car Enclosure Lift car enclosure in Stainless Steel

Hairline finish to be provided.

1.14 Car Ceiling

Stainless Steel Hairline Finish False

ceiling with pressure blowers and LED

Lights of at least 100 Lux illumination to be provided

1.15 Car Floor

Granite / Stone flooring inside car of

approved design and quality to be

provided and installed by bidder.

1.16 Car and Landing Doors (W x H)

Car and Landing Door at all Floors in

Stainless Steel Hairline finish.

Automatic power operated Center opening 1000 mm x 2000 mm doors.

[Existing Center Lines to be maintained. Modification of

existing architrave is not possible]

Page 114: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 114 of 148

S.No. Item Requirements as per Tender Confirmation

(Y/N) Comments by

Bidder

1.17 Car Size (W x D x H)

To be furnished by bidder (shall not be less than as specified in IS). Clear

Car height below false ceiling to be

2400 mm

1.18 Sill 4~6mm Aluminium

1.19 Car Operating Panel

01 No. Stainless Steel Hairline Finish

Full Height Car Operating Panel to be

provided inside car. Front Return Panel in Stainless Steel Hairline finish.

Bidder to provide inputs on COP type/Model no. and button details as

quoted

1.20

Car Interior Load

beyond flooring weight

Additional interior weight beyond

flooring weight not required.

1.21 Narrow Door frames Narrow door frames in similar finish

as Landing doors to be provided

B) PARAMETERS COMMON TO ALL LIFTS

Machine

1.1 Power Supply 415V/220V, 50 Hz

1.2 Acceptable Voltage

Fluctuation +5 to -10%

1.3 Rate of Acceleration / Deceleration m/s2

0.6-1.5

(Specific values for different lift speeds to be confirmed by the bidder)

1.4 Jerk (m/sec3)

0.7-1.6

(Specific values for different lift

speeds to be confirmed by the bidder)

1.5 Vibrations

1.5.1

Horizontal Vibration:

a(xmaxPtP) &

a(ymaxPtP) Max 20 mg

a(xA95) & a(yA95) Max 15 mg

1.5.2

Vertical Vibration:

a(xmaxPtP) &

a(ymaxPtP) Max 20 mg

a(xA95) & a(yA95) Max 15 mg

1.6 Airborne Noise Levels

1.6.1

Airborne Noise level

in Car (ISO 18738:2003):

L(Aeq) Max 48 dB(A)

L(P) Max 57 dB(A)

Page 115: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 115 of 148

S.No. Item Requirements as per Tender Confirmation

(Y/N) Comments by

Bidder

1.6.2

Airborne Noise level

at landing door:

Door movement

noise L(p_door) Max 52dB(A)

Pass by noise

L(p_landing) Max 48dB(A)

1.6.3

Airborne Noise level at Machine room

measured 1 m from

machine

Airborne Noise

L(P_mr) Max. 80 dB(A)

1.7 Stopping & Leveling Accuracy

± 10mm

1.8 Door Drive

Direct drive doors with PM motor and

closed loop VVVF door control. [PM Motor for Doors shall be

manufactured by OEM only]

1.9 Car panel & Door

panel thickness

At least 1.2 mm [Adequate stiffeners to be

provided to ensure rigidity of the panels in case of pressure

exerted due to leaning of

passengers against the lift car walls]

FIXTURES / SIGNALS INSIDE CAR

Stainless steel Car operating panel with following

buttons and indications.

1.10 Door open/ Door

Close

Door open and Door Close buttons

with Symbol markings. Door Hold /Door prolong / Extended Door Open

button to be provided in Car operating

panel for Service Lift

1.11 ARD operation Audio and Visual indication

in car

To be provided

1.12 Emergency Alarm

Button

Emergency Alarm button with Bell

symbol & the same should be at a distinct distance from the call buttons.

Emergency Alarm button to be located along with Door open and Close

Buttons at a height of 900±10 mm

from floor level. Yellow pictogram to be provided. Alarm sound shall be

siren type audible from at least 50 meters from the ground floor landing

1.13 Auto Light and Fan Cutoff

Ventilation fan and Car Light with auto switch off feature after 90

seconds of Lift at idle condition. Ventilation fan ON/OFF switch to be

provided inside Service box of Car Operating Panel.

Page 116: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 116 of 148

S.No. Item Requirements as per Tender Confirmation

(Y/N) Comments by

Bidder

1.14 Attendant Operation Provision for with/without attendant operation to be provided inside the

car

1.15 Push buttons

LED Illuminated tactile braille buttons of micro pressure type corresponding

to the floors served. The push buttons

to be of robust stainless steel type.

1.16 Intercom & provision for EPABX

Three-way Built-in Press and speak

type with 1 Master and 2 slave units

in Car Machine room and Security room. Additionally, wiring provision

for connecting Building EPABX with car phone with Rechargeable

batteries.

1.17 Car Display

10.4" Multimedia Color LCD Display with Dynamic Car Direction & Digital

position indicators to be provided in

the car operating panel of all the lifts.

Bidder to provide inputs on Car

displays as quoted

1.18 Emergency Light

Emergency light with rechargeable

Sealed Maintenance free battery with 30 minute Backup.

1.19 Emergency Alarm

Alarm with Rechargeable Sealed

Maintenance Free batteries rated for 30 minutes.

1.20 Over load warning Audio and Visual Overload warning indicator to be provided.

1.21 Voice Announcement Floor position Voice Announcement to

be provided.

Landing Indicators

1.22 Hall Buttons Hairline Stainless steel faceplate with LED glow microstroke push tactile

Braille buttons.

1.23 No. of Risers per Lift Common riser at Center per two Passenger lifts and One single riser

for Service Lift to be provided.

1.24 Landing display

4.3" Color LCD Car position and

direction of travel display and Lift under maintenance display

Bidder to provide inputs on landing

displays and button details as quoted

1.25

Hall Lanterns & Gongs: Lantern to

take shape of Up &

Down direction

To be Provided for passenger lifts

Page 117: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 117 of 148

S.No. Item Requirements as per Tender Confirmation

(Y/N) Comments by

Bidder

Provision of Handicap Friendly features in Passenger Lifts

1.26 Hand Rails

SS Hairline finish Hand rails on rear

side of the lifts. [Handrails in SS Bronze finish to

be quoted as optional]

All Hand rails to be fixed at a height of 900mm from the floor level.

1.27

Braille Marking Buttons on Car

operating panel and

landing push buttons

All buttons to have braille inscriptions.

1.28 Low Height COP for

all Lifts

The height of the Floor buttons in Car

operating Panel to be lower than

normal so as to be accessible by person sitting on wheel chair

conforming to IS15330:2003

1.29

Infra-red door

protection device and Door Safety Edge

Multi beam infrared protection device and Safety Edge to be provided so as

to reverse the closing door in case of slight obstruction in the door way.

SAFETY FEATURES & OTHER INCLUSIONS

1.30 Fire Man Switch

One Fire man's switch per group of

Lifts at Ground floor level. All Lifts to have fireman mode - Stage 1 & 2

1.31

Audio & Visual

Indication in case of

Fireman Operation inside Lift Car

To be Provided

1.32

Infra-red door

protection device and

Door Safety Edge

Multi beam infrared protection device

and Safety Edge to be provided so as to reverse the closing door in case of

slight obstruction in the door way.

1.33 Phase Reversal Automatic Phase reversal device

1.34 Over Load Device Overload non-start and overload

protection device.

1.35 Buffers

Oil Buffers to be provided for

passenger lifts and Spring buffers for service lift to be provided

Buffer safety switch to be provided for

oil buffers

1.36 Safety Governor

Electro-Mechanical type Safety

governors for Car.

Safety switch for Governor tension pulley in pit to be provided

1.37 Safety Instructions Do’s & Don’ts with emergency contact Numbers engraved on a SS Face plate

displayed in the car

1.38 Over travel protection

Terminal and final limit switches to be provided.

Page 118: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 118 of 148

S.No. Item Requirements as per Tender Confirmation

(Y/N) Comments by

Bidder

1.39 Controller, Drive and Motor Protection

Trip Device for Over current, Under Voltage and Over voltage than the

rated capacity +5% to -10%

● Motor overload / over torque

● Instantaneous over current

● Ground fault

● Under voltage

● Over voltage – 3 phase

● Output & Input phase loss

● Phase reversal

● Output short circuit

● Over speed

● Spikes & Surges

1.40 ARD (Automatic

Rescue Device)

ARD to be provided. ARD should

operate for Minimum 03 times without

recharging. ARD should also operate in case of Single-phase failure.

1.41 Fire Rating of doors All Landing doors to have 01 Hour Fire resistance rating. Certificate for the

same to be provided by the Bidder.

1.42

CCTV, Music and PA

system- Cable Provision

Suitable cables along with the

travelling cable for CCTV, Music and

PA system to be provided. Cables shall be of same grade and type as of

travelling cable.

1.43 BMS interface

Potential free contact or RS 485 port or RS 232 Port to be provided in the

Lift Controller for connectivity with BMS.

Also, BMS connectivity to be

provisioned as per Owner's requirement

1.44

All car lights and car

blowers connected to a separate UPS

At least two car blowers to be

provided to achieve 20 air changes per hour inside the Lift Car.

All car lights and blowers to be connected thru UPS power supply

provided by bidder in the Car top /

machine room.

1.45

Fascia Plates, Sill

angles and Apron (Car toe Guard)

Full height Fascia Plates and Sill angles to be provided. Apron of min.

height 750 mm to be provided at car

side.

1.46 Car Door Mechanical

Interlock

Car Door Mechanical Interlock to

prevent opening of Lift Car door from inside the car to be provided

1.47 Pit Ladder MS Pit ladder to be provided and securely fastened inside the pit.

1.48 No Correction Run

Lifts should not go in to correction mode or correction run to the lowest

floor / highest floor to update its position & memory.

Page 119: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 119 of 148

S.No. Item Requirements as per Tender Confirmation

(Y/N) Comments by

Bidder

1.49 Safe Landing Feature

If a car has stopped between floors due to some equipment malfunction,

the controller checks the cause, and if

it is considered safe to move the car, the car will move to the nearest floor

at low speed and the doors will open.

1.50 Ascending Car Over Speed Protection

Device

To be provided

1.51 Unintended Car Movement Protection

Device

To be provided

1.52 Earthquake Operation

Primary and Secondary wave Seismic sensors to be provided.

1.53

Other functions -

Please confirm inclusion of these

features as described

in clause 6 of technical

specifications.

● Door Nudging

● Anti Nuisance

● Car Call Cancellation

● Next Landing

● Bye-Pass

● Self Leveling

● Door Time Adjustment

● Independent Operation

● Return Operation

1.54 Counter Weights

In case of non-metallic filler weights

are used for lifts, the counterweight sections shall be totally enclosed in a

metallic covering.

1.55 Car and Counterweight Guide

Devices

Guide shoes or Guide rollers to be provided

1.56 Guide-rails - Car &

Counterweight

Suitable ‘T’ section guide rails to be

provided

1.57 Major Components

Service Life

● Ropes / Belts: - 8 years

● Over speed governor: - 20 years

● Traction machine / motor: - 20

years

● Door operator: - 20 years

● Safety gear / block: - 20 years

● Travelling cables: - 20 years

● Inverter Drive: - 20 years

● Buffer: - 20 years

● Controller & circuits: - 20 years

● Contactor / Relays: - 10,00,000 operations

1.58 Annual Uptime

Guarantee 98%

1.59 Feature List List of included Standard features and Optional features to be provided

separately

Page 120: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 120 of 148

S.No. Item Requirements as per Tender Confirmation

(Y/N) Comments by

Bidder

1.60

Testing Tools & Tackles for

performance / in

stage checks with random checks from

the owner

List of tools to be provided at this

stage and tools to be made available

during in stage/random checks by Owner / Consultant

1.61

Car top / machine / pit – rotating /

moving equipment full guarding; rope

guards; car top rails

provision

To be provided

1.62

Electrical Safety

Switch in case of

removable Hand Winding Device

To be Provided

1.63

Failure of one

controller in case of Group control

Confirmation required that because of

this, the other Lifts do not stop working or fail.

1.64 Interlocking of Doors

Mechanical & Electrical interlocking of

both landing door panels to be

provided

(C) Associated Civil and Structural items

All civil and structural items of work associated with erection and operation of lifts shall be provided by the

Contractor at his cost including (but not restricted to) the following.

1.65 Scaffolding and safety barricades for erection in and around lift hoist ways

1.66 Bearing plates for m/c mounting

1.67 Buffer supports

1.68 Ladder in pits with 02 safety switches

1.69 Safety railing on top of car

1.70 Channels, separators, stretchers etc.

1.71 Sill angles

1.72 Full height Fascia Plates

1.73

All Civil works required for installation of the lifts as per SCC clause 7.0 including any repairs in case of damage to

architraves, walls, flooring etc. to restore the same to actual form and finishes.

(D) Free Comprehensive Maintenance

1.74

Two Years Free Comprehensive Maintenance post successful

installation and completion of all lifts in satisfactory operating condition.

Page 121: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 121 of 148

ANNEXURE – V

SCHEDULE - 10

(PART-B)

TECHNICAL DATA SHEET

POWER FINANCE CORPORATION LIMITED: "Urjanidhi", 1 Barakambha Lane, Connaught Place, New Delhi - Technical Parameters for Lifts - Data to be furnished

by Bidder

S.

No. ITEM Quoted Data

Comments by

Bidder

A General Passenger Lift and Passenger-cum-

Fireman

Service Lifts-cum-

Fireman

1 Lift Capacity 680 Kgs 1020 Kgs

2 Max. Passengers (No.)/Load 10 Passengers 15 Passengers

3 Speed (m/s) 1.75 mps 1.5 mps

4 M/C location With Machine room With Machine room

5 Model Name

6 Country of Origin

B Traction Motor

1 Type ( Gearless )

2 Rating (KW)

3 Voltage (V) - rating

4 Starting Current under full

load

5 Full Load Running Current

6 Speed (R.P.M.)

7 Insulation Class

8 Max. starting torque (Kgf-

m.)

9 Temperature rise at full

Load °C.

10 Max. starts per hour

11 Protection class ( IP_ _ )

12 Feeder cable size

requirement in sq.mm

13 Heat Release data for m/c

room equipment

Page 122: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 122 of 148

S.

No. ITEM Quoted Data

Comments by

Bidder

C Roping / Belts - Hoist / Governor

1 Number and Construction

for Main hoist ropes

2 Size of Main hoist ropes

3 Number and Construction

for Governor ropes

4 Size of Governor ropes

5 Roping ratio

6 Factor of safety

7 Material

8 Underslung / Overslung

arrangement

D Car / Cab

1 Dead weight of car

2 Counter weight ( kgs )

3 Counter weight Location

(Rear/side)

4 Illumination in LUX

5 Details of car lighting

6 Details of Car ventilation - Nos. and type of fans

7 Details of Car ventilation -

CFM of Fan

7 Clear Car Height below false ceiling

9 Grade of SS car

E Drive

1 Make / Country of origin for

V3F module

F Buffer

1 Type

G Over speed Governor

1 Tripping Speed

2 Type

3 Safety gear type - instantaneous / progressive

/ any other

Page 123: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 123 of 148

S.

No. ITEM Quoted Data

Comments by

Bidder

H Doors

1 Fire resistance rating of landing door

2 Door Operator type

4 Screwless Hall Plate

4 Grade of SS for car door /

landing door

I Brake

1 Type

2 Liner material

J ARD

1 Make

2

No of operations that can

take place w/o need for recharging (Minimum 03

required )

K Others (Provided / Not

provided)

1 Guide Device type

2 Full height Fascia plates

3 Apron of Min. height 750

mm

Page 124: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 124 of 148

ANNEXURE – V

SCHEDULE - 11

INDEMNITY (To be filled by Contractor)

I on behalf of M/s …………………………………………………… hereby agree and undertake that I have

understood all the safety rules and procedures and all staff working on behalf of M/s .…………………

……………………………………… will abide by all safety rules and procedures. I declare that I M/s ………….

…………………………….. will be responsible for any safety violations/ accident etc. PFC will not be

responsible in case of any accident / incident and will not compensate financially or otherwise.

I……………………………, hereby declare that I am sole responsible on behalf of M/s…………………..

for giving such declaration.

------------------------------

Name of Indemnifier

-----------------------

Signature of Indemnifier

Stamp/Seal of the Indemnifier /Contractor

Page 125: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 125 of 148

ANNEXURE – V

SCHEDULE - 12

INTEGRITY PACT

To,

………………………..,

………………………..,

Sub: RFP No. …………………………………. for the work ……………...................

Dear Sir,

It is here by declared that PFCL is committed to follow the principle of transparency, equity and

competitiveness in public procurement.

The subject Request for Proposal (RFP) is an invitation to offer made on the condition that the Bidder

will sign the integrity Agreement, which is an integral part of tender/bid documents, failing which the

tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be

summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall

be deemed as acceptance and signing of the Integrity Agreement on behalf of the PFCL.

Yours faithfully

AGM (E&BM), PFCL

Page 126: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 126 of 148

ANNEXURE – V

SCHEDULE - 13

INTEGRITY PACT

To,

AGM (E&BM),

PFCL, New Delhi,

Sub: Submission of Tender for the work of ………………………....……………....

Dear Sir,

I/We acknowledge that PFCL is committed to follow the principles thereof as enumerated in

the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Request for Proposal (RFP) is an invitation to offer made on the

condition that I/We will sign the enclosed integrity Agreement, which is an integral part of tender

documents, failing which I/We will stand disqualified from the tendering process. I/We acknowledge

that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE

ACCEPTANCE of this condition of the RFP.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and

further agree that execution of the said Integrity Agreement shall be separate and distinct from the

main contract, which will come into existence when tender/bid is finally accepted by PFC.

I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with

Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement,

while submitting the tender/bid, PFCL shall have unqualified, absolute and unfettered right to

disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditions of

the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Page 127: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 127 of 148

ANNEXURE – V

SCHEDULE - 14

PRE-CONTRACT INTEGRITY PACT

General

This pre-bid pre-contract Agreement (hereinafter called the integrity Pact) is made on-------------day

of the month of----------------and year of------------,between on one hand, the Chairman & Managing Director acting through Shri---------------Designation of the executive, --------------------Unit of Power

Finance Corporation Limited(hereinafter called the “Buyer” which expression shall mean and include,

unless the context otherwise requires, his successors in office and assigns) of the First Part and M/s-----------------------represented by Shri--------------------------, Chief Executive Officer (hereinafter called

the “BIDDER/Seller” which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part.

WHEREAS the BUYER proposes to procure (Name of the Stores/Equipment/Item) and the

Bidder/Seller is willing to offer/has offered the stores and

Whereas the Bidder is a private company/public company/Government undertaking/partnership/registered export agency, consulted in accordance with the relevant law in

the matter and the Buyer is a Ministry/Department of the Government of India/PSU performing its functions on behalf of its Chairman & Managing Director.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be

entered into with a view to:-

Enabling the Buyer to obtain the desired said stores/equipment at a competitive price in conformity

with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and

Enabling BIDDER’s to abstain from bribing on indulging in any corrupt practice in order to secure the

contract by providing assurance to them that their competitors will also abstain from bribing and

other corrupt practices and the BUYER will commit corruption, in any form, by its officials by following transparent procedures.

The parties hereto hereby agree to enter into this integrity Pact and agree as follows:

Commitments of the Buyer

1.1 The Buyer undertakes that no official of the BUYER, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe,

consideration, gift, reward, fsvour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, organization or third party related to the

contract in exchange for an advantage in the bidding process, bid evaluation, contracting or

implementation process related to the Contract.

1.2 The BUYER will, during the pre-contract stage, treat all BIDDER’S alike, and will provide to all BIDDER’S the same information and will not provide any such information to any particular BIDDER

which could afford an advantage to that particular BIDDER in comparison to other BIDDER’s

1.3 All the officials of the BUYER will report to the appropriate Government office any attempted or

completed breaches of the above commitments as well as any substantial suspicion of such a breach.

2. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the

BUYER, necessary disciplinary proceedings, or any other action as demand fit, including criminal

Page 128: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 128 of 148

proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings

related to the contract process. In such a case while an enquiry is being conducted by the Buyer the proceedings under the contract would not be stalled.

Commitments of Bidders

3. The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract stage in order to

secure the contract or in furtherance to secure it and in particular commit itself to the following:-

3.1 The Bidder will not offer, directly or through intermediaries, any bribe, gift, consideration, reward,

favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or

to any person, organization, or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the Contract.

3.2 The Bidder further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favor, any material, or immaterial benefit or other

advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or

execution of the contract or any other contract with the Government for showing or forbearing to show favor or disfavor to any person in relation to the contract or any other contract with the

Government.

3.3 BIDDER’s shall disclose the name and address of agents and representatives and Indian BIDDER’s

shall disclose their foreign principals or associates.

3.4 BIDDER’s shall disclose the payments to be made by them to agents/brokers or any other

intermediary, in connection with this bid/contract.

3.5 The Bidder further confirms and declares to the Buyer that the Bidder is the original manufacturer/integrator/authorized government sponsored export entity of the defense stores and

has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate

or in any way to recommend to the Buyer or any of its functionaries, whether officially or unofficially to the award of the contract to the Bidder, not has any amount been paid, promised or intended to

be paid to any such individual firm or company in respect of any such intercession, facilitation or recommendation.

3.6 The bidder, either while presenting the bid or during pre-contract negotiations or before signing

the contract, shall disclose any payments he has made, is committed to or intends to make to officials

of the Buyer or their family members, agents brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

3.7 The Bidder will not include with other parties interested in the contract to impair the

transparency, fairness and progress of the bidding process, bid evaluation, contracting and

implementation of the contract.

3.8 The Bidder will not accept any advantage for any corrupt practice, unfair means and illegal activities.

3.9 The Bidder shall not use improperly, for purpose of competition or personal gain, or pass on to

others, any information provided by the Buyer as part of the business relationships’, regarding plans,

technical proposals and business details, including information contained in any electronic data carrier. The Bidder also undertakes to exercise due and adequate care lest any such information is

divulged.

3.10 The Bidder commits to refrain from giving any complaint directly or through any other manner

without supporting it with full and verifiable facts.

Page 129: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 129 of 148

3.11 The Bidder shall not instigate or cause to instigate any third person to commit any of the actions

mentioned above.

3.12 The BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER,

either directly or indirectly, is a relative if any of the officers of the BUYER, or alternatively, if any relative of an officer of the BUYER has financial interest/stake in the BIDDER’s firm, the same shall be

disclosed by the BIDDER at the time of filling of tender.

The term ‘relative’ for this purpose would be as defined Section 6 of the Companies Act 1956.

3.13 The BIDDER shall not lend to or borrow any money form or enter into any monetary dealings or

transactions, directly or indirectly with any employee of the BUYER.

4. Previous Transgression

4.1 The Bidder declares that no previous transgression occurred in the last three years immediately

before signing of this Integrity Pact, with any other company in any country in repect of any compt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government

Department in India that could justify bidder’s exclusion from the tender process.

4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can b e disqualified from the tender process or the contract, if already awarded, can be terminated for such

reason.

5. Earnest Money(Security Deposit)

5.1 While submitting bid, the BIDDER deposit an amount------------------(to be specified in the REP)

as earnest Money/ Security Deposit, with the buyer through any of the following instruments:-

i. Bank Draft or a Pay Order in favor of BUYER.

ii. A confirmed guarantee by an Indian Nationalized Bank, promising payment of the guaranteed sum to the BUYER on demand within three working days without any demur whatsoever and

without seeking any reasons whatsoever. The demand for payment by the BUYER shall be

treated as conclusive proof of payment. iii. Any other mode or through any other instrument (to be specified in the REP).

5.2 The Earnest money/ Security Deposit shall be valid up to a period of five-years or the complete

conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and the BUYER, including warranty period, whichever is later.

5.3 In the case of successful bidder a clause would also be incorporated in the Article pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be

applicable for forfeiture of Performance Bond in case of a decision by the Buyer to forfeit the same without assigning any reason for imposing sanction for violation of this pact.

5.4 No interest shall be payable by the Buyer to the Bidder on Earnest Money/Security Deposit for the period of its currency.

6. Sanctions for Violations

6.1 Any breach of the aforesaid provisions by the Bidder or any one employed by it or acting on its

behalf (whether with or without the Knowledge of the Bidder) shall entitle the Buyer to take all or any

one of the following actions, wherever required:-

i. To immediately call off the pre-contract negotiations without assigning any reason or giving any compensation to the Bidder. However, the proceedings with the other Bidder(s) would

continue.

Page 130: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 130 of 148

ii. The Earnest Money deposit (in pre-contract stage) and/or Security Deposit/Performance

Bond(after the contract is signed) shall stand forfeited either fully or partially, as decided by the Buyer and the Buyer shall not ne required to assign any reason therefore.

iii. To immediately cancel the contract, if already signed, without giving any compensation to the

Bidder. iv. To recover all sums already paid by the Buyer, and in case of an Indian Bidder with interest

thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India, while in case of a Bidder from a country other than India with interest thereon at 2% higher than the

LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in connection with any other stores, such outstanding payment could also be utilized to recover the aforesaid

sum and interest.

v. To encash the advance bank guarantee and performance bond/ war4ranty bond, if furnished by the Bidder, in order to recover the payments, already made by the Buyer, along with

interest. vi. To cancel all or any other Contracts with the Bidder. The BIDDER shall be liable to pay

compensation for any loss or damage to the BUYER resulting from such

cancellation/recession and the BUYE shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER.

vii. To debar the BIDDER from participating in future bidding processes of the Government of India for a minimum period of five years, which may be further extended at the discretion of

the BUYER. viii. To recover all sums paid in violation of this Pact by Bidder(s) to any middleman or agent or

broker with a view to securing the contract.

ix. Inh cases where irrevocable Letters of Credit have been received in respect of any contract signed by the Buyer with the Bidder, the same shall not be opened.

x. Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact.

6.2 The BUYER will be entitled to take all or any of the actions mentioned at Para 6.1(i) to (x) of this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf

(whether with or without the Knowledge of the BIDDER), OF AQN OFFENCE AS DEFINED IN chapter ix of the Indian Penal code, 1860 or Prevention of Corruption Act, 1968 or any other statue enacted

for prevention of corruption of corruption.

6.3 The decision of the Buyer to the effect that a breach of the provisions of this Integrity Pact has

been committed by the Bidder shall be final and conclusive on the Bidder. However, the Bidder can approach h the independent monitor(s) appointed for the purpose of this Pact.

7. Fall Clause

7.1 The Bidder undertakes that it has not supplied/is not supplying similar product/systems or subsystems at a price lower than that offered in the present bid in respect of any other

Ministry/Department of the Government of India or PSU and if it Is found at any stage that the similar products/systems or sub-systems was supplied by the Bidder to any other Ministry/Department of the

Government of India or a PSU at a lower price, then that very price, with due allowance for elapsed

time, will be applicable to the present case and the difference in the cost would be refunded by the Bidder to the Buyer, if the contract has already been concluded.

8. Independent Monitors

8.1 The Buyer has appointed Independent Monitors (hereinafter referred to as Monitors) for this Pact

in consultation with the Central Vigilance Commission (Name & Addresses of Monitors to be given).

8.2 The task of the Monitors shall be to review independently and objectively, whether and to what

extent the parties comply with the obligations under this Pact.

8.3 The members shall not be subject to instructions by the representatives of the parties and

perform their functions neutrally and independently.

Page 131: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 131 of 148

8.4 Both the parties accept that the Monitors have the right to access all the documents relating to

the project/procurement, including minutes of meetings.

8.5 As soon as the Monitor notices, or has reason to believe a violation of this Pact, he will so inform

the Authority/designated by the BUYER.

8.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the buyer including that provided by the BIDDER. The BIDDER will also grant the

Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subordinators. The Monitor shall be under

contractual obligation to treat the information and documents of the BIDDER/Subcontractors(s) with

confidentiality.

8.7 The BUYER will provide to the Monitor Sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations

between the parties. The parties will offer to the Monitor the option to participate in such meetings.

8.8 The Monitor will submit a written report to the designated authority of BUYER/Secretary in the

department/within 8 to 10 weeks from the date of reference or intimation to him by the BUYER/BIDDER and should the occasion arise, submit proposals for correcting problematic situations.

9. Facilitation of Investigation

IN case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts

of the BIDDER shall provide necessary information and documents in English and shall extend all possible of such examination.

10. Law and Place of Jurisdiction

This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

11. Other Legal Actions

The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extent law in force relating to any civil or criminal

proceedings.

12. Validity

12.1 The Validity of this Integrity Pact shall be from date of its signing and extend upto 5 years or the

complete execution of the contract to the satisfaction of both the BUYER and the BIDDER/Seller, including warranty period, whichever is later, In case BIDDER is unsuccessful, this integrity Pact shall

expire after six months from the date of the signing of the contract.

12.2 Should one or several provisions of the Pact turn out to be invalids, the remainder of this Pact

shall remain valid. In this case, the parties will strive, to come to an agreement to their original intentions.

13. The parties hereby sign this Integrity Pact at-----------------------------------on---------------------------

----------

BUYER BIDDER

Page 132: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 132 of 148

__________________________ ______________________________

(For & On behalf of the Principal) (For & On behalf of Bidder / Contractor)

(Office Seal) (Office Seal)

Place: ________________

Date: ___________________

Witness 1: _______________________

(Name & Address) _______________________

_______________________

Witness 2: _______________________

(Name & Address) _______________________

_______________________

Page 133: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 133 of 148

APPENDIX - I

PROFORMA BANK GUARANTEE FOR CONTRACT PERFORMANCE

(To Be Stamped In Accordance With Stamp Act)

(Reference Clause 29 of GPC of Contract)

(The non-judicial stamp paper should be in the name of issuing bank)

Ref. No…………. Bank Guarantee No……………..…… Date…………

To,

Power Finance Corporation Ltd.

UrjaNidhi, 1 Barakambha Lane, Connaught Place,

New Delhi – 110001

Dear Sirs,

In consideration of the Power Finance Corporation Ltd. (hereinafter referred to as the RsOwnerRs

which expression shall unless repugnant to the context or meaning thereof include its successors,

administrators and assigns) having awarded to M/s……………………………………….. with its Registered/Head

Office at………………………………………………………………… (hereinafter referred to as the Contractor or Vendor

which expression shall unless repugnant to the context or meaning thereof include its successors,

administrators and assigns) a Contract by issue of Owner’s Letter of Award No …………………………………..

dated …………………... and the same having been unequivocally accepted by the Contractor/Vendor resulting

into a contract valued at ……………………for …………………… (Scope of Contract) and the Contractor/ Vendor

having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire

contract, equivalent to …………..% (Per cent) of the said value of the contract to the Owner.

We ……………………………….………………………(name and address), having its Head Office at

…………………………..(herein after referred to as the Bank, which expression shall, unless repugnant to the

context or meaning thereof, include its successors, administrators, executors and assigns) do hereby

guarantee and undertake to pay the Owner, on demand any and all monies payable by the Contractor/

Vendor to the extent of …………………………..as aforesaid at any time up to………………. (Days/ month/year)

without any demur, reservation, contest, recourse or protest and/or without any reference to the

Contractor/ Vendor.

Any such demand made by the Owner on the Bank shall be conclusive and binding notwithstanding any

difference between the Owner and Contractor/ Vendor or any dispute pending before any court, tribunal or

any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous

consent of the Owner and further agrees that the guarantee herein contained shall continue to be

enforceable till the Owner discharges this guarantee.

The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under this

guarantee from time to time to extend the time for performance of the contract by the Contractor/ Vendor.

The Owner shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the

exercise of any powers vested in them or of any right which they might have against the Contractor/

Vendor, and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce

any covenants, contained or implied, in the Contract between the Owner and the Contractor/ Vendor or any

other course of or remedy or security available to the Owner. The Bank shall not be released of its

obligations under these presents by any exercise by the Owner of its liberty with reference to the matters

aforesaid or any of them or by reason of any other acts of omission or commission on the part of the Owner

Page 134: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 134 of 148

or any other indulgence shown by the Owner or by any other matters or thing whatsoever which under law

would, but for this provision, have the effect of relieving the Bank.

The Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee against the

Bank as a principal debtor, in the first instance without proceeding against the Contractor/ Vendor and

notwithstanding any security or other guarantee that the Owner may have in relation to the Contractor/

Vendor’s liabilities.

Notwithstanding anything contained herein above our liability under this guarantee is restricted to

………….and it shall remain in force up to and including ………..and shall be extended from time to time for

such period (not exceeding one year), as may be desired by M/s …………………….whose behalf this

guarantee has been given.

Dated this …………. Day of …………. 2017 ………………at ……………….

WITNESS: (Authorized Signatories of the Bank)

1.

………………………………… …………………………………………..

(Signature) (Signature)

………………………………… …………………………………………..

(Name) (Name)

………………………………… …………………………………………..

(Official address) (Designation with Bank Stamp)

2. Attorney as per Power of Attorney

……………………………………… No……………. dated ………..

(Signature)

………………………………………

(Name)

………………………………………

(Official address)

Note: 1. This sum shall be ten percent (10%) of the total lump-sum Contract Price.

2. The date shall be 90 days after the end of Three year Warranty Period.

3. The stamp paper of appropriate value shall be in the name of Bank issuing the guarantee

Page 135: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 135 of 148

APPENDIX - II

PROFORMA FOR BANK GUARANTEE FOR BID GUARANTEE

(To be stamped in accordance with Stamp Act)

M/s. Power Finance Corporation Ltd.

“Urjanidhi” - 1 Barakhamba Lane,

Connaught Place,

New Delhi-110 001

Dear Sir,

In accordance with your Tender Specification No ……………… M/s. …………………………………….. Having its

Registered/ Head Office at ………………………………………………… (Hereinafter called the “Bidder”) wish to

participate in the said bid for ………………………………………

………………………………………………………………………………………. valid for ……………………… months from the

date of bid opening is required to be submitted by the Bidder as a condition precedent for participation in

the said bid which amount is liable to be forfeited on the happening of any contingencies mentioned in the

Bid Documents.

We, the …………………………….. Bank at ……………….. Having our Head Office at ……………………. Guarantee

and under to pay immediately on demand by Power Finance Corporation Ltd., the amount

…………………….…………………………………………………… (In Figures & Words) without any reservation, protest,

demur and recourse. Any such demand made by said Owner shall be conclusive and binding on us

irrespective of any dispute or difference raised by the Bidder.

This guarantee shall be irrevocable and shall remain valid upto…………………… If any further extension of

this guarantee is required the same shall be extended to such required period (not exceeding one year) on

receiving instructions from M/s…………………………. on whose behalf the guarantee is issued. In witness

whereof the Bank, through its authorized officer has set its hand stamped on this …………………. day

of……..20…..at…………..

WITNESS:

(Signature)

Name

(Signature)

Name

Attorney as per Power of

Attorney No.

Date………………………

(Official Address)

* The amount should be as indicated by the Purchaser.

** This date should be 30 days after the date for which bid is valid.

Note:

i) The non-judicial stamp papers for this bid guarantee should be purchased in the name of the issuing

Bank.

ii) This bank guarantee must be issued by a nationalized Indian Bank/Commercial bank as indicated in

Clause.

Page 136: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 136 of 148

APPENDIX – III

BANK GUARANTEE FORMAT FOR ADVANCE PAYMENT

(To be executed on Non-judicial Stamp Paper of Rs.100/-)

To Bank Guarantee No.:

PFCL Date:

Urjanidhi, 1 Brakhamba Lane Amount:

New Delhi-110001 Valid upto:

Ref: Name of the Work : _______________________________________________________ .

Work Order No. : ___________________________ Date: _______________________ .

Gentlemen:

In accordance with the provisions of the Contract for “Advance Payment” (Clause No. _______) ,

_______________________________ (Name and address of Contractor) (hereinafter called “the

Contractor”) shall deposit with PFCL a bank guarantee to guarantee his proper and faithful completion

under the said Clause of the Contract in an amount of ________________________________ (Amount of

Guarantee in Words and Figures).

We, the ______________________________ (Bank), as instructed by the Contractor, agree unconditionally

and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to PFCL on his

first demand without whatsoever right of objection on our part and without his first claim to the Contractor,

in the amount not exceeding ________________________ (Amount of Guarantee in Words and Figures).

We further agree that no change or addition to or any modification of the terms of the Contract to be

performed there under or of any of the Contract documents which may be made between PFCL and the

Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice

of any such change, addition or modification.

This Bank Guarantee shall be payable at (Detail Postal Address of the branch with code no. where

payable), New Delhi.

This guarantee is valid until the __________________ day of ___________ 20__ .

The above reference (Work Order No.) must be used for all correspondences on this Bank Guarantee.

For Name of Bank __________

Manager

Place: New Delhi

Date: __________

Page 137: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 137 of 148

(To be uploaded in Financial Section only)

E-tender for Removal of Old Lifts and Supply, Installation, Testing and

Commissioning of New Lifts (Elevators) at Corporate Office Building,

URJANIDHI, #1, Barakhamba Lane, Connaught Place, New Delhi -110001.

Format of Price Bid

(For quoting the rates)

Annexure VI

Reference Number: 02:12:220:I:2019:Lift Replacement

POWER FINANCE CORPORATION LIMITED

(A Govt. of India Undertaking)

Corp. Office: "Urjanidhi", 1 Barakambha Lane, Connaught Place,

New Delhi-110001

Page 138: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 138 of 148

LETTER SUBMITTING PRICE BID

To

AGM (E&BM)

Power Finance Corporation Ltd.

"Urjanidhi", 1, Barakhamba Lane,

Connaught Place, New Delhi

Subject : E-tender for Removal of old lifts and supply, installation, Testing and Commissioning

of new Lifts (elevators) at corporate office building, URJANIDHI, #1, Barakhamba Lane,

Connaught Place, New Delhi -110001.

We hereby certify that we have read carefully and examined the tender document in respect of

Tender for E-tender for E-tender for Removal of old lifts and supply, installation, Testing and

Commissioning of new Lifts (elevators) at corporate office building, URJANIDHI, #1,

Barakhamba Lane, Connaught Place, New Delhi -110001. in PFCL’s Corporate Office Building

“Urjanidhi”, 1, Barakhamba Lane, Connaught Place, New Delhi-110001 and hereby express our

interest to carry out the work as specified in the bid document. We confirm to carry out the work as per the

specifications and terms, conditions of the contract as per our bid price quotation in Annexure-V.

Signature of the bidder with firm's seal

Dated: __________

Contact No. ____________

Page 139: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 139 of 148

ANNEXURE – VI

PRICE BID (BILL OF QUANTITIES)

PART A: FOR SITC OF LIFTS

Sr.

No.

Description of Item Unit QTY Rate in

Rupees

Amount in

Rupees

1 Removal of existing lifts and MODERNISATION: - Design,

manufacture, supply, installation, testing, commissioning

and handing over in satisfactory working condition of lifts

including the cost of providing free comprehensive

maintenance for two years after handing over complete as

per specifications, and other terms and conditioned as

mentioned in the bid document as required and as below

including all civil works required in the lift shaft for

installation of the lift.

1.1 Passenger Lifts / Passenger-cum-Fireman Lifts

(L1, L2 , L3 & L4)

10 Passenger Lift, 680 Kgs @ 1.75mps, 12 stops, 40.70

mtr rise in 4-Car Group control operation and with 800

mm Center opening doors.

SET 04

1.2 Service-cum-Fireman Lifts (L5)

1020 Kgs @ 1.5 mps, 12 stops, 40.70 mtr rise in Simplex

control oeration and with 1000 mm Center opening

doors.

SET 01

2 #BUY BACK/ SALVAGE value of dismantled lifts

(Minimum cost per Lift must be Rs 75,000/-).

SET 05

3 RATE ONLY (Passenger Lift) – Price per car for Car

Enclosure, Car Door, Car operating panel and Handrail in

Stainless steel Bronze finish

RATE

ONLY

01

4 RATE ONLY (Passenger Lift) – Price for per Landing

for Landing door and faceplates for landing fixtures in

Stainless Steel Bronze finish

RATE

ONLY

01

Total {Sr. No 1.1+1.2 (–) Sr. No 2}

GST @ ____%

Total (PART A)

# In the price bid the agency which has quoted buy back amount less than Rs 75,000/- per lift shall not be

considered for evaluation and the bid shall be treated as null and void.

Page 140: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 140 of 148

PART B: - CAMC Charges

Sr.

No.

Description of Item Unit QTY Rate in

Rupees

Amount

in

Rupees

1

Charges for Comprehensive Annual Maintenance

Contact (AMC) of above (part A) 05 lifts including

the cost of spares & consumables, manpower

etc. fixed for 03 years after expiry of the defects

liability and free maintenance period of 02 years.

1.1 First Year Quarterly 04

1.2 Second Year Quarterly 04

1.3 Third Year Quarterly 04

Total {Sr. No 1.1+1.2+1.3}

GST @ ____% (existing)

Total (PART B)

GRAND TOTAL (PART A + PART B)

Sr. No Description Quoted Rates (in Indian Rupees)

1 PART A

2 PART B

Total (PART A + PART B)

Grand Total amount (in words) Rupees ___________________________________________

Note:

1. The rates quoted are firm and inclusive of supply, freight, installation, labour, taxes, Buy Back etc.

2. A firm has to quote rates in each individual item mentioned in above BOQ. If a Firm quotes NIL

charges/ Consideration; the bid shall be treated as unresponsive and will not be considered.

3. All work will execute as per Standard norms.

4. Payment shall be made as per actual measurement.

Name of Authorized Signatory: ___________________________

With Tel./ Mobile No.: ___________________________

E-mail ID: ___________________________

Signature with Seal

Date:

Place:

Page 141: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 141 of 148

LIST OF DOCUMENTS

List of Documents to be scanned and uploaded and send physically in a sealed envelope within

the period of tender submission:

To be scanned and uploaded in technical Part:-

a) Demand Draft/Pay Order or Banker’s Cheque/ Bank Guarantee of any Nationalized

or all Commercial Scheduled Bank against EMD.

b) Demand Draft/Pay Order or Banker’s Cheque of any Scheduled Bank towards cost of

Tender Document.

c) Annexure – V

Qualifying Requirement data

Technical Deviations

Commercial Deviations

Declaration regarding non blacklisting

Letter submitting Tender

Acceptance of tender conditions

Affidavit

General Information

Financial Details

Technical parameters

h) Valid GST No, EPF registration, PAN NO., ESIC registration, IT returns etc.

i) Work Experience Certificates consisting of details as mentioned.

j) Balance sheet, Profit & Loss Account Statement, IT Returns for the FY 2015-16, 2016-17,

2017-18.

To be scanned and uploaded in financial part:-

a) Letter Submitting Price Bid

In sealed envelope (in physical form)

a) Tender cost fee

b) EMD

c) MSME Certificate.

Page 142: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 142 of 148

APPENDIX-IV

SPECIAL INSTRUCTIONS TO BIDDERS FOR E-TENDERING

Bidder’s guide for PFCL portal:

1. Use browser to go to https://www.mstcecommerce.com/eprochome/PFCL/

Digital Signatures

To login into the portal both Users (PFCL Officials) and Bidders will require a Class 2 or 3 Digital

Signature. Bidders should have at least Signing type Digital Signatures.

A digital signature can be obtained from any Certifying Authority (CA) as per the List of CAs issued by

Controller of Certifying Authorities, Ministry of Electronics and Information Technology. The list is

available at http://www.cca.gov.in/cca/?q=licensed_ca.html.

The list is as under:

1. Safescrypt

2. IDRBT

3. National Informatics Centre

4. TCS

5. GNFC

6. e Mudhra CA

7. CDAC CA

8. Capricorn CA

9. NSDL e-Gov CA

System Settings

1. This portal is compatible with multiple browsers (Google Chrome, Mozilla Firefox, Internet Explorer,

Opera etc.)

Page 143: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 143 of 148

2. On the system where this portal is being used, the user may open the portal and click on Install

Components button on the left side as shown below:

3. On clicking the button, a new window will open as shown below:

4. In this window, please save the MSTCSIGNER28082018_v2.exe file and install it.

5. Additionally, please click on Add to chrome button, to add the chrome extension, as shown below:

For other browsers please install the extension as applicable.

2. On the right side of the page click on Register as a Vendor:

3. Fill the form that appears to create username and password.

Page 144: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 144 of 148

4. Once the registration is done, login with your user name and password:

5. System will ask you to verify your digital signature

6. Press Ok and select your digital signature from the List:

Page 145: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 145 of 148

7. Your digital signature will be verified

8. Once login is complete, a bidder can access My Menu through the left side of the page:

9. Here click on Download NIT/Corrigendum button to download the NIT/Corrigendums. Select Event

number and click on download to download the files:

10. To submit the bid a bidder can proceed to Bid Floor through the left side My menu. In Bid Floor click on

live events to view a list of Live events. In live events select the tender number where you wish to

submit a bid.

Page 146: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 146 of 148

11. On clicking the event number, if the bidder has not paid transaction fee, system will prompt them to

pay the transaction fee. They can pay the transaction fee by going to Transaction Fee payment link in

their login, and pay the same through online payment (debit card, credit card, net banking etc) or

RTGS/NEFT (Challan).

12. Tender can be of multiple types with price bid uploading in Excel or Technical-Price type. The bid floor

for each type of event will change automatically.

On clicking the tender number one of the following screens will appear:

For 2 cover with price bid in excel

E-Tender Technical Cum Price Bid

13. For each type of event the event details including start time and close time the details will be given on

the top of the page.

14. To submit the tender the bidder has to start from top left and submit the details one by one.

15. For 2 cover with price bid in excel, the bidder has to submit technical bid, by filling the details and

clicking the save button.

Page 147: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 147 of 148

a) After the technical bid is saved, a bidder can proceed to uploading documents through the link upload

docs:

b) Please note that under no circumstance the price bid excel has to be uploaded here.

c) After the documents have been uploaded, the bidder can click on download excel to download the excel

format.

d) Fill up the excel sheet as per the details given therein and tender document.

e) To upload the filled up excel click on Upload Price Button, click on browse to select the file and then

click on Upload and Save encrypt file.

f) The bidder can then click on final submit to finally submit the bid. In case of any amendments after

final submit, click on delete bid button to delete the techno-commercial and price bids and resubmit the

same. Please note that at the end the bid must be final submit, otherwise the same will not be

considered.

16. For E-Tender Technical Cum Price Bid:

a. In the manner similar to above the bidder has to fill up Common terms, then press save button to

submit.

b. Then the bidder has to upload documents as per the list shown therein.

c. Once the documents are uploaded the bidder has to submit the Technical and Price bids.

Page 148: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

Page 148 of 148

d. The bidder can then click on final submit to finally submit the bid. In case of any amendments after

final submit, click on delete bid button to delete the techno-commercial and price bids and resubmit the

same. Please note that at the end the bid must be final submit, otherwise the same will not

be considered.

Bidder’s may note that in each case using the Delete bid button will only delete the bids and then the

bidder can resubmit upload tender closing time.

Using the withdraw button the bid will be withdrawn and the bidder will not be allowed to submit any

further bid in that event.

For any assistance regarding the Tender Document and/or term and conditions the bidders may contact

at PFCL:

For any assistance during bid submission, system settings etc. bidders may contact at MSTC:

Phone Number

03322901004, 01123212357, 01123215163, 01123217850

Email

[email protected]

Please mention “Helpdesk” as subject while sending emails

Availability

10 AM to 5:30 PM on all working days.

Page 149: TENDER DOCUMENT FOR REMOVAL OF OLD LIFTS AND SUPPLY ...

9TH FLOOR

TYP. FLOOR

1ST FLOOR

GROUND FLOOR

BASEMENT

LOWER BASEMENT

L I F

T

W

ELL

TERRACE

MACHINE ROOM

LIFT LOBBY

REV

VERTICAL TRANSPORTATION CONSULTANTS :

R0

A B C D E F G H I J

1

2

3

4

5

6

1

2

3

4

5

6

A B C D E F G H I J

77

SIZ

E A

3

IMPORTANT NOTES:

1. FOR REFERENCE ONLY.

2. DETAILED EQUIPMENT LAYOUT TO BE AS PER

VENDOR'S GA DRAWINGS

Matrix Management Consultants Pvt. Ltd.

PFC-VT-001-0

PLAN & SECTION OF LIFTS L01, L02, L03, L04 &

L05

REPLACEMENT OF EXISTING LIFTS AT

POWER FINANCE CORPORATION LTD.

"URJANIDHI", 1 BARAKHAMBA LANE,

CONNAUGHT PLACE, NEW DELHI-110001

POWER FINANCE

CORPORATION LTD.

"Urjanidhi", 1, Barakhamba Lane,

Connaught Place, New Delhi-110001

CLIENT:

TYPICAL SECTION

ELEVATION OF HOISTWAY PASSENGER LIFTS

ELEVATION OF HOISTWAY SERVICE LIFT

LIFT SCHEDULE

AutoCAD SHX Text
Passenger Lift
AutoCAD SHX Text
Passenger Lift
AutoCAD SHX Text
Passenger Lift
AutoCAD SHX Text
Passenger Lift (VIP)
AutoCAD SHX Text
DRAWING NO :
AutoCAD SHX Text
CHECKED:
AutoCAD SHX Text
SCALE :
AutoCAD SHX Text
DRAWN :
AutoCAD SHX Text
DRAWING TITLE :
AutoCAD SHX Text
DATE :
AutoCAD SHX Text
PROJECT TITLE :
AutoCAD SHX Text
APPROVED :
AutoCAD SHX Text
PAGE NO. :
AutoCAD SHX Text
09-08-2019
AutoCAD SHX Text
1
AutoCAD SHX Text
SCH
AutoCAD SHX Text
AKT
AutoCAD SHX Text
NTS
AutoCAD SHX Text
TEL : +91 11 41550303
AutoCAD SHX Text
504, MADHUBAN
AutoCAD SHX Text
55, NEHRU PLACE
AutoCAD SHX Text
NEW DELHI-110019
AutoCAD SHX Text
LKU

Recommended