lift work sec-22, rohini final for websitehindprefab.org/english/nit-01-2012-lift-work-sec-22... ·...
TRANSCRIPT
NAME OF WORK :- Supplying and Installation of Lifts at Police Station,
Spl. Cell Sec-22 Rohini, Delhi .
NIT NO :- HPL/ DGM(Engg.)/DP/ RH-22/ NIT /12-13/01 Dated :06.04.2012
ESTIMATED COST: - RS. 50.50 LACS
TECHNICAL BID
ISSUED TO : _________________________________________________________
_________________________________________________________
__________________________________________________________
HINDUSTAN PREFAB LIMITED (A GOVT. OF INDIA ENTERPRISE)
JANGPURA, NEW DELHI-110014
Phone No. : 01143149800-99
Fax : 011-26340365 WEBSITE : www.hindprefab.org
INDEX
DGM (Engg.)
S.NO.
DESCRIPTION
(A) TECHNICAL BID DOCUMENTS
PAGE NO.
I Detailed NIT
1-4
II
Tender Form
5-8
III Corrigendum to General Conditions of Contract
9
IV Special Conditions of Contract
10-13
V Performa for Bank Guarantee for EMD & Annexures
14-21
VI Schedule “B” to “F”
22-26
VII
I
List of approved makes & Technical specification
(B) FINANCIAL BID DOCUMENTS
Bill of quantities
27-45
1
HINDUSTAN PREFAB LIMITED
JANGPURA, NEW DELHI: 14
NOTICE INVITING TENDER
NIT NO :- HPL/ DGM(Engg.)/DP/ RH-22/ NIT /12-13/01 Dated :06.04.2012 Sealed item rate tenders are invited by the undersigned on behalf of Delhi Police and in the name of President of India from firms/contractors of repute in Two Bid System( EMD & cost of tender document, Technical Bid & Financial Bid) in separate envelopes for the following work.
SNo.
Name of Work Estima-ted cost (Rs. in Lacs)
Earnest money deposit ( Rs. in Lacs)
Cost of Tender document
Time allowed for comple-tion
Last date & time of receipt of applications for issue of tender
Last date & time for issue of tender documents
Date & time of receipt of EMD , Tender cost, Technical and Financial bids
Date & time of opening of Technical bids
1
Supplying and
Installation of Lifts
at Police Station
Spl.Cell, Sec-22
Rohini, Delhi
50.50
1.01
Lacs
Rs.
1000/- in
the form of DD/
Cash
08
Months
20.04.2012 Upto 16.00 hrs.
21.04.2012 Upto 16.00 hrs
24.04.2012 Upto 15.00 hrs
24.04.2012
at 15.30 hrs
Tender documents can be had from the office of the DGM(Engg.) at Hindustan Prefab Limited, Jangpura, New Delhi : 110 014. up to the date & time indicated above. Alternatively it can be downloaded from HPL’s website. For complete tender documents please log on to HPL’s website www.hindprefab.org.
DGM (Engg.), HPL
Page 1
HINDUSTAN PREFAB LIMITED JANGPURA, NEW DELHI: 14
NOTICE INVITING TENDER
Sealed Item rate tenders are invited by the DGM(Engg.) Hindustan Prefab Limited on behalf of Delhi Police and in the name of President of India from firms/contractors of repute in Two bids system ( EMD & cost of tender documents, Technical Bid & Financial Bid) in separate envelopes for the following work :-
Supplying and Installation of Lifts at Police Station, Spl. Cell Sec-22 Rohini, Delhi .
NIT NO: - HPL/ DGM(Engg.)/DP/ RH-22/ NIT /12-13/01 Dated :06.04.2012 1.1 The work is estimated to cost Rs. 50.50 Lacs with the details as mentioned below.
S.NO. Name of Work
ESTIMATED COST (Rs. in Lacs)
1.
Supplying and Installation of Lifts Police Station
Spl. Cell, Sec-22 Rohini, Delhi
50.50
The estimate, however, is given merely as a rough guide. 1.2 Tenders will be issued to all firms and contractors of repute. Issue of tender documents shall not be construed as qualifying in technical
bid. EMD & tender documents cost shall be first open on the same day. Technical bid be only opened on the same day of those parties
who qualify the EMD and tender cost. The technical bids submitted by the firms/contractors shall be evaluated as per standard procedure. Bids submitted without the tender cost (for downloaded tender documents from web-site) and earnest money as prescribed shall not be opened at all and shall be summarily rejected. The financial bids of those tenderers shall only be opened who qualifies in the technical bid. The date and time of opening of financial bid shall be intimated in due course of time.
2. Agreement shall be drawn with the successful tenderer on Special Conditions of Contract along with prescribed Form No. CPWD-7/8
(with up to date corrections and amendments) which is available as a Govt. of India Publication. Tenderer shall quote his rates as per various terms and conditions which will form part of the agreement.
3. The time allowed for carrying out the work will be 08 Months reckoned from the 10th day after the date of written orders to commence
the work or from the first day of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the tender documents.
4. The site for the work shall be made available in parts. 5. a) (i) Receipt of applications for issue of tender documents shall be as per detail given in NIT.
(ii) Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of work to be done and the set of
terms & conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the office of the tender issuing authority between hours of 11.00 a.m. to 4.00 p.m. from ……….. to ………… everyday except on Sundays and Public Holidays. Tender documents, excluding standard form, will be issued from his office, during the hours specified above, on payment of Rs. 1000/- in cash/demand draft in favour of Hindustan Prefab Limited & payable at New Delhi as cost of tender.
5b) Alternatively the interested parties can download the complete tender document from HPL website www.hindprefab.org.Tenders downloaded from website shall have to be accompanied with the Tender cost of Rs. 1000/- in the form of Demand Draft drawn in favour of Hindustan Prefab Limited & payable at New Delhi.
5c) Tenderers shall deposit Earnest Money of Rs. 1.01 lacs in the form of Demand Draft issued in favour of Hindustan Prefab Limited
and payable at New Delhi and shall be made for validity of 90 days from the date of opening of technical bid.) along with the complete tender documents (applicable for both tender forms issued by HPL or downloaded from HPL’s Web-site, as the case may be)
Page 2
Signature of tenderer with seal DGM (Engg.), HPL
6. (A) Technical Bid shall comprise of the following:-
(a) Technical Bid Document (issued by HPL or downloaded from web-site of HPL) along with prescribed annexure.
(b) Special Conditions of Contract (c) Technical specifications (if any) (d) Schedule B to F, issued by HPL or downloaded from the web-site of HPL
(B) Financial Bid shall comprise of the following:
(a) Bill of Quantities (Schedule A), issued by HPL or downloaded from the web-site of HPL. (b) Rebate, if any offered by the tenderer, shall be mentioned in Schedule A only. Conditional Rebate and rebate mentioned at any other
place than the place specified shall not be considered in any circumstances
7. Duly filled up tender documents comprising of EMD & cost of tender documents, Technical bid & Financial bid supported by prescribed annexures should be submitted in sealed envelopes duly super-scribed with the name of work and due date of
opening as per instructions given below.
a) Cost of tender forms, if downloaded from website, and Earnest money deposit in the manner prescribed in a separate cover marked “EARNEST MONEY & TENDER COST BID”---- Envelope 1.
b) Technical Bid as prescribed above and placed in an Envelope 2 shall be sealed and super-scribed with the words” EMD & cost of
tender documents, Technical Bid for (Name of the Project) and name of the firm/contractor”. c) The duly filled up Bill of quantities and other schedules or conditions, if any as prescribed above shall be put in a separate sealed
envelope marked “Financial bid for ( Name of the Project) and name of the firm/contractor”.---- Envelope 3.
d) All three envelopes shall be properly sealed and put together in a single envelope and sealed properly and super-scribed as “EMD &
cost of tender documents, Technical and Financial bids for (Name of the Project) with due date of opening and name of the firm/contractor”.
8 a) The contractor shall be required to deposit an amount equal to 5% of the tendered value of the work as performance guarantee in the form of an irrevocable bank guarantee bond of any scheduled bank or State Bank of India in accordance with the form prescribed or in DD as in the case of recovery of security deposit, within 15 days of the issue of letter of acceptance. This period can be further extended by the Engineer-in- Charge up to maximum period of 7 days on written request of the contractor. b) 5% security deposit shall be retained from contractor Running bills and shall be refunded after one year of successful completion
of the work.
9. (i) The description of the work is as follows :- Supplying and Installation of Lifts Police Station Spl. Cell Sec-22 Rohini, Delhi
(ii) Copies of other drawings and documents pertaining to the works will be open for inspection for the tenderers at the office of the tender issuing authority.
(iii) Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the
accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies as other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for worker and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to him by the HPL on behalf of Delhi Police and local conditions and other factors having a bearing on the execution of the work.
10. (i) The HPL on behalf of Delhi Police and in the name of the President of India does not bind itself to accept the lowest or any other
tender and reserves to itself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed conditions is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected.
Signature of tenderer with seal DGM (Engg.), HPL
Page 3
(ii) The HPL on behalf of Delhi Police and in the name of the President of India also reserves its right to allow to the Central Government Public Sector enterprises Joint venture with CPSE holding 51% equity or more, a purchase preference with reference to the lowest valid price bid, where the quoted price is within 10% of such lowest price in a tender, other things being equal. However, the Public Enterprise who avail benefit of the purchase preference shall be subjected to adequate penalties for cost overruns etc.
11. 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. 12. The HPL on behalf of Delhi Police and in the name of the President of India reserves to himself the right of acceptance the whole or any
part of the tender and the tenderer shall be bound to perform the same at the rate quoted. 13. The tender for the works shall remain open for acceptance for a period of 90 days (Ninty days) from the date of opening of Technical Bid.
Date of Opening of financial bid shall be intimated in due course to those tenderers who qualify in Technical Bid. If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then HPL shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.
14. This notice inviting Tender shall form a part of the contract document. The successful tenderer/ contractor, on acceptance of his tender
by the Accepting Authority, shall within 10 days from the written orders to commence the work, sign the contract consisting of :-
a) The notice inviting tender all the documents including additional or special conditions, specifications and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.
b) Standard CPWD Form 7/8 (with up to date corrections and amendments). 15 (a) This NIT is also available on HPL’s Web-site www.hindprefab.org. (b) No Postal enquiry shall be entertained for issue of tender documents.
DGM (Engg.) Hindustan Prefab Limited
Signature of tenderer with seal DGM (Engg.), HPL
Page 4
HINDUSTAN PREFAB LIMITED
Item Rate Tender & Contract for Works
(A) Tender for the work of :- Supplying and Installation of Lifts Police Station Spl. Cell Sec-22 Rohini, Delhi (i) To be submitted by 15.00 hours on 24.04.2012 to DGM (Engg.), Hindustan Prefab Limited, Jangpura, New Delhi-110014. ii) To be opened in presence of tenderers who may wish to be present at 15.30 hours on 24.04.2012 in the office of DGM (Engg.), Hindustan
Prefab Limited, Jangpura, New Delhi-110014.
Issued to : ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Signature of officer issuing the documents_____________________ Designation _____________________
Date of Issue ________________________________
TENDER
I/We have read and examined the notice inviting tender, schedule A (Bill of Quantities), B, C, D, E & F Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, schedule of Rates & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified by the DGM (Engg.), HPL on behalf of Delhi Police and in the name of the President of India with in the time specified in Schedule “F”, viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule- 1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as per provided for, by, and in respects in accordance with, such conditions so far as applicable. We agree to keep the tender open for 90 (Ninety) days from the due date of submission thereof and not to make any modifications in its terms and conditions.
A sum of Rs. 1.01 lacs has been deposited in __________________________________ as earnest money. If I/We, fail to furnish the prescribed performance guarantee within prescribed period, I/We agree that the said DGM (Engg.), HPL or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit said earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree that DGM (Engg.), HPL or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, up to maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.
I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as secret/ confidential documents and shall not communicate information derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State. Date Signature of Contractor
Postal Address Witness: Address: _________________________________ _________________________________ Occupation:
Signature of tenderer with seal DGM (Engg.), HPL
Page 5
TECHNICAL BID DOCUMENT
HINDSUTAN PRREFAB LIMITED
JANGPURA, NEW DELHI: 14
SECTION I
INTRODUCTION
SCOPE OF WORK Delhi Police had retained M/s Hindustan Prefab Limited, a CPSU under the Ministry of Housing and Urban Poverty Alleviation, as Executing Agency for the Construction of Police Station at Sec-22 Rohini, Delhi. The Supplying and Installation of Lifts Police Station Spl. Cell Sec-
22 Rohini, Delhi is one of them for which this tender is being invited by Hindustan Prefab Limited on behalf of Delhi Police.
BRIEF PARTICULARS OF THE WORK 1. Salient details of the work for which tenders are invited are as under :-
2.
The scope of work involves Supplying and Installation of Lifts Police Station Spl. Cell Sec-22 Rohini, Delhi Including free maintenance of the
whole lift installation for the period of one year from the date of successful handing over of the works
Site Location:-
The site is located at Police Station, Sec-22 Rohini, Delhi.. 2. Work shall be executed according to General Conditions of Contract for Central PWD Works (with up to date corrections and amendments)
available separately at printer’s outlets. However, there shall be some special conditions of contract which will override/supplement General
Conditions of contract for Central PWD works (as the case may be). The Special Conditions of Contract shall be supplied along with tender and B.O.Q.
Signature of tenderer with seal DGM (Engg.), HPL Page 6
S.NO.
NAME OF WORK
APPROX
COST
PERIOD OF
COMPLETION
1.
Supplying and Installation of Lifts Police Station Spl. Cell
Sec-22 Rohini, Delhi
NIT NO: - HPL/ DGM(Engg.)/DP/
RH-22/ NIT /12-13/01 Dated
:06.04.2012
50.50 lacs
08 Months
SECTION II
INFORMATION & INSTRUCTIONS FOR APPLICANTS
1.0 General:
1.1. Letter of transmittal and Annexures for technical bid are given in Section III.
1.2. All infor mation called for in the enclosed forms should be furnished against the relevant columns in the forms. If for any reason, information is furnished on a separate sheet, this fact should be mentioned against the relevant column. Even if no information is to be provided in a column, a “nil” or no such case” entry should be mentioned made in that column. If any particulars/query is not applicable in case of the applicant, it should be stated as “not applicable”. The applicants are cautioned that not giving complete
information called for in the technical document or not giving it in clear terms or making any change in the prescribed forms or deliberately suppressing the information may result in the applicant being summarily disqualified. Applications made by telegram or Fax and those received late will not be entertained.
1.3. The application should be type written. The applicant should sign each page of the tender document.
1.4. Over writing should be avoided. Correction, if any, should be made by neatly crossing out, initialing, dating and rewriting. Pages of the
technical bid documents are numbered. Additional sheets, if any added by the contractor, should also be numbered by him They should
be submitted as a package with signed letter of transmittal.
1.5. References, information and certificates from the respective clients certifying suitability, technical know-how or capability of the applicant should be signed by an officer not below the rank of Executive Engineer or equivalent.
1.6. The applicant may furnish any additional information which he thinks is necessary to establish his capabilities to successfully complete
the envisaged work. He is however, advised not to furnish superfluous information. No information shall be entertained after submission of tender documents unless it is called for by the HPL.
1.7. Any information furnished by the applicant found to be incorrect either immediately or at a later date, would render him liable to be debarred from tendering/ taking up of work in HPL. If such applicant happens to be enlisted contractor of any class in HPL, his name shall also be removed from the approved list of contractors.
1.8. The technical bid document and financial bid document in prescribed form duly completed and signed should be submitted in a sealed
cover and as prescribed in NIT.
1.9. Prospective applicants may request clarification of the project requirements, technical bid document and financial bid document. Any
clarification given by HPL will be displayed in HPL website www.hindprefab.org upto 24.04.2012 which shall also form part of
tender document.
2.0 DEFINITIONS 2.1 In this document the following words and expressions have the meaning hereby assigned to them. 2.2 Employer: - Means the Hindustan Prefab Limited, acting on behalf of Delhi Police and in the name of President of India.
2.3 Applicant:- Means the individual, proprietary firm, firm in partnership, limited company, private or public or corporation. 2.4 “Year” means “Financial Year” unless stated otherwise. 3.0 METHOD OF APPLICATION :
3.1 If the applicant is an individual, the application shall be signed by him above his full typewritten name and current address. 3.2 If the applicant is a proprietary firm, the application shall be signed by the proprietor above his full typewritten name and the full name of
his firm with its current address.
Signature of tenderer with seal Page-7 DGM (Engg.), HPL
3.3 If the applicant is a firm in partnership, the application shall be signed by all the partners of the firm above their full typewritten name and
current addresses or alternatively by a partner holding power of attorney for the firm. In the latter case a certified copy of the Power of Attorney should accompany the application. In both cases a certified copy of the partnership deed and current address of all the partners of the firm should accompany the application.
3.4 If the applicant is a limited company or a corporation, the application shall be signed by a duly authorized person holding power of attorney
for signing the application accompanied by a copy of the power of attorney. The applicant should also furnish a copy of the Memorandum and Articles of Association duly attested by a Public Notary/Gazetted Officer.
4.0 FINAL DECISION MAKING AUTHORITY
The employer reserves the right to accept or reject any application and to annul the tender process and reject all applications at any time, without
assigning any reason or incurring any liability to the applicants.
5.0 SITE VISIT
The applicant is advised to visit the site of work, at his own cost, and examine it and its surroundings to himself collect all information that he consider necessary for proper assessment of the prospective assignment.
6.0 ELIGIBILITY CRITERIA FOR TECHNICAL BID
The criteria of eligibility of tenderer shall be as under:- 6.1 The applicant should have experience of having successfully completed works during the last seven years ending last day of the month previous to the one in which applications are invited: Three similar completed works costing each not less than the amount equal to 40% of estimated cost put to tender,
OR Two similar completed works, each of value not less than 50% of the estimated cost put to tender
OR One similar completed work of value not than 80% of the estimated cost put to tender AND
one completed work of any nature (either part of (i) or a separate one) costing not less than the amount equal to 40% of the estimated cost put to tender with some Central/State Government Organisation /Central Autonomous Body/Central Public Sector undertaking. 6.2 The applicant should have had average annual financial turnover (gross) of 30% of total estimated cost put to tender during the last three years
ending March 2011. This should be duly audited by a Chartered Accountant. Year in which no turnover is shown would also be considered for working out the average.
6.3 The applicant should have a Bank Solvency of 40% of estimated cost & issued by Nationalized Bankers/ Schedule bank. The bank solvency should have been issued by the banker on or after 25.04.2011 6.4 The applicant should have sufficient number of Technical and Administrative employees at least one graduate Engineer (Elect./Mech.) having
an experience of not less than three years, or a Diploma ( Elect./ Mech. ) qualified Engineer , with not less than seven years experience for the proper execution of the contract. The applicant should submit a list of these employees.
6.5 The applicant should have valid electrical license.
6.6 The applicant should not have incurred any loss in more than two years during the last three years ending March 2011 and it shall be duly certified by the Chartered Accountant.
7.0 Even though an applicant may satisfy the above requirements, he would be liable to disqualification if he has: a) Made misleading or false representation or deliberately suppressed the information in the forms, statements and enclosures.
. b) Record of poor performance such as abandoning work, not properly completing the contract, or financial failures/ weaknesses etc.
8.0 AWARD CRITERIA 8.1 The employer reserves the right, without being liable for any damages or obligation to inform the applicant to:
a) Amend the scope and value of contract to the applicant. b) Reject any or all of the applications without assigning any reasons.
8.2 Any effort on the part of the applicant or his agent to exercise influence or to pressurize the employer would result in rejection of his
application. Canvassing of any kind is prohibited.
Signature of tenderer with seal DGM (Engg.), HPL
Page 8
CORRIGNEDUM TO GENERAL CONDITIONS OF CONTRACT (CPWD FORM 7/8)
Signature of tenderer with seal DGM (Engg.), HPL
Page 9
S. No. For Read As
1 Chief Engineer/DG works/ Chief
Engineer (Zone)
CMD, HPL for & on behalf of Delhi
Police and in the name of President of
India
2 Superintending Engineer DGM (Engg.)
3 Engineer –in –charge DGM (Engg.)
4 Department Hindustan Prefab Limited
5 Administrative Head C.M.D., HPL
6. Owner Delhi Police
7. C.P.W.D. H.P.L.
HINDUSTAN PREFAB LIMITED
JANGPURA, NEW DELHI - 110 014
SPECIAL CONDITIONS OF CONTRACT
These special conditions shall supersede/ supplement the relevant conditions given in CPWD Form
7/8(with up to date corrections and amendments) in the tender document.
1. EMD of tenderers, who do not qualify in technical bid after evaluation of technical bid, shall be returned
with in 7 days of receipt of request of refund from them. The tenderers can collect the un-opened financial
bid, if they desire, from the office of the concerned Engineer-in-charge.
EMD of tenderers, who qualify in technical bid but unsuccessful in financial bid after opening of financial
bid, shall be returned within 7 days of receipt of request of refund from them and EMD of successful
tenderer can be adjusted against Security Deposit or refunded against his request.
2. Contractor shall submit the complete programme of execution of work along with CPM/PERT Chart
proposed to be followed for execution of work within 7 days of award of work.
3. RAW MATERIAL : All materials and labour required for the execution of work shall be arranged
by the contractor including cement & reinforcement steel.
4. (a) All material used in the work shall be confirming to IS Specification and shall be ISI marked unless
otherwise specified. In the event for items for which either brands not specified and ISI marked items
not available, the sample of the item before use shall be got approved from Engineer –in-charge.
However in either cases the samples of materials / fixtures shall be got approved from by Engineer –in-
charge before use in the work.
(b) Contractor shall be required to produce samples of all materials and fittings sufficiently in advance for
approval. The Contractor when called upon shall provide "make" of samples for approval before
execution free of cost and also will make arrangements for transportation of samples to the
designated test house as per the direction of Engineer-in-charge of the work at his own cost. Cost of
testing will also be borne by the contractor.
5. Any notice to be given under this contract shall be sent by registered post, Speed post at the last
known registered or head office address of the contractor and shall be deemed to have been effected
at the time at which the letter would be delivered in the ordinary course of post.
6. The contractor shall be supplied drawings required for execution of work like architectural, structural
all service plans and other detailed drawings in a phased manner. If any particular drawing is required
for execution of work, contractor shall inform the Engineer-in-Charge in writing at least 15 days in
advance.
7. The contractor shall be responsible for obtaining the NOC and necessary clearances for the works
executed by him from Lift Inspector/local bodies . Necessary liasoning with other working agency &
local bodies shall be his responsibility. Any statutory fees to be paid on account of said clearances shall
be paid by HPL/Client.
7(a) Power supply shall be arranged by the contractor for execution the work.
Signature of tenderer with seal DGM (Engg.), HPL
Page 10
8. The payment to the contractor shall be made from the registered office of HPL at Jangpura, New Delhi
and cheques will be issued and payable at Delhi/New Delhi. The contractor shall not claim anything
extra on this account.
9. The Contractor should be registered under VAT Act for works in the State of Delhi and submit a copy
of registration along with tender. The said VAT shall be deducted as per laws at source as applicable.
The contractor shall submit the bills as required under DVAT.
10. The contractor shall obtain PF Code No., ESI No. & Service Tax No., if required within one month
after award of work OR shall furnish the undertaking that the amount of PF, ESI and Service tax shall
be deducted from their dues at the time of releasing of payment.
11. Maintenance Period: The contractor shall be fully responsible for the quality, workmanship and
structural safety of the construction. The contractor shall be fully responsible for liability of defects &
maintenance in the work executed by him for a period of one year from the date of successful handing
over of the work to Delhi Police on rectifying the list of defects/ deficiencies observed by HPL/Delhi
Police before taking over. The maintenance period shall start from the date the project is handed over
to Delhi Police. All defects observed during the maintenance period shall be rectified by the
contractor at his own cost and expenses. In the event of failure on the part of the contractor for
maintenance and to rectify the defects, the same may, without prejudice to any other right available to
it in law, be rectified by HPL for and on behalf of contractor. HPL shall have the right to
deduct or set off the expenses incurred by it for maintenance and in rectifying the defects as
aforesaid from/against any amount due and payable or becoming due and payable by HPL to the
contractor under this agreement or any other contract what-so-ever. During the maintenance period,
the contractor has to rectify the defects properly under the supervision of an engineer for which
nothing extra would be payable to the contractor. The security deposit shall be refunded to the
contractor successful completion of DLP/ maintenance period.
12. The contractor will be responsible for obtaining Contractor All Risk Policy" towards entire cost of the
work and will obtain workmen compensation policy at his own cost. The policy should cover entire
tenure of contract inclusive of extended & maintenance period. if any. The policy should be in joint
name of HPL & contractor. The original insurance policies along with the original premium receipts
should be kept in the custody of HPL.
13. The decision of the Chairman & Managing Director, HPL, regarding the quantum of reduction as
well as justification thereof in respect of rates for substandard work will be final and would not
be open to arbitration and adjudication.
14 No advance shall be paid to the contractor against any Tools & Plants, equipment & machinery etc.
brought at site by the contractor.
15. The work may be inspected by Central Vigilance Commission and any deductions/compensation
proposed by CVC or HPL or Delhi Police in regard to defective work or work not confirming to
specification, loss of time, amount shall be deducted from his dues.
Signature of tenderer with seal DGM (Engg.), HPL
Page 11
16. Settlement of Disputes and Arbitration:
Except where otherwise provided in the contract, all questions and disputes relating to the meaning of
the specifications, design, drawings, and instructions here-in before mentioned and as to the quality of
workmanship or materials used on the work or as to any other question, claim, right, matter or thing
whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications,
estimates, instructions, orders or these conditions or otherwise concerning the works or the execution
or failure to execute the same whether arising during the progress of the work or after the cancellation,
termination, completion or abandonment thereof shall be dealt with as mentioned hereinafter.
i) If the contractor considers any work demanded of him to be outside the requirements of the contract, or
disputes any drawings, record or decision given in writing by the Engineer-in-Charge on any matter in
connection with or arising out of the contract or carrying out of the work, to be unacceptable, he shall
promptly within 15 days request the DGM(Engg.), HPL in writing for written instructions or decisions.
There upon, the DGM(Engg.), HPL shall give his written instructions or decisions within a period of
one month from the receipt of the contractor’s letter.
If the DGM(Engg.), HPL fails to give his instructions or decision in writing within the aforesaid period
or if the contractors is dissatisfied with the instructions or decision or the DGM(Engg.), HPL, the
contractor may, within 15 days of the receipt of DGM(Engg.),HPL’s decision, appeal to the CMD,
HPL who shall afford an opportunity to the contractor to be heard, if the latter so desires, and to offer
evidence in support of his appeal. The CMD, HPL shall give his decision within 30 days of receipt of
contractor’s appeal. If the contractor is dissatisfied with this decision, the contractor shall within a
period of 30 days from receipt of the decision, give notice to the CMD, HPL for appointment of
arbitrator failing which the said decision shall be final binding and conclusive and not referable to
adjudication by the arbitrator.
ii) Except where the decision has become final, binding and conclusive in terms of Sub Para(i) above
disputes or difference shall be referred for adjudication through arbitration by a sole arbitrator
appointed by the CMD,HPL on behalf of Delhi Police and with the consent of Delhi Police. If the
arbitrator so appointed is unable or unwilling to act or resigns his appointment or vacates his office due
to any reason whatsoever, another sole arbitrator shall be appointed in the manner aforesaid. Such
person shall be entitled to proceed with the reference from the stage at which it was left by his
predecessor.
It is a term of this contract that the party invoking arbitration shall give a list of disputes with amounts
claimed in respect of each such dispute along with the notice for appointment of arbitrator and giving
reference to the rejection by the CMD, HPL of the appeal.
It is also a term of this contract that no person other than a person appointed by such CMD, HPL on
behalf of Delhi Police & with the consent of Delhi Police, as aforesaid should act as arbitrator and if
for any reason that is not possible, the matter shall not be referred to arbitration at all.
It is also a term of this contract that if the contractor does not make any demand for appointment of
arbitrator in respect of any claims in writing a aforesaid within 120 days of receiving the intimation
from the Engineer-in-charge that the final bill is ready for payment, the claim of the contractor shall be
deemed to have been waived and absolutely barred and the Government shall be discharged and
release of all liabilities under the contract in respect of these claims.
Signature of tenderer with seal DGM (Engg.), HPL
Page 12
The arbitration shall be conducted in accordance with the provisions of the Arbitration and Conciliation
Act. 1996 (26 of 1966) or any statutory modifications or re-enactment thereof and the rules made there
under and for the time being in force shall apply to the arbitration proceeding under this clause.
It is also a term of this contract that the arbitrator shall adjudicate on only such disputes as are referred
to him by the appointing authority and give separate award against each dispute and claim referred to
him and in all cases where the total amount of the claim by any party exceeds Rs. 1, 00,000/- the
arbitrator shall give reasons for the award.
It is also a term of the contract that if any fees are payable to the arbitrator, these shall be paid equally
by both the parties. i.e. contractor & Delhi Police.
It is also a term of the contract the arbitrator shall be deemed to have entered on the reference on the
date he issues notice to both the parties calling them to submit their statement of claims and counter
statement of claims. The venue of the arbitration shall be such place as may be fixed by the arbitrator
in his sole discretion. The fees, if any, of the arbitrator shall, if required to be paid before the award is
made and published, be paid half and half by each of the parties. The cost of the reference and of the
award (including the fees, if any, of the arbitrator) shall be in the discretion of the arbitrator who may
direct to any by whom and in what manner, such costs or any part thereof shall be paid and fix or settle
the amount of costs to be so paid.
17 Taking approval of drawings from Central/State/Local bodies for the execution of work shall be
contractor’s responsibility.
18. Rates shall be fixed, firm & final during the currency period of contract including the maintenance
period. No increase in rates shall be allowed on any account whatsoever.
19. The contractor shall submit indemnity bond( on non–judicial stamp papers) duly notarized indemnifying
the employer/HPL against liability / demand for taxes, duties, Cess, penalties, interests, against all
actions , legal proceedings, royalty, patents, trade mark, non-observance of laws, payment of workers ,
employees, sub-contractors and compliances with labour laws, contributions etc.
20. Payment of work done :
i) 60% payment shall be released to the party on supply of lifts and allied materials.
ii) 25% payment shall be released to the party on erection, testing and commissioning and getting NOC
from lift inspector.
iii) 15% payment shall be released to the party after handing over of lifts to client i.e. Delhi Police.
21. Back to back payment clause
The payment of bills to contractors shall be made after received of payment from client. Any delay in
release of the payment by the client/owner to HPL leading to delay in the release of the corresponding
payment by HPL to the contractor, shall not entitle the contractor any compensation/interest from HPL.
22. Certificate regarding “NO DEFECT/NO DUE”
Final bill of contractor will be setteled after settlement of HPL’ final bill by the client. No defect/ No
due certificate will be taken from
client before release of security deposit and Performance Bank Guarantee
23. Indemnity Bond
The Indemnity Bond on non judicial stamp paper of appropriate value duly notarized against any
possible demand, Liability towards Taxes, Duties, penalties, royalty, fines, cess, patent rights,
trademarks, fees, fines, etc raised against the company by statutory
bodies/authorities/departments i/c court, cases and arbitration etc.
Signature of tenderer with seal DGM (Engg.), HPL
Page 13
SECTION III
LETTER OF TRANSMITTAL
From: To The DGM (Engg.), Hindustan Prefab Limited, Jangpura, New Delhi-110014.
SUBJECT: Supplying and Installation of Lifts at Police Station Spl. Cell Sec-22 Rohini, Delhi
NIT NO: - HPL/ DGM(Engg.)/DP/ RH-22/ NIT /12-13/01 Dated :06.04.2012 Sir,
Having examined the details given in NIT, Tender-Notice and technical bid document for the above work, I/We hereby submit the technical bid document and other relevant information.
i) I /We hereby certify that all the statements made and information supplied in the enclosed Annexures and accompanying statement are true and
correct.
ii) I / We have furnished all information and details necessary for technical bid evaluation and have no further pertinent information to supply. iii) I /We submit the requisite certified solvency certificate and authorize the DGM (Engg.), HPL or his authorized representatives to approach the
Bank issuing the solvency certificate to confirm the correctness thereof. I/We also authorize DGM (Engg.), HPL or his authorized representative to approach individuals, employers, firm and corporation to verify our competence and general reputation.
iv) I /We submit the following certificates in support of our suitability, technical know- how and capability for having successfully completed the
following works. Name of Work Certificate from Enclosures:
Seal of Applicant Signature of Applicant (s) Date of Submission
Signature of tenderer with seal DGM (Engg.), HPL
Page 14
Annexure-I
[The applicant should submit the list of documents to be annexed with tender as per annexure-I]
1. Name of applicant Shri/ M/s………………………………………………………………………………
2. Nationality Indian other
3. Address
Regd. Office………………………………………………………………………………………………...
…………………………………………………………………………………………………
Head Office ………………………………………………………………………………………………....
…………………………………………………………………………………………………
4. Telephone Numb. - Fax No. -
5. Constitution Individual Sole Proprietorship Concern
Partnership Firm Public Ltd. Company
Private Ltd. Company
6. If partnership firm, name of the partners/ 1……………………………………………………………
If Company, name of directors 2……………………………………………………………
3……………………………………………………………
4……………………………………………………………
5……………………………………………………………
6……………………………………………………………
7. Is the individual / sole proprietor/any partner/directors of company:
(a) Dismissed Government Servant Yes No
(b) Removed from approved list of contractors Yes No
( C)Demoted to a lower class of contractors Yes No
(d) Having business banned/suspended by any government in the past Yes No
(e) Convicted by a court of law Yes No
(f) Retired engineer/official from engineering Department of Govt. of
India within last two years. Yes No
(g) Director or partner of any other company/firm enlisted with CPWD
Or any other department. Yes No
(h) Member of Parliament or any State Legislative Assembly
If answer to any of the above is ‘Yes’, furnish details on a separate sheet. Yes No
8. (a) Name of person holding power of attorney…………………………………………………
(b) Nationality Indian other
(c ) Liabilities
9. Name of Bankers with full address…………………………………………………………………………
10. Place of business……………………………………………………………………………………………
Signature of tenderer with seal DGM (Engg.), HPL
Page 15
11. Full time technical staff in applicant’s employ: Nos.
[(a) to (c) for Civil, Electrical & HVAC,]
(a) Graduate engineers with minimum 5 years’ experience
(b) Graduate engineers with minimum 5 years’ experience [excluding (a) above]
(c ) Diploma engineers with minimum 3 years’ experience
12. Does the applicant have sufficient T&P, Machinery, Equipment and workshop for the work?
[Attach details on separate sheet] Yes No
13. Does the applicant possess valid Electrical License [for Electrical]
14 (a) Whether enlisted with CPWD or any other department
(b) If yes, give details:
(i) Name of department ……………………………………………………………
(ii) Class of category ……………………………………………………………
(iii) Enlistment authority & address ……………………………………………………………
(iv) Enlistment No. & date ……………………………………………………………
(v) Date of validity ……………………………………………………………
(vi) Tendering limit ……………………………………………………………
15. Is any person working with the applicant is a near relative of the officer/official of HPL Yes No
If yes, give details
16 Details of Works completed and in progress during the last 5 years (to be filled in Performa as given in
Annexure III. This list should include all works whose gross amount of work done is more than the
required magnitude for the class in which applied.
17. Certificates from clients as per performa given in Annexure –IV for all eligible works.
Signature of tenderer with seal DGM (Engg.), HPL
Page 16
Annexure-II
DOCUMENTS ATTACHED
S. No Document Yes No
1. Proof of constitution (SI. No. 5):
(a) In case of sole proprietorship/HUF : an affidavit executed before a 1st Class Magistrate
that the applicant is the sole proprietor of the firm/ Karta of HUF
(b) In case of partnership firm: (Submit attested copies)
(i) Partnership deed attested by Notary Public
(ii) Form “A” or equivalent form issued by Registrar of Firms
(iii) Form “B” or equivalent form issued by Registrar of Firms
(iv) Form “C” or equivalent form issued by Registrar of Firms
( c ) In case of Private/ Public Ltd. Co. Article of Association duly attested by Notary
Public
2. Power of attorney, if any (S. No. 8), attested by Notary Public
3. Solvency certificate from scheduled bank in the perform given in Annexure-V. The
certificate should be on the bank’s letter-head and in sealed cover and shall be addressed
to the concerned Authority (S. No.9)
4. Technical Staff: (S. No. 11)
(i) List of full time Technical staff/ Designers with qualification and experience of each.
(ii) Attested copies of the degrees/diplomas of the technical staff/Designers.
5. List of M/C, T&P, possessed by the applicant.
6. Attested copy of valid Electrical License ( S. No. 13)
7. Attested copy of Enlistment order (S. No. 14)
8. List of fall near relatives working in HPL, including their addresses (S. No. 15)
See also rule18.0 of Enlistment-rule
9. Original or attested copies of certificates for works done, from concerned clients, in
Performa as given in annexure-IV.
10. Attested copies of award letters for works included in annexure-III.
Signature of tenderer with seal DGM (Engg.), HPL
Page 17
Annexure - III
WORKS COMPLETED AND IN PROGRESS DURING THE LAST FIVE YEARS
( INCLUDING ALL WORKS AWARDED)
[ Add additional sheets, if necessary]
Date of Completion S.
No. Name of work & Agreement No.
Date of Start Stipulated Actual
Reasons for delay & compensation levied, if any
Tendered cost
Gross cost of completion
Net Amount received
Name, designation & complete address of the authority for whom the work was done
Signature of tenderer with seal DGM (Engg.), HPL
Page 18
Annexure-IV
CLIENT'S CERTIFICATE REG. PERFORMANCE OF CONTRACTOR
Name & Address of the Client …………………………………………………………………………………..
…………………………………………………….. ………………………………………… Details of Works executed by Shri/M/s'…………………………………………………………………. …………………………………………
……………………………………………………... …………………………………………
1 Name of work with brief particulars
2 Agreement No. and date
3 Date of commencement of work
4 Stipulated date of completion
5 Actual date of completion
6 Details of completion of levied for delay, if any
7 Tendered amount
8 Gross Amount of the work completed
9 Name and address of the authority under whom
works executed
10 Whether the contractor employed qualified
Engineer/ Overseer during execution of work
11 (i) Quality of work ( indicate grading) Out Standing/V. Good/Good/Poor
(ii) Amount of work paid on reduced rate basis,
if any
12 (i) Did the contractor go for arbitration?
(ii) If yes, total amount of claim,
(iii) Total amount awarded
13 Comments on the Capabilities of the contractor
(a) Technical Proficiency Out Standing/V. Good/Good/Poor
(b) Financial Soundness Out Standing/V. Good/Good/Poor
( c) Mobilization of adequate T&P Out Standing/V. Good/Good/Poor
(d) Mobilization of manpower Out Standing/V. Good/Good/Poor
(e) General behavior Out Standing/V. Good/Good/Poor
Note: All Columns should be filled in properly.
"Countersigned"
Signature of the Reporting
Officer with Official Seal
Officer of the rank of
Superintending Engineer
or Equivalent
Signature of tenderer with seal DGM (Engg.), HPL
Page 19
Annexure - V
FORM OF SOLVENCY CERTIFICATE FROM A SCHEDULED BANK
This is to certify that of the best of our knowledge and information M/s/Sri……………………………………
………………………………………………………………………..having marginally noted address, a
customer of our bank are/is respectable and can be treated as good for any engagement upto a limit of
Rs…………………………
(Rupees………………………………………………………………………………………………………….)
This certificate is issued without any guarantee of responsibility on the Bank or any of the officers.
(Signature)
for the Bank
Note: In case of partnership firm, certificate to include names of all partners as recorded with the Bank.
FORM OF WORKING CAPITAL CERTIFICATE FROM A SCHEDULED BANK
(for Class V(B&R), Class IV (Elect.), Class (Firm), Hort. (All Classes)
Certified that Shri/ Smt. M/s
……………………………………………………………………………………………..
S/o/W/o……………………………………………………………………………………………………………
….and
resident(s) of
…………………………………………………………………………………………………………….
has/have been maintaining a saving bank account/current account/fixed deposit account with this branch of
bank since……………………… ……..and an amount not less than Rs.
…………………….(Rupees……………………...
……………………………………………………………………………………………..has been available to
the credit in his/her/their account No. ………………………………………for the last six months.
(Signature)
For the Bank
Signature of tenderer with seal DGM (Engg.), HPL
Page 20
FOR CHANGE OF CONSTITUTION LIST OF DOCUMENTS/INFORMATION REQUIRED
TO BE SUMITTED
A. Document to be Submitted
1. Copy of proposed partnership deed duly signed/proposed Memorandum of articles.
2. Attested copy/copies of valid ITCC (s) in respect of each proposed partner.
3. An undertaking sworn in before a 1st class Magistrate by all the partners to the effect that the
new firm will take over all assets and liabilities.
4. Dissolution deed/consent of retiring partners/death certificate in case of death of a partner.
B. Furnish the following details in respect of each Partner with whom contractor’s firm want to
enter into Partnership
(i) Whether he is enlisted with CPWD/MES/Railway/P&T/State PWD.
(ii) Whether he is a dismissed Govt. servant.
(iii) Whether he is a partner/director of any other firm enlisted with this Department/ MES/ Rly./
P&T/State PWD.
(iv) Whether he is member of Indian Parliament or State Legislature.
(v) Whether his name has been blacklisted or removed from the approved list of contractors or
demoted to lower class or orders banning/removed/retired Govt. servant within 2 years.
(vi) Whether he is a dismissed/removed/retired Govt. servant within 2 years.
(vii) Whether he has any relative working in HPL, if yes, give details.
(viii) Whether he has any civil or criminal case pending in any court in India, if yes, give details.
Signature of Contractor
Signature of tenderer with seal DGM (Engg.), HPL
Page 21
SCHEDULE ‘B’ TO ‘F’
SCHEDULE – B :
Schedule of materials to be issued to the contractor.
S. No. Description of
Item
Quantity Rates in figures &
words at which the
material will be
charged to the
contractor
Place of Issue
1 2 3 4 5
NOT APPLICABLE
SCHEDULE ‘C’
Tools and plants to be hired to the contractor
S. No. Description Hire charged per day Place of Issue
1 2 3 4
NOT APPLICABLE
SCHEDULE ‘D’
Extra schedule for specific requirements/ document for the work, if any.
Not applicable.
Signature of tenderer with seal DGM (Engg.), HPL
Page 22
SCHEDULE ‘E’
CLAUSE 10 CC
NOT APPLICABLE
SCHEDULE ‘F’
Reference to General Conditions of contract.
Name of work: Supplying and Installation of Lifts Police Station Spl. Cell Sec-22 Rohini, Delhi
NIT NO: - HPL/ DGM(Engg.)/DP/ RH-22/ NIT /12-13/01 Dated :06.04.2012
Estimated cost of work :
Rs. 50.50 lacs
i) Earnest money :
Rs. 1.01 lacs
ii) Performance Guarantee :
5% of tendered value.
iii) Security Deposit :
5% of tendered value.
GENERAL RULES : Officer inviting tender & DIRECTION : DGM(Engg), HPL.
Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in
accordance with Clauses 12.2 & 12.3 See below
Definitions :
2(v) Engineer-in-Charge
DGM(Engg.)
2(viii) Accepting Authority
Chairman of Tender Approval Committee.
2(x) Percentage on cost of material
and labour to cover all overheads
and profits
15%
2(xi) Standard Schedule of Rates
Not applicable
2(xii) Department
Hindustan Prefab Limited
9(ii) Standard CPWD contract Form
CPWD form 7/8 with up to date
corrections and amendments.
Signature of tenderer with seal DGM (Engg.), HPL
Page 23
Clause 1
i) Time allowed for submission
of Performance Guarantee from the
date of issue of letter of acceptance,
in days
: 10 days
ii) Maximum allowable extension
beyond period provided in i)
above in days
: 07 days
Clause 2
Authority for fixing compensation
Under clause 2.
: C.M.D, HPL
Clause 2A
Whether Clause 2A shall be applicable
: Yes
Clause 5
Number of days from the date of issue
of letter of acceptance or from the
first date of handing over of site
( whichever is later) for reckoning
date of start
: 10 days
Mile Stone(s) as per table given below:
Sl.
No
Financial Progress Time Allowed (from
date of start)
Amount to be with- held in case
of non- achievement of
milestone
1 1/8th
(of whole work) 1/4th
(of whole work)
2 3/8th
(of whole work) ½ (of whole work)
3 3/4th
(of whole work) 3/4th
(of whole work)
4 Full Full
In the event of not achieving
the necessary progress as
assessed from the running
payments, 1% of the tendered
value of work will be withheld
for failure of each milestone.
Signature of tenderer with seal DGM (Engg.), HPL
Page 24
Signature of tenderer with seal DGM (Engg.), HPL
Page 25
Time allowed for execution of work
08 Months
Authority to give fair and reasonable
Extension of time for completion of work
C.M.D., HPL
Clause 7
Gross work to be done together with net payment
/ adjustment of advances for material collected,
if any, since the last such payment for being
eligible to interim payment.
10 Lacs
Clause 10CC
Not applicable
Clause 11
Specifications to be followed for execution
of work( all works)
CPWD specifications
with all latest
amendments and
corrections up to date
Clause 12
12.2 & 12.3 Deviation Limit beyond which
clauses 12.2 & 12.3. shall apply
30 %
Clause 12.5 Not applicable
Clause 16
Competent Authority for
Deciding reduced rates.
C.M.D., HPL
RECOVERY RATES FOR QUANTIIES BEYOUND PERMISSIBLE VARITION
Not applicable
Signature of tenderer with seal DGM (Engg.), HPL
Page 26
Clause 36(i)
Minimum Qualification &
Experience required for Principal
Technical Representative.-
At least one graduate Engineer
(Elect./Mech.) having an experience of
not less than three years, or a Diploma
( Elect./ Mech. ) qualified Engineer , with
not less than seven years experience.
(ii) Discipline to which the Principal
Technical Representative should
belong
Electrical / Mechanical
(iii) Minimum experience of works 5 years
( iv) Recovery to be effected from the
contractor in the event of not
fulfilling provision of clause 36(i)
Rs. 10000 per month for Graduate
engineer and Rs. 8000 for Diploma
Engineer
Clause 42
(i) Schedule/ statement of
determining theoretical quantity of
cement & bitumen on the basic of
Delhi schedule of rate.
(ii) Variation permissible on
theoretical quantity
(a) Cement
(b) Bitumen
(c) Steel
(d) All other Materials
Not applicable
Not applicable
Not applicable
Not applicable
Not applicable
TECHNICAL SPECIFICATION (ELEVATOR WORK)
This specification is intended to cover the complete installation of the Lift Plant in a first class workmanlike
manner and to include all work and material in accordance with the drawings as specified. The work shall be
carried out in accordance with the “C.P.W.D” General Specification for Electrical work (Part – III) Lift 1981,
along with I.S.I, National Electrical Code Indian Electricity Act & Rules which govern the requirements of the
Installation including amendments up to date of the following standards and regulations
i) IS: 14665(Part 2/Sec 1&2): 2000 Code of Practice for Installation, erection and
(Superseding IS: 1860: 1980) maintenance of electrical Passenger & Goods Lifts.
ii) IS: 14665: 2000 Outline Dimension of Passenger, Goods, service and
(Superseding IS: 3534: 1976) hospital lifts.
iii) IS: 4722 Rotating Electrical Machines.
iv) IS: 325 Three phases induction motors.
v) IS: 900 Installation and maintenance of Induction Motors.
vi) IS: 4029 Guide for testing of three- phase induction motors.
vii) IS: 8623 & 4237 Switch gear and control gears.
viii) IS: 4064 Air break switches.
ix) IS: 2200 & 9224 HRC cartridge fuses.
x) IS: 10118 Selection, installation and maintenance of switch gear
and control gear.
xi) IS: 2959 Contractors.
xii) IS: 1354 & 1554 Part-I, II PVC insulation cables.
xiii) IS: 10810 Test procedures for cables.
xiv) IS: 6875 Control switches & push buttons.
xv) IS: 3961 Current rating for cables.
xvi) IS: 732 Wiring installation.
xvii) IS: 6121 Cable glands.
xviii) IS: 9537 Rigid steel conduit.
xix) IS: 3043 Earthing.
xx) IS: 2365- 1977 Specification for steel wire suspension rotor for lifts,
elevators hoists.
xxi) IS: 1030- 1982 Specification for carbon steel castings for general
engineering purpose.
xxii) IS: 7759- 1975 Specification for Lift door locking.
Signature of tenderer with seal DGM (Engg.), HPL
Page 27
xxiii) USA standard Institute Safety code elevators, dumb waiters and moving
walks. (Code No A1.7.1)
xxiv) Material specification BIS or approved equal.
xxv) IS: 4202 Lift code and National Electric code for Lifts.
xxvi) IS: 4666-1980 Specification for Electric Passenger and good lifts.
xxvii) As per Bombay Lift act, 1939 amended up to date.
1.02 DRAWINGS
Before the commencement of work, the lift contractor on receipt of building drawings shall prepare and
submit all drawings, necessary shop drawings showing the general arrangement of the lift equipments.
1.03 PAINTING
All exposed metal work furnished under these specifications, except as otherwise specified shall be
properly spray painted over an anti-corrosive primer coat and another two coats after installation.
1.04 PERMITS AND INSPECTIONS
The contractor shall obtain all necessary local, provincial/or the National Govt. permit and shall make
arrangement for inspection and tests etc as required.
1.05 LICENCES
The Legitimate cost of any fee for obtaining the license for the operation and approval for lift and
Plants etc from the local authorities. Shall be reimbursed to the contractor.
1.06 POWER SUPPLY
The apparatus shall be suitable to operate on 415 volts. 3 Phase, 4 wire, 50 Hz alternating current with
a variation of + 10V and -20Volt and +/-3% in frequency respectively. The supply for illumination and
single-phase equipment shall be 230 Volts A.C.
1.07 TRAINING OF PERSONNEL/MAINTENANCE
After completion and handing over the lift by the contractor maintenance & service for the equipment
furnished under this specification shall be provided for a period of 12 months free of cost. This shall
include monthly regular examination of lift installation necessary adjustments, greasing, oiling,
cleaning and free replacement of defective parts with genuine spare parts to keep the lift in proper
operation during regular working hours by trained personnel. Lift supplier will train HPL/Delhi Police
lift operators and issue a certificate that the lift operator training is complete and are fully satisfied with
the operator’s performance.
Signature of tenderer with seal DGM (Engg.), HPL
page 28
1.08 TEST CERTIFICATES
The contractor shall supply free of cost all manufacturers’ certificates of test showing that the materials
have been tested in accordance with the requirements of the relevant standard specification and the
copy of the test certificate as well as standard.
1.09 Civil Works to be done by the Contractor:- In addition to the manufacture, supply, installation,
testing and commissioning of the lift including all auxiliary equipment, following works shall be
deemed to be included within the scope of the work to be done by the contractor.
A) All minor building work necessary for installation of equipment such as making of opening in
walls/ floors, either of RCC or brick masonry etc, and restoring them to original condition and finish.
The scope of minor building work includes all grouting of foundation concrete pads to be formed or
made as base for supporting R.S. joists etc., grouting and anchoring of all boards clamps, supports,
foundation bolts, installation in position of R.S. joists in the machine room, lift well or in the pit. Such
works shall exclude cutting of marble work and construction of partition wall wherever involved.
B) Supply of necessary R.S. joists or angle iron supports brackets etc. for installation of the lift, either
in the machine room or at other places as may be necessary including their installation in position.
All electrical works except bringing in main connection and earth connection to the machine room
terminated on suitable switch fuse unit/ board. All electrical works including inter-connection from
this switch / board and loop earthing from the earth bar to be provided in the machine room shall be
done by the successful contractor.
Responsibility to ensure safety of lift materials against pilferage and damage till the installation is
handed over to the consignee.
All scaffolding as may be necessary in the lift well during erection work and subsequently removed.
Temporary barricades with caution boards at each landing to prevent accident during execution of
work.
Supply and installation of landing fascia plates made of steel, car apron plates, sill support angles with
necessary clamps, foundation bolts supports etc., as are necessary in connection with the installation of
the lift.
Steel ladder to be provided for access to lift pit wherever required under regulations.
Coordination with other agencies
The successful contractor shall coordinator lift installation work with other contractor/ agencies
engaged in construction of building if any and exchange freely all technical information so as to make
the execution of works contract smooth.
Signature of tenderer with seal DGM (Engg.), HPL
page 29
All fittings, equipments, unit, assemblies and accessories, hardware, foundation bolts, terminal lugs for
electrical connections, cable glands, junction box and items which are useful and necessary for efficient
assembly in operation and installation shall be deemed to have been included in the scope of work.
The installation shall be complete in all details whether such details have been mentioned in the
specification or not.
Information to be supplied by contractor after award of work.
Within a period of 4 weeks from the date of receipt of letter of acceptance the contractor shall provide
the department his programme bar chart submission of preliminary drawing, manufacturing of
equipment, installation, testing, commissioning and hading over. This should be correlated with the
building completion programme. The contractor shall be required to submit in triplicate the following
drawings and information within the above 4 weeks period for approval of the department before
commencing the work :
a) All general arrangement drawing;
b) Details of foundations for equipments, load data location etc. of various assemble equipment as
may be needed generally by other agencies for purpose of their work. The data will include
breaking load on guides, reaction of buffers on lift pits, reaction on support points in machine
room, lift well etc.
c) Complete layout dimensions for every unit/ group of units with dimensions required for erection
purpose.
Any other drawing/ information not specifically mentioned above but deemed to be necessary
for the job by the contractor.
d) List of items to be carried out by the department in accordance with the tender accepted.
Commencement of work
As soon as the preliminary drawings are approved the contractor should commence work. The
contractor shall also send seven sets of final drawings to the department who shall return on copy.
2.0 SIZE AND CAPACITY Refer technical brief details in Annexure A
2.01 MACHINE LOCATION AND FOUNDATION
The lift machine shall be placed directly over the lift well. Structural beams with bearing plates and
hoocks provided by the lift contractor. The layout of equipment there, should be such as to allow free
movement of maintenance personnel inside.
2.02 OVERHEAD :- If the height of overhead is required any change i.e increase or decrease will be the
matain by supplier on their cost
Signature of tenderer with seal DGM (Engg.), HPL
page 30
3.0 GUIDES AND FASTENINGS
3.01 Guides for car and counter weight shall consist of machined steel sections erected in plumb and
securely fastened to the lift well frame by heavy steel brackets. The guide rails shall be of suitable
section with ends tongued and grooved, forming matched joint and shall be connected with steel
fishplates.
3.02 Guides shall be arranged to withstand the action of safety gear when stopping a counter weight of fully
loaded car. Guides shall be of such length that it shall not be possible for any of the car or counter
weight shoes to run off the guides.
3.03 Each elevator shall be equipped with roller guides for up and down travel. There shall not be any
metal-to-metal contact between car and rail. Roller shall be mounted on ball bearings to provide quite
operation and excellent ride quality.
VIBRATION, INSTALLATION
Vibration and installation arrangement shall be provided by the contractor to prevents transmission of
vibration to the building and structure sound reduction, preferably by utilization of anti-vibration pads
of proper density.
4.0 BUFFERS
Spring buffers for Geared elevators shall be installed as a means of stopping the car and counter weight
at the extreme limits of travel. Buffers in the pit shall be mounted on steel channels provided by the
elevator suppliers.
5.0 ROPES The elevators shall be provided with traction steel hoist ropes as per I.S. Code. 14665 – 2001. Suitable
size round strand steel wire ropes made from steel wire having tensile strength not less than 12.5
tonnes/Sqm and of good flexibility shall be used for lifts. The minimum factor of safety in rope
capacity is 10.
6.0 COUNTER BALANCE A suitable guided structural steel frame with appropriate filler weights shall be furnished to promote
smooth and economical operation in accordance with IS Code 14665 – 2001 and shall be designed to
balance the weight of empty lift car plus 50% (appox.) of the rated load.
8.0 CAR FRAME
The car frame, which supports the car platform and enclosure, shall be made of structural steel and
equipped with suitable guides and car safety device mounted underneath the car platform. The hoist
ropes shall include adjustable self-aligning hitches.
Signature of tenderer with seal DGM (Engg.), HPL
page 31
9.0 GEARLESS MACHINE
Machine: The machine shall be Traction type of suitable design and manufacture throughout and shall
include a motor, Electro mechanical brake, steel worm, bronze gear, steel sheave shaft and Ferro
molybdenum sheave all compactly mounted on a single base or bed plate. The worm shaft shall be
provided with ball bearings to take the end thrust and roller bearings shall be furnished for the sheaved
shaft to ensure alignment and long bearing life. The driving sheave shall be grooved to ensure
sufficient traction and to minimum rope wear. Adequate means of lubrication shall be provided for all
bearings and the work gear.
9.01 BRAKE
The Direct current brake shall be spring applied and electrically released and designed to provide
smooth stops under variable loads.
9.02 MOTOR
The alternation current class ‘F’ insulated motor shall be foot mounted totally enclosed fan cooled
reversible type particularly designed to start easily under full load with loop power consumption and
arranged for ample lubrication. The motor shall conform to I.S. 325 and shall be suitable for 415 volts
50Hz supply with specified system variation.
Motor Failure Protection
In case of excessive and normal temperature rise in the elevator is detected by Therymister’s embedded
in the motor winding. The motor shall force the (car) to land (Stop) at the nearest floor and the door
shall remain open. The elevator motor shall restart automatically as soon as it cools down.
9.0 CONTROL PANEL
Each lift shall be provided with one control panel. Control lift panel shall have TPN switch fuse unit of
adequate rating to receive owner’s 415 V, 3 phase 4 wiring AC power supply and if required 240 AC
single phase supply also.
10.01 Control panel shall be provided with ammeter, voltmeter and selector switches on incoming side.
10.02 For Thruster control system the panel shall be complete with Thyristors, Techno- generators,
transducers, with fuse, overload relay, single phasing preventor or, phase reversal protection relay,
timer auxiliary relay, push button, pilot lamp, control components etc.
10.03 Power contactors for AC circuits shall be triple pole electromagnetic AC-4 duty with minimum 2 No +
2 NC auxiliary contacts and for DC circuit these shall be of double pole electric type DC-3 duty with 2
No + 2 NC auxiliary contacts.
Signature of tenderer with seal DGM (Engg.), HPL
page 32
10.04 Electronic components of Thyristors contact system shall be free from false operation due to vibration
and mechanical shocks. All electrical contacts shall be of silver or other similar cadmium metallic
alloy, and shall be capable of with standing 10,000 operations.
10.05 Electronic card circuits shall be of modular design using electronic printed circuit boards to facilitate
easy replacement of faulty circuits with spare cards.
10.06 Electronic components and cards shall be compatible and suitable for conditioned environment for
satisfactory operation. All components shall be clearly and unambiguously marked for proper
identification to facilitate maintenance. The wire shall be color coded sloper and shall be provided with
latching facility for holding the PCB‘s in position.
10.07 Ready, accessible clearly marked test points shall be provided in all important modules and circuits.
10.08 The printed circuits boards shall be gloss epoxy and of Bakelite sheets.
10.09 Hear dissipation components shall not be mounted on PCB’s to avoid damage to PCB’s and loosening
of soldered connections due to heat.
10.10 REVERSE PHASE RELAY
A reverse phase relay shall be provided on the controller, which is designed to protect the lift
equipment against phase reversal, failure.
11.0 OPERATION CONTROL SYSTEMS
Technologically advanced microprocessor based system (thyristor control) shall leveling using feed
back data the control system shall include the following.
a) Auto Light Fan ON-OFF: In case car is not in use for a predetermined time, the light and fan inside the
car shall automatically be switched off. These shall only be switched ‘ON’ when someone calls the car
from any landing.
b) Fireman‘s Service: A toggle switch/push button with glass cover shall be provided at main lobby
(Ground Floor) which shall permit a fireman to break the glass cover and call the elevator to ground
floor by canceling all cars landing calls. (In case the car is Traveling up it should slow down and stop at
the next immediate landing without opening of the doors and shall reverse the travel direction to comes
to ground floor without stopping in between expressly. In case traveling down direction then expressly.
c) come to ground floor without stopping in between). The elevator should stop at ground floor “Doors
Open” for exclusive use of fireman without any interference from landing calls.
d) Detection of struck hall button: In case the hall button is jammed or kept pressed continuously for more
than predetermined time, than car shall proceed to attend the pending calls leaving that floor.
Signature of tenderer with seal DGM (Engg.), HPL
page 33
e) Home landing: Car shall automatically return back to the designated home landing after attending the
last pending call.
f) Overload indication & Overloaded Non-Start: Upon detection of overload in the car an illuminated
display “Over Load” shall automatically flash together with an electric buzzer. The car shall remain
stationary with doors open, till the overload is removed.
g) Load Non Stop: On detection of 100% of duty load. The car shall ignore the registered hall calls and
shall only attend the car calls until the inside car load reduces more than 80% of the duty load.
h) Anti-Nuisance: In case inside car load is less than 150 Kg and there are more than 4 car calls registered
then all the car calls get cancelled.
i) Door operating button in Car Operating Panel
When at landing the door can be opened by actuating the ‘D.O’ button and shall close automatically
after remain open for a pre-determined time.
j) Emergency Button
(i) The car shall stop immediately when the ‘Red’ button in car panel is pressed/ actuated by
application of brake in machine and shall remain at halt as long as the buttons is kept
pressed. The car shall proceed to answer the pending calls as soon as the pressure on button
is released.
(ii) The car shall have automatic emergency derive switch to rescue the trapped
persons/passengers inside the lift in case of power failure and bring the car to the nearest
landing or to the ground floor landing automatically.
k) Independent services:
A switch shall be provided in the car-operating panel which removes the car from group service and
only become operative by an attendant in response to car buttons only.
l)
With Attendant Services:
The regular car-operating panel which includes buttons switches etc for the collective automatic control
shall also included.
i) A two-position key operated switch marked “ATT” (Attendant), A Buzzer, up and down
direction light jewels and A non-stop button.
ii) When the key switch is in attendant position the directional lights and buzzer shall be operative
iii) and the “UP-DOWN” direction button in the car-operating panel is made at attendant
command.
iv) On attendant operation the car and hoist way doors shall open automatically at each stop but the
closing of the doors shall be subject to the “UP or DOWN” direction command.
Signature of tenderer with seal DGM (Engg.), HPL
page 34
A visual signal to the attendant: The “UP” or “DOWN” direction-jewel shall illuminate upon
registration of either car or landing calls to indicate the travel direction of the car. The attendant shall
operate the elevator normally in the direction indicated by the jewel light but if desired, opposite
direction travel by pressing of a car for a landing in that direction in the car operating panel for that
direction. The buzzer shall sound on the pressure of a landing button, if a hoist way door is open.
v) On pressing of direction button shall cause the doors to close and start the car in the direction
desired, provided a car landing call is registered for that direction. If pressure on the direction
button is released before the car starts the doors shall reopen. After the car has started, the
direction button shall be released and the car shall answer the car and landing button calls.
vi) Continuous pressure of the non-stop button shall cause the car to bye pass all landing calls and
respond only to registered car calls.
m) Car Safety and Governor
The Car safety is to be provided to stop the car whenever excessive descending speed is attained and
runs more than 10 seconds in the same directions. The safety shall be operated by a centrifugal speed
governor located at the top of the machine or hoist way and connected to the governor through a
continues steel rope. Suitable means shall be applied to cut off power from the motor and apply brake
to stop the elevator immediately after that the elevator shall restart automatically in normal speed.
n) Terminal and Final limits
Terminal limit Switches shall be provided to slow down and stop the car automatically at the terminal
landings, final limit switches shall be furnished to automatically cut off the power and apply brake so
that the elevator (Car) should not travel beyond the Terminal landings.
12.0 Automatic Rescuer Devices (ARD) a) The Automatic Rescue Devices (ARD) meant for the purpose of bringing the lift car to the nearest
landing doors, are being used selectively and is generally restricted to commercial buildings having
heavy traffic. However, frequent power failures being the common phenomenon, the provision of
ARD shall be made in all the lifts in public buildings. The ARD shall have the following
specifications:
b) ARD should move the elevator to the nearest landing in case of power failure during normal
operation of elevator.
c) ARD should monitor the normal power supply in the main controller and shall activities rescore
operation within 10 seconds of normal power supply failure. It should bring the elevator to the
nearest floor at a slower speed than the normal run. While proceeding to the nearest floor the
elevator will detect the zone and stop. After the elevator has stopped, it automatically opens the
doors and parks with door open. After the operation is completed by the ARD the elevator is
automatically switched over to normal operation as soon as normal power supply resumes.
Signature of tenderer with seal DGM (Engg.), HPL
Page 35
d) In case the normal supply resumes during ARD in operation the elevator 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 elevator is at landing, it will automatically be switched to normal power
operation.
e) All the lift safeties shall remain active during the ARD mode of operation.
f) The battery capacity should be adequate so as to operate the ARD at least seven times a day
provided the duration between usages is at least 30 minutes.
13.0 OPERATING DEVICES IN THE CAR (WITH/WITHOUT ATTENDANT)
a) Flush type attractively finished stainless steel panel shall consist a series of luminous push buttons
numbered to corresponding landings served, an emergency stop switch and an emergency call button
connected to bell which serves as an emergency signal shall be furnished.
b) “Up” and “Down” luminous push button at each intermediate Hoist way landing and a signal button at
each terminal landing shall be provided.
c) OPERATION: The car shall not start unless the car and hoist way doors are in closed position. If the
car is idle and one or more car landing buttons above the landing at which the car is standing are
pressed, the car shall start in that “Up” trip for which a car-landing button is pressed sufficiently in
advance of the car’s arrival at such landings to permit these stops to be made. After each stop the car
shall proceed in the “Up” direction until it reaches the highest landing for which a car or landing call is
registered. The car should not stop on the “Up” trip at any landing in response to a “Down” landing call
unless this call is the highest one registered.
Similarly if the Car is idle and one or more car or landing buttons below the landing at which the car is
standing are pressed the car shall start in the “down” direction proceed to the lowest landing for which
any button is pressed and stop at each intermediate landing for which a car button or “down” landing
button is pressed.
When the car is idle and a button for landing above the car and a button for a landing below the car are
pressed the car shall start towards the landing corresponding to the button first pressed. The call
registered for the landing in the opposite direction from the car shall be answered after the car has
responded to the farthest call in the direction established by the button first pressed.
A time relay shall hold the car for an adjustable internal of a few seconds at the landings at which stops
are made to enable passengers to enter or leave the car.
FOUNDATIONS
The Machine shall be placed directly above the hoist way upon machine room slab or RSJ section
furnished in place by owner.
Signature of tenderer with seal DGM (Engg.), HPL
page 36
14.0 Selective Collective Automatic Operation
For selective collective automatic operation shall be with one buttons in the car for each landing level
served, and up and down buttons at the intermediate landing and single button at each terminal landing.
All stops registered by momentary pressing of car buttons shall be made in order in which the landings
are reached after the buttons are pressed irrespective of the sequence in which the calls were registered
Momentary pressing of the landing button will register the stops in the order in which the landings are
reached in each direction of travel. All up landing calls shall be answered when the car is traveling in
the “ UP “ direction, all Down landing calls shall be answered when the car is traveling in the “ Down “
direction most or LOWER most calls which shall be answered as soon as it reaches.
15.0 Electric Door Operator for Car Door and Hoist way Doors:
Electric operated mechanism shall be provided for opening and closing of the car and hoist way door(s)
in the manner as detailed below.
When the car has stopped at a landing, the door shall be opened by the electric operator after the
closing of hoist way door, the pressing of either a car button or landing button at other landing shall
cause the door closed. An electric contact shall be provided to prevent the operation of the elevator
unless the door is in closed position.
16.0 Door Hangers & Tracks for Hoist way Door The lift suppliers shall furnish and install for the car and each landing sliding door, sheave type two
point suspension hangers complete with tracks. Sheaves and roller shall be of steel and shall include
shielded ball bearing to retain grease lubrication adjustable ball bearing rollers shall be provided to take
the upward thrust of the doors. Tracks shall be of suitable steel section with smooth to transit motion
from door panel to the other.
17.0 Automatic Terminal Stop
The lift shall be equipped with an automatic stopping device, arranged to bring the car to a stop at the
terminal landings independent of the regular operating device in the car. Final limits switches shall be
provided in the hoist way operated by the car and arranged to stop the car and to prevent normal
operation, should travel beyond the zone of the normal stopping device.
17.0 Stopping Switch in pit
A stop Switch shall be provided in the pit of each lift.
18.0 Alarm Bell An emergency alarm bell should be provided on main floor landing out side and adjacent to the hoist
way and plainly marked push button in the car operating panel including their wiring etc.
19.0 Face Plate. All faceplate for operating the signal fixture shall be provided in stainless steel except fireman switch,
which shall be covered with glass.
Signature of tenderer with seal DGM (Engg.), HPL
page 37
20.0 Battery Operated Emergency Alarm Lift shall be equipped solid state siren type alarm unit suitable to operate on existing emergency power
supply for lift car with power pack consisting of rechargeable with secondary battery solid state
charging unit with its wiring. The unit shall give waning and winning siren when alarm button in the
car is pressed. The unit faceplate shall match with other car fixture.
21.0 Emergency power supply for lift car.
The source of emergency power supply shall be suitable DCV from secondary battery with trickle /
boost charge arrangement and inverter power pack with necessary contractors from supplying light
fixtures in the lift car the same battery also feed the alarm bell and communication equipment.
22.0 Inter Phone System
There shall be provided one number inter phone reception master 1 No. machine master 1 No and
extension unit mounted in each car above car operating panel, for each group of two elevators, person
in the car can communicate with the master or vice versa. The unit shall operate on A.C. power supply
in case of mains supply failure a switch shall ensure that the 12 volts battery supplies power to the inter
phone system.
23.0 Electronic Door Detector ON the each side of the lift entrance panel’s in framed full length infra red detection unit shall be
mounted in such a way to continuously monitor the light beam. When any beam is disturbed on
electronic circuit shall be interrupted and the door operating mechanism shall return the door to open
position when the entrance is clear the lift door shall close automatically. Reversed of the doors may
also accomplish by pressing the “Door open Button” in the car operating panel.
24.0 Emergency Key:
Emergency Key or equivalent device shall be provided by the elevator supplier, on required.
25.0 Counter Weight: The counter weight shall consist of cast iron weight contained in structural steel frame and shall be
equal to the total weight of elevator car plus approximately 50% of the counter load.
26.0 Counter Weight Guard: For counter weight metal guard of required length at the bottom of hoist way shall be provided to each
elevator.
27.0 Car Door: The car entrance shall be provided with a center opening/ Side opening flush type horizontal sliding
steel door in painted finish/Stainless steel door in plain or as described in brief technical data sheets.
28.0 Digital Car position Indicator: A Digital car position indicator shall be provided in each car with illuminating numerals which shall
show the landing at which the car is stopped or passing. Illuminating direction arrows shall indicate
direction of travel.
Signature of tenderer with seal DGM (Engg.), HPL page 38
29.0 Illuminating Landing Buttons:
The landing call fixture furnished shall contain illuminating push buttons OR Touch sensitive buttons
“UP” and “DOWN” buttons at intermediate floor landings and signal “UP” and “DOWN” buttons at
the terminal landings. Each button shall consist of an opaque center including an integrally cast
direction arrow and mounted in a translucent plastic jewel momentary pressure on any button shall
regular a hall call and cause the surrounding button pressed to illuminate the registration of call and
desired direction of travel. The jewel shall remain illuminating till the call is answered.
30.0 Digital Hall Position Indicator
A digital position indicator shall be provided on all landings indicating the position of the car in the
hoist way at all times illuminating direction arrows shall indicate the direction of travel.
31.0 Top of Car Inspection Operation:
A top of car operating fixture shall be provided on each car, containing continuous pressure buttons for
operating the car in both directions and a toggle switch for making the buttons on top of the car
operative. This toggle switch when switched to inspection operation shall modify the operation of that
car to disconnect it from the Group operation, to eliminate all normal operating devices, automatic
leveling and power door operation and the car shall run at a speed of not more than 0.70 m.p.s.
32.0 Erection The lift contractor shall commence the erection of the lift equipment immediately after receipt of the
complete equipment from makers and complete the work to the satisfaction of the Engineer concerned
within the stipulated time. The lift installation shall be handed over Delhi Police in perfect working
order on completion of the work.
33.0 Electric wiring Complete necessary insulated wiring to connect all parts of the equipment shall be furnished and
installed. Insulated wiring shall have a flame retarding and moisture resisting outer cover and shall be
run in metal conduits.
Trailing cables between car and lift well shall be tough rubber sheathed multi-core type designed for
lift service and shall have flame retarding and moisture resisting outer cover. They shall be flexible and
shall be suitably suspended to relieve strains in the individual conductors. Independent light flexible
wires will not be accepted.
All conductors shall be of suitable gauge copper conductor to obviate excess voltage drop. All
insulated conductor and conduit or tubing as well as fittings, including metal shall conform to the latest
relevant I.S. Specifications and /or B.S. Specifications.
34.0 Car Entrance Openings: In all lifts the counter weights shall be directly opposite to the car entrance OR On the side wall as
applicable and shall be fixed on to machined ‘T’ section. All car and landing entrance shall be as wide
as possible.
Signature of tenderer with seal DGM (Engg.), HPL
page 39
35.0 Drawings and Data’s
The Contractor shall furnish technical particulars of the equipment, devices, type, make and catalogue
number for approval of Engineer-in-Charge before execution of work.
a) Motor sizing calculation
b) Brake selection calculation
c) Single line/Schematic diagram of electronic control panel
d) Layout of lift machine room showing electric control panel, elevator & equipment etc.
e) Rope size calculation
f) Cable size calculation along with cable and equipment layout.
g) Earthing layout
h) Inspection manuals for equipment and accessories covered in the scope of supply
i) Technical literature of operation, control and maintenance etc.
36.0 DOCUMENTATION FOR (O&M)
The supplier of elevator shall supply six sets of system documents and drawings well bound in hard
bindings with the name of project on the top. Documents shall be in English. Document should consist of:
- General description of system.
- Technical specification.
- Computerized catalogue number for each part & its detail.
- Lift of each part
- Working temperatures and environment
- Maintenance & operation handbook.
- Comprehensive list of recommended spare parts with specification for which
inventory to be kept.
- General & specific instructions to users.
37.0 TRAINING
On successful completion of handing over commissioned elevator 2 operators shall be trained for Ist hand
emergency operations and day to day maintenance cleaning, check –up required to be carried out over & above
the routine maintenance carried out by elevator supplier. This training shall be free of charge.
38.0 TESTS AND ELECTRICITY
The following tests shall be carried out to the satisfaction of the Engineer-in-Charge.
a) Power supply shall be arranged by the supplier for testing and commissioning his own cost.
b) Insulation and earth test for all electrical apparatus.
Signature of tenderer with seal DGM (Engg.), HPL page 40
c) Continuous operation of the lift under full load conditions for one hour at the end of which time
the temperature of the motor and the operating coils will be tested. This shall be as per ISI
Specifications.
The car is to be loaded until the weight on the rope is twice the combined weight of the car and
the specified load. This load must be carried on for about 30 minutes without any sign of
weakness, temporary set or permanent elongation of the suspension ropes strands.
Signature of tenderer with seal DGM (Engg.), HPL
page 41
Annexure-A
TECHNICAL DATA 8 PASSENGER LIFTS FOR DELHI POLICE Sec-22, ROHINI,DELHI
1. No &Type 2 Nos .15 Passengers
2. Load & Speed 1020Kgs with 1.0m/sec
3. Travel B+G+3 ( 18.00 Mtr. approx)
4. Stops and openings 5 Stops, 5 openings (All one same side)
5. Power supply 415 volts, 3 phase, 50 cycles/sec AC supply with Plus-Minus 5% voltage
variation
6. Control / Drive LSVF controller with site programmability and advance variable and
frequency (ACVVVF) system motor drive and micro leveling.
7. Operation Automatic duplex with full selective collective with/ without attendant
including powerful micro process for the efficient controls of all
elevators functions.
8. Machine Machine Room Less(MRL)
9. Car Size (Inside) 1700mm x 1500mm or higher clear dimension
10. Hoist way available 2600mm x 1900 mm inside well dimensions
a) Overhead 4300mm
b) Pit 1600mm
11. Car & Hoist way
Entrance both Center openings/ Side opening, stainless steel auto door in vended finish having
full curtain infrared door safety, sliding door
12. Clear entrance 900mm wide x 2000mm high.
13. Door operation Automatic/ electrically operated with full length Infrared door and safety.
Detector
14. Car Enclosure Steel car in stainless steel ie car panel, Fascia,
Return,panels, ceiling, false , ceiling illumination by down light fixtures,
steel round hand rails on rear and side panels, ventilation by cross flow fan
/ blower, floors in vinyl Tiles/ Granite.
Signature of tenderer with seal DGM (Engg.), HPL
page 42
15. 1. Combined luminous, hall buttons with digital hall position indication
at all floors
2. Digital car position indicator in Car.
3. Car operating panel with luminous hall buttons indicator/ Touch sensitive panel
(1 No panel on either side of door in car)
4. Fireman’s switch for each car/elevator
5. Battery operated bell and emergency light backed by rechargeable dry battery and
battery charger (Placed in machine room)
6. Interphone system with one master unit linked with security/reception and one
master unit in machine room and one slave unit in the car.
7. Overload warning indicator in Car.
8. All fixtures in stainless steel face plates.
9. Provision of an emergency drive unit automatically bringing the lift to next
landing incase of power failure.
10. Hall lanterns on all floors including basement floor.
11. Car starting point is on Ground Floor.
16. Safeties As per I.S. Standard
17. Lowering and Hoisting Suitable brake release device for lowering and hoisting the car from
machine room.
18. Car Guides Machined ‘ T ‘ shaped with tongued and grooved joints.
19. Types of Buffers Spring buffers/or as per manufacturer design.
20. Brake Electro Mechanical (D.C with rectifier)
21 Specification IS 4666 for electric Passenger lifts and shall further
comply to IS 1860, IS 3534, IS 63831, IS 732 Bombay lift rules 1958 as
amended upto 1989 Act extended to Delhi province and Delhi lift Act
1942 amended upto date and NBC Code and CPWD specifications for
lifts.
22. Guides Sliding shoes on guides for noiseless operation of lift.
Signature of tenderer with seal DGM (Engg.), HPL page 43
23 Guarantee and Free
Maintenance 12 months from the date of handing over of lifts to Delhi Police
24 Minor builders, work steel
Plate fascias, sill angle, sill
Plate and other steel items
Such as machines beams,
Hatch beams bearing plate
In machine room and buffer
Support channels, ladder in
Pit scaffolding inside the hoist way.
Cost shall be included by the Lift Supplier.
25 Sanction and approvals The supplier shall obtain all the clearances from local/central authorities
for the operation of Lifts HPL/Delhi police shall reimburse the
legitimated fees, if any on submission of receipt of the same.
26 Tests The supplier shall test the lift in the presence of lift inspector as well as
of Department Engineers
27 Costs The supplier shall include the following:
a) Auto phase reversal and controller device.
.
Signature of tenderer with seal DGM (Engg.), HPL
page 44
LIST OF APPROVED MAKE OF LIFT MANUFACTURER
i) OTIS ELEVATOR
ii) KONE ELEVATOR
iii) SCHINDLER
iv) OLYMPUS ELEVATOR
v) ESCON
vi) MITSUBISHI
vii) ARROW
Signature of tenderer with seal DGM (Engg.), HPL
page 45
NAME OFWORK :- Supplying and Installation of Lifts at Police Station
Spl. Cell, Sec.22, Rohini, Delhi.
NIT NO: -HPL/ DGM(Engg.)/DP/ RH-22/ NIT /12-13/01 Dated :06.04.2012
ESTIMATED COST:- RS. 50.50 LACS
FINANCIAL BID
ISSUED TO : _________________________________________________________
_________________________________________________________
__________________________________________________________
HINDUSTAN PREFAB LIMITED (A GOVT. OF INDIA ENTERPRISE)
JANGPURA, NEW DELHI-110014
Phone No. : 011- 43149800-99
Fax : 011-26340365 WEBSITE : www.hindprefab.org
INDEX
S. NO
DESCRIPTION
Page No.
1.
Bill of Quantities 1
HINDUSTAN PREFAB LIMITED
A Govt. of India Enterprise
Jangpura, New Delhi-110014
NAME OF WORK: - Supplying and Installation of Lifts at Police Station Spl. Cell,
Sec-22 Rohini, Delhi
SCHEDULE OF QUANTITIES
Page 1
Signature of tenderer with seal DGM (Engg.), HPL
S.No Description of Items Qty Unit Rate Amount
1 Supplying, Installation, Testing
& commissioning of 15
passenger (1020Kgs) lift having
contract speed of 1.0 MPS
serving different floors in lift
shaft as per detailed specification
enclosed in Annexure ‘A’ and as
under.
Location of lifts => Police
Station Spl. Cell, Sec-22 Rohini,
Delhi
Speed:- 1.0 MPS
Floor :-B+G+3
Travel:-18 M (approx.)
Fitted with automatic rescue
devices in case of supply failure,
complete safe operation in all
respect and equipped with all
safety & emergency devices.
02
Sets
2 Supply & installation of SERVO
Voltage Stabilizer of range 340
V – 480 V, 3phase,50HZ and
capacity as required for above
lifts i/c all connecting materials
etc. as required. (Make : Shilpa,
Peyush, Servel, Logicstate,
Kapri, Intellitech).
02
Sets
Total =