The RFP Database
New business relationships start here

Annual Maintenance Contract (AMC) for Otis Elevators



Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Elevator Annual Maintenance Contract (Comprehensive)
Description:
I.    The purpose of this fixed price lump sum contract is to avail the services to carry out repair and regular annual maintenance of three lifts of Otis gen II make at US Consulate, Mumbai. The office building has two elevators of load carrying capacity of 1588kg and 1894 kg respectively, vertical run only three floors with one elevator having door opening provision at both ends at third floor level. The third elevator is installed at consul general‘s residence. The CGR elevator has a vertical run of one floor and load carrying capacity of 630kg

II.    Equipment Inventory:
1.    NOB:
C-49 ,G-Block Bandra Kurla Complex, Bandra (E) Mumbai-51


"Passenger Elevator 1"
Name:            "PE 1"
Date of Install:        "11/2011"            
Manufacturer:        "Otis Gen-2"
Capacity:        "1894 kg"
Speed:            "1 m/s"
Drive Type:        "Overhead traction"
Date of Last
Inspection:        "11/26/2014"
Known Issues:        "None"


"Passenger Elevator 2"
Name:            "PE 2"
Date of Install:        "11/2011"            
Manufacturer:        "Otis Gen-2"
Capacity:        "1588 kg"
Speed:            "1 m/s"
Drive Type:        "Overhead traction"
Date of Last
Inspection:        "11/26/2014"
Known Issues:        "None"


2.    "Consul General Residence:"


C-49 ,G-Block Bandra Kurla Complex, Bandra (E) Mumbai-51



"Passenger Elevator 1"
Name:            "CGR"
Date of Install:        "11/2011"            
Manufacturer:        "Dover"
Capacity:        "680 kg"
Speed:            "1 m/s"
Drive Type:        "Otis Gen-2"
Date of Last
Inspection:        "11/126/2014"
Known Issues:        "None"


Scope of Work:
This is a comprehensive maintenance contract including preventative maintenance, repairs and replacement of defective parts as per the following.
1.    Contractor shall carry out full maintenance means that all parts, materials, supplies and labor are included with the exception of repairs made due to acts of force majeure and misuse.
2.     Contractor shall provide 24 hour call back service with clearly defined performance requirements. Entrapments or accidents involving the elevator are automatically an emergency call back and should have a 1 hour maximum response time. Other call backs should carry a maximum recommended response time of 24 hours.
3.    Contract shall provide labor rates for work that is billable. This includes work not covered by the terms (i.e. vandalism repairs) and overtime rates for after hour call backs. This should include rates for a mechanic/technician and an apprentice/helper.
4.     A term that follows the 1+4 option year(s) model can be considered by USG if contractor provides a satisfactory service during the maintenance period. Contractor must note that this condition is not a binding on USG. The contract will not be renewed automatically annually.
5.    Payment shall be made for services rendered i.e. No advance payment shall be made by USG to contractor.
6.     Contractor shall provide a list of the technicians who will visit Post to service the equipment, the exact day each month they will come, the minimum duration of time they will spend and a list of tools they will bring with them.
7.    An equipment specific maintenance check list that will be filled out during each visit and shall be handed over to Facility Manager.
8.    Provisions for testing. The contractor should provide Post with point of contact information for a Qualified Elevator Inspector (QEI) who will witness testing of the equipment. The third party inspector cannot work for the contractor, However it is the responsibility of the contractor to coordinate and follow up with the third party testing agency to carry out the testing. The cost of inspection by third party will be paid by USG. The testing requirements are: Annual "No-Load" Safety Tests and Five Year "Full Load" Safety Tests. The contractor should be able to provide all necessary labor, testing equipment and test weights.
9.     Cost to include the replacement of components such as hoist ropes/belts and other suspension means.
10.    Contractor shall supply and replacement of batteries for the emergency lighting.
11.    Maintaining the in car emergency communication device in working order. Exclusive to this, Post will maintain an active phone line to the connection point.


Sankaranarayanan Raghunath, Phone 917506712354, Email sankaranarayananr@state.gov - Aamer Khan, Contracting Officer, Phone 912226724000, Email KhanAA3@state.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP