AC Tender Book
description
Transcript of AC Tender Book
Tender Specification
for Supply, Erection, Testing and
Commissioning of HV Air-Conditioning system
with Scroll Chillers for (48x3)TR (approx.)
along with associated works for
MCA Building at Sector-1, Bidanasi, Cuttack.
Tender Call Notice No. : 185 Dtd.29.01.2010
Estimated Cost : Rs.93.32 Lakh
Time of Completion : Ninety Days
Cost of Tender Paper : Rs.10,000.00 + VAT
EMD : 1 % of the Quoted Value
Date of Sale : Dtd.02.02.10 to 10.02.10
Date of Downloading : Dtd.02.02.10 to 10.02.10
Date of Receipt : Dtd.16.02.10 upto15.00 Hrs.
Date of Opening : Dtd.17.02.10 at 16.00 Hrs.
M.R. No. & Date :
Issued to : M/s.
ISO 9001 & 14001 CORPORATION
Sir,
1. After careful examination of the above specification together with the general conditions
referred therein, we hereby offer to supply, erect, test and commission the materials
covered thereon complete in all respects as per specification and general conditions at
the rate quoted in attached schedule of prices of the tender.
2. Our offer shall be valid up to 180 days from the date of opening of Price Bid of the
Tender.
3. We hereby undertake to have the materials delivered / work executed within the time
specified in the tender and to adhere to the quantity to be supplied at destinations to be
prescribed by the owner.
4. We hereby guarantee the technical particulars given in the tender, supported with
necessary test reports from concerned authorities.
5. We certify to have purchased a copy of the tender papers by remitting Rs._________
(Rupees _______________________________________) only by cash and this has
been acknowledged by you in your Money Receipt No dated .
6. We agree to furnish the security deposit in the manner to be decided by your
competent authority.
We remain.
Yours faithfully,
(Signature)
(With seal)
Note : This form should be duly filled in by the Tenderer and returned to the Divisional Head
(Electrical), IDCO, Bhubaneswar - 751022 along with the Tender.
ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (IDCO)
IDCO TOWER JANPATH, BHUBANESWAR- 751022
(IDCO/QP/ELECT/F-05) TENDER CALL NOTICE
No. BBSR / ELECT / E - 1550 / 09 - 10 / 185 Dated. 29.01.2010
1. The Divisional Head, Electrical Division, IDCO, Bhubaneswar invites Sealed Tenders from HV Air-
conditioning Manufacturers / Experienced HV A.C. Contractors for Supply, Erection, Testing and Commissioning of HV Air-Conditioning system with Scroll Chillers of (48x3)TR (approx.) along with associated works for MCA Building at Plot No. 9 (P), Markat Nagar, Sector - 1, Bidanasi, Cuttack as per brief details indicated in the table below. The Tender
Documents will be issued to the firms on production of following satisfactory documents only.
Documents as Original Manufacturer or as experienced AC Contractors having executed similar
nature of works in a single order value not less than Rs.70.00 Lakh within last Three Years.
Copy of valid VAT Registration and Clearance Certificate.
Copy of valid PAN.
Copy of EPF Registration Certificate.
Documents in support of having Service Facilities at Cuttack and Bhubaneswar.
2. Bids must be accompanied by Earnest Money in the shape of Demand Draft from any
Nationalised Bank for an amount as mentioned in the table payable at Bhubaneswar and drawn
in favour of “Orissa Industrial Infrastructure Development Corporation”. Bids without required
amount of Earnest Money will not be taken in to consideration.
3. The Tender Document can also be downloaded within 02.02.10 to 10.02.10 from our Website at
www.idco.in, in that case the cost of the Bid Document shall be submitted along with the Tender
in the form of Demand Draft drawn in favour of “Orissa Industrial Infrastructure Development Corporation” payable at Bhubaneswar. The offer shall be considered only if the authority is
satisfied about the fulfillment of eligibility criteria by the firm. IDCO shall not be responsible for any
delay / difficulty / inaccessibility of the Downloading facility, incase of any discrepancy between
the Tender Document Downloaded and the Master Copy available in the office, the master copy
will prevail, No claim on this account will be entertained.
4. The sealed bids must be delivered to Divisional Head (Electrical), IDCO, IDCO Towers, Janpath,
Bhubaneswar - 751022, Orissa office on or before 15.00 Hrs. on 16.02.10 either by Regd. Post /
Speed Post. The Bids will be opened on 17.02.10 at 16.00 Hrs. in presence of the bidders or their
authorized representatives, who wishes to attend. If the office happens to be eventually closed on
the date of submission of the bids, the bids will be received / opened on the next working day of
opening of the office at the same time and venue. However, the undersigned will not be held
responsible for any postal delay. Other details can be seen in the Bidding Documents.
5. The authority reserves the right to accept or reject any or all the bids or parts without
assigning any reason there of.
6. In case of any clarification visit of site the bidders can contact Sri M.Amiya, Joint Manager
(Electrical), IDCO, Bhubaneswar at Tel. No. (0674) 25411819 - Extn. 456 during office hours.
TABLE
Sl. No
Name of the Work Approx Value
of Work
Bid Security (in Rs.)
Cost of Bid
Document (in Rs.)
Stipulated Period of
Completion
1.
Supply, Erection, Testing and
Commissioning of HV Air-
Conditioning system with Scroll
Chillers for (48x3)TR (approx.) along
with associated works for MCA
Building at Plot No. 9 (P), Markat
Nagar, Sector-1, Bidanasi, Cuttack.
93.32
Lakh
1 % of
the
Quoted
Value
10,000.00
+ VAT
Ninety
Days
Sd/-
Divisional Head (Electrical) Memo No. 186 / Dtd.29.01.2010
Copy submitted to Chief General Manager (Civil), IDCO, Bhubaneswar for kind information.
Sd/- Divisional Head (Electrical)
Memo No. 187 / Dtd.29.01.2010
Copy to DGM (MIS), IDCO, Bhubaneswar for information and necessary action. The copy of Tender
Notice and Bid Document contained in the Soft Copy enclosed may be included in our Website.
Sd/- Divisional Head (Electrical)
Memo No. 188 / Dtd.29.01.2010 Copy to Manager (PR) for favour of kind information and necessary action as due. The enclosed
short form of the Tender Notice may be published in News Papers as per norms. Tender Notice may
be published on or before 02.02.2010. Sd/-
Divisional Head (Electrical)
Memo No. 189 / Dtd.29.01.2010
Copy to IDCO Notice Board for wide circulation.
Sd/-. Divisional Head (Electrical)
Memo No. 190 / Dtd.29.01.2010
Copy to Divisional Head, Cuttack Division, IDCO, Cuttack for information.
Sd/- Divisional Head (Electrical)
COMMERCIAL TERMS & CONDITIONS
The Bidder shall tabulate the commercial terms and conditions of the tender in the following.
Additional sheets may be attached, if required.
1.0 Bidder’s Complete Company Name :
2.0 Bidder’s Proposal Number :
3.0 Bidder’s Proposal Date :
4.0 Name and Designation of the Officer of the Bidder
to whom all references shall be made for
expeditious technical co-ordination
:
5.0 Bidder’s Proposal Validity
a) Is the Bidder’s Proposal validity as per Owner’s
Specification acceptable?
: (Yes / No)
b) If not, specify the terms of Validity of Bidder’s
Proposal (in months) from the Date of Opening of
Price Bid
:
6.0 Delivery and Completion
a) Is the term of Delivery / Completion Period as per
Owner’s Specification Acceptable?
: (Yes / No)
b) If not, specify the Terms of Delivery / Completion
Period (in months) from the date of issue of Letter
of Intent
:
i) Supply of Material (Delivery) :
ii) Installation, Testing and Commissioning of
works complete in all respect. (Completion)
:
c) Whether the Delivery / Completion Period is
Guaranteed under Penalty / Liquidated Damage
as per GCC?
: (Yes / No)
7.0 Terms of Payment
a) Are Terms of Payment as per Owner’s
Specification Acceptable?
: (Yes / No)
b) If not, specify the Terms of Payment :
8.0 Whether EMD Deposited? : (Yes / No)
If so, give reference. :
If not, give reasons. :
9.0 Whether Registered with D.G.S. & D / E.P.M. /
Any other such Organisation?
: (Yes / No)
If so, Give Details? (Enclose Photostat Copy of
the reference letter)
:
10.0 Whether Photocopy of following currently valid
documents furnished?
(a) Orissa Sales Tax Registration Certificate : (Yes / No)
(b) Orissa Sales Tax Clearance Certificate : (Yes / No)
(c) Income Tax Clearance Certificate : (Yes / No)
(d) Provident Fund Registration Certificate : (Yes / No)
11.0 Conformance
a) Whether the materials offered are strictly in
accordance with owner’s specification?
: (Yes / No)
b) If not, have deviation sheets been duly filled up? : (Yes / No)
12.0 Is the Performance Guarantee Period specified in
GCC accepted?
: (Yes / No)
If not, specify the Performance Guarantee Period
(in months)
a) From the date of Commissioning at Site :
b) From the date of Despatch :
13.0. Whether after Sales Service facilities are
available at Cuttack / Bhubaneswar
: (Yes / No)
a) If Yes, give Address and Details
b) If No, location Nearest Service Centre
14.0. Whether Tenderer is a Manufacturer of Approved
make of Materials?
: (Yes / No)
GUIDELINES ON BANK GUARANTEE
The following points are required to be noted by the party while submitting any Bank
Guarantee.
1. Non-judicial stamp papers on which Bank Guarantee is typed must be purchased in the name
of the issuing Bank.
2. The Bank Guarantee must be executed on non-judicial stamp paper of the value applicable in
the State, where the Bank Guarantee has been executed.
3. The Bank Guarantee must be furnished in the given proforma by any Nationalised Bank and
made operable at Bhubaneswar only.
4. The Bank Guarantee must be executed within six months from the date of purchase of non-
judicial stamp papers.
5. The Bank Guarantee should never be typed on both sides of the non-judicial stamp papers.
6. The Bank Officer executing the Bank Guarantee must furnish the number and date of power
of Attorney / Delegation of Authority by which, he has been authorised to issue the Bank
Guarantee.
7. The person executing the Bank Guarantee must write his full name and designation.
8. The person, executing the Bank Guarantee, must sign in all pages of Bank Guarantee.
9. All cuttings / additions / over writings in inks must be authenticated by the person executing
the Bank Guarantee by his signature and seal of the Bank.
10. Execution of Bank Guarantee must be witnessed by two persons.
11. Witnesses must mention their full name and address.
12. Three months time must be given to file claim or suit from the date of expiry of the Bank
Guarantee.
13. The Act, under which issuing Bank is constituted, should be correctly given.
14. If EMD is deposited in shape of Bank Guarantee, it should be valid, operative and
irrecoverable till 60 (sixty days) after the validity of offer.
15. All dates should be carefully and correctly put in the Bank Guarantee.
SECTION - 1 (Formats & Deviations)
FORMAT FOR BANK GUARANTEE AS EMD
Dated
Bank Guarantee No.
Ref. No.
To
M/s. Orissa Industrial Infrastructure Development Corporation,
IDCO, IDCO Towers, Janpath,
Bhubaneswar - 751022,
Dist. Khurda (Orissa)
Dear Sirs,
In consideration of Orissa Industrial Infrastructure Development Corporation, having its
Registered Office at IDCO Towers, Janpath, Bhubaneswar (hereinafter called the ‘Owner’
which expression shall unless repugnant to the subject or context include its successors and
assigns) having issued Notice Inviting Tender for “Supply, Erection, Testing and Commissioning of HV Air-Conditioning system with Scroll Chillers for (48x3)TR (approx.) along with associated works for MCA Building at Plot No. 9 (P), Markat Nagar, Sector-1, Bidanasi, Cuttack” and M/s. having its
Registered Head Office at (hereinafter called the ‘Tenderer’) who
wished to participate in the said tender for “Supply, Erection, Testing and Commissioning of HV Air-Conditioning system with Scroll Chillers for (48x3)TR (approx.) along with associated works for MCA Building at Plot No. 9 (P), Markat Nagar, Sector-1, Bidanasi, Cuttack” and the owner, as a special favour, have agreed to accept an irrevocable and
unconditional Bank Bid Guarantee executed by any Nationalised Bank operable at its
Bhubaneswar Branch only for an amount of Rs. valid up to
on behalf of the tenderer in lieu of Cash Deposit required to be made by the
Tenderer, as a condition precedent for participation in the said tender.
We the (Bank & Address) incorporated under law and having our
Registered Head Office at and one of our branches at
(Bhubaneswar Branch Address) do hereby unconditionally and irrevocably guarantee and
undertake to pay to the ‘Owner’ immediately on demand at our Bhubaneswar Branch without
any demur reservation, protest, contest and recourse to the extent of the said sum of
Rs. (Rupees ) only.
Any such claim/ demand made by the said ‘Owner’ on us shall be conclusive and binding on
us irrespective of any dispute or differences raised by the tenderer. This guarantee shall be
irrevocable and shall remain valid up to . If any further extension of this guarantee is
required, the same shall be extended to such required period on receiving instruction from
the Tenderer on whose behalf this guarantee is issued.
We, the said Bank, lastly undertake not to revoke this guarantee during its currency
except with the previous consent of the Owner in writing and agree that any change in the
constitution of the said tenderer or the said Bank shall not discharge our liability here under.
I witness where of, the Bank, through its authorised offices has set its hand and
stamp on this day of 2010 at .
Witness :
Signature (Signature)
Name : Name :
Designation with Bank Stamp.
Official Address :
Attorney as per power of
Attorney No.
Date.
Note : The stamp papers of Rupees forty only shall be purchased in the name of “Bid
Guarantee issuing Bank”.
DEVIATION SHEET: PART - A
If the proposal has got any deviation from the Technical Specification, the Bidder shall
tabulate these deviations clause by clause in this Schedule. Additional sheets may be
attached, if required.
Clause No. Deviations
DEVIATION SHEET : PART - B
If the proposal has got any deviation from the tendering conditions and the General
Conditions of Contract, the Bidder shall tabulate these deviations clause by clause in this
Schedule. Additional sheets may be attached, if required.
Clause No. Deviations
DEVIATION SHEET (IN PRICE): PART - C
Against each and every deviation from the Technical Specification as enumerated in
Deviation Sheet: Part - A, the amount by which the Bid Price will thereby be increased or decreased
shall be intimated clause by clause in this Schedule. In case the amount is not mentioned in the
Schedule against any of the deviations mentioned in Deviation Sheet: Part - A, it will be taken for
granted that the same does not involve any change in the Bid Price. Additional sheets may be
attached, if required.
Clause No. Deviation if any Amount by which the Bid Price will change
Increase (Rs.) Decrease (Rs.)
INSTRUCTION FOR THE TENDERER
General Instructions:
The work put to tender pertains to “Supply, Erection, Testing and Commissioning of HV Air-Conditioning system with Scroll Chillers for (48x3)TR (approx.) along with associated works for MCA Building at Plot No. 9 (P), Markat Nagar, Sector-1, Bidanasi, Cuttack”. The
tenderer shall ensure to follow the instructions given hereunder failing which the tenders shall be
liable for rejection.
Scope of Proposal:
The scope of proposal shall be in accordance with the enclosed technical specification
covering Design, supply of materials at site, labour for erection, testing and commissioning of Supply, Erection, Testing and Commissioning of HV Air-Conditioning system with Scroll Chillers for (48x3)TR (approx.) along with associated works for MCA Building at Plot No. 9(P), Markat Nagar, Sector-1, Bidanasi, Cuttack on turnkey basis complete in all respect, obtaining clearance
and final handing over to IDCO authorities.
Submission of Tender:
Tenderers are advised to fill up the prices only in the prescribed format given by IDCO. The
tender shall be submitted in two parts, each part being sealed in separate envelope.
Part I will cover the Technical Bid with required drawings; general conditions special conditions,
deviations if any and EMD. Sales Tax Clearance Certificate, PAN, VAT Registration Certificate, Past
Experience.
Part II will cover only the Price Bid,
Each envelope shall be duly sealed and super-scribed with ‘Techno-Commercial Bid’ and
‘Price Bid’ respectively. All the two envelopes shall be put inside another envelope, super-scribed with
“Supply, Erection, Testing and Commissioning of HV Air-Conditioning system with Scroll Chillers for (48x3)TR (approx.) along with associated works for MCA Building at Plot No. 9(P), Markat Nagar, Sector -1, Bidanasi, Cuttack” and sealed properly. The Techno-Commercial Bid
and EMD in Part I shall be opened on the due date of opening mentioned in tender call notice.
Tenderers may be called to participate in techno-commercial discussions/ negotiations for finalisation
of technical bid. The price bid shall be opened after finalisation of technical bid. Telegraphic tenders
will not be accepted.
Receipt and Opening of Tender:
Tenders as described above shall be received in the Office of the Divisional Head (Electrical),
IDCO, IDCO Towers, Janpath, Bhubaneswar - 751022 and shall be opened on the scheduled date
and time. Telegraphic Tenders will not be Accepted.
Prices:
The tenderer shall ensure that all prices are filled in the price schedule both in words and
figures. No overwriting shall be allowed. The tenderer shall countersign all scoring and cancellation.
In case of illegibility, the interpretation and decision of the Engineer-in-charge of the work shall be
final.
All entry shall be in English language only. The price should be inclusive of all taxes, duties
and transit insurance and FOR destination. Please note that this office will not issue any concessional
form for sales tax. The Purchaser shall not issue any Way Bill.
In case if on check, there are differences between the rate given by the bidder in words and
figures or in the amounts worked out by him, the following procedure shall be followed.
When there is difference between a rate in figure and in words, the rate that corresponds to
the amount worked out by the bidder shall be taken as correct.
When the bidder has not worked out the amount of an item or it does neither correspond with
the rate written in figures nor in words, then rate quoted by the bidder in words shall be taken
as correct.
When the rate quoted by the bidder in figures and in words tallies but the amount is not
worked out correctly, the rates quoted by the bidder shall be taken as correct and not the
amount.
Sales Tax and Income Tax Clearance:
The tenderer shall furnish valid current Sales Tax Clearance Certificates, Sales Tax
Registration Number (TIN / SRIN) and ITCC / PAN along with EMD contained in the envelope.
Tenders not accompanied with these documents shall be liable for rejection at the discretion of the
purchaser.
Nature of Contract:
The work put to tender as described “scope of proposal” being a job contract in nature shall
be treated as “Indivisible” works contract. Therefore this contract shall be subject to “Orissa Sales Tax
on works contract”.
Validity:
The Tenderers shall keep the tender valid for a period of 180 (One Hundred Eighty) days
from the date of Opening of Price Bid.
Reservation of Right:
The owner reserves the right to accept any bid or reject any or all bids or cancel or withdraw
invitation for bid without assigning any reason for such decision. Such decision, by the owner shall
not be subject to question by any bidder and the owner shall bear no liability whatsoever consequent
upon such a decision.
Clarifications on Tender Specifications:
The tenderer should seek for the clarifications with regard to the specification, if any, before
submission of the tenders. No correspondence on this account will be entertained after submission of
tender.
GENERAL TERMS AND CONDITIONS OF CONTRACT FOR TURNKEY CONTRACT
Definition of Terms:
In construing this contract and the scope of work, the following words will have same
meaning herein assigned to them unless there is something in the subject or context in consistent
with such construction.
Owner:
The “Owner” shall mean the Orissa Industrial Infrastructure Development Corporation (IDCO)
(A Government of Orissa Undertaking) and shall include its legal representatives, successors and
assignees.
Contractor:
The “Contractor” shall mean the firm whose tender has been accepted by the owner and
shall include its legal representatives, successors and assignees.
Engineer In Charge:
The “Engineer-in-charge” shall mean the Divisional Head (Electrical) IDCO, Electrical
Division, First Floor, IDCO Towers, Janpath, Bhubaneswar or his authorised representative.
Consulting Engineer:
The “Consulting Engineer” shall mean the Divisional Head (Electrical), IDCO, IDCO Towers,
Janpath, Bhubaneswar or his authorised representative.
Consignee:
The “Consignee” shall mean the person authorised by the Consulting Engineer / Engineer-in-
charge to receive the materials, supervise and take measurement of the work.
Site:
The “Site” shall mean, the actual place of the proposed Project as detailed in the specification
or other place where work has to be executed under this contract.
Specification:
The “Specification” shall mean collectively all terms stipulated in the contract known as
General Conditions, Technical Specification and such amendments as may be made in the
Agreement pertaining to method and manner of performing the work with respect of quantities &
qualities of materials and workmanship to be furnished under the contract.
Contract:
The “Contract” shall mean and include the following documents:
(a) Invitation to Tender
(b) Instructions to Tenderer
(c) General Terms and Conditions of Contract
(d) Technical Specification
(e) Contract Agreement
(f) Contractors’ tender proposal including clarification letters
(g) Letter of Intend
(h) Work order
(i) Agreement
Commissioning:
The “Commissioning” shall mean the first authorised operation of the equipment / installation
after completion of erection, testing, initial adjustments, statutory approvals etc.
Approved:
The “Approved” shall mean the written approval of the Consulting Engineer / Engr-in-charge.
Months:
Months shall mean the calendar month.
Performance Test:
The “Performance Test” shall mean all the tests as prescribed in the specification / ISS to be
carried out by the contractor before taking over the installation by the owner.
Final Acceptance:
The “Final Acceptance” shall mean the owners written acceptance of the works performed
under the contract after successful completion of Performance & Guarantee Test and
Commissioning.
Contractor to Inform Himself Fully:
The contractor shall be deemed to have carefully examined the General Conditions,
Specifications, Schedules and Drawings and also to have satisfied himself as to the nature and type
of work to be executed and where necessary of the site conditions and other relevant matters and
details. Any information thus had or otherwise obtained from the owner / consulting engineer or the
inspector shall not in any way relieve the contractor from his responsibility for supplying the plant and
equipment or material and executing the work in terms of the specification including all details and
incidental works and supply of all accessories or apparatus which may not have been specifically
mentioned in the specification or drawings but otherwise necessary for ensuring complete erection
and safe and sufficient working of the plant and equipment or installation.
Deviation:
The contractor must get the sample materials, which are under scope of supply of contractor,
approved by the Client and Engineer-in-charge before procurement otherwise the same shall be
liable for rejection.
In case the tenderer wish to deviate in any way from the General Conditions of contract or the
Technical Specifications, he should draw specific attention to such departure in his tender. All such
deviations shall be clearly mentioned in the Deviation Sheet giving the corresponding reference
clause Number. Terms such as See covering letter or Tender printed General Terms and Condition
are not acceptable, unless such deviations are submitted with the tender, it will be understood and
agreed that the Tenderers proposal is based on strict conformance to purchasers specification in all
respects.
Price:
i. The unit rates quoted for design, engineering manufacturing supply at site, storage, handling
installation, testing and commissioning shall be inclusive of all taxes, duties, royalties and all
other taxes applicable such as sales tax on work contract and income tax etc.
ii. The prices are to be quoted on the lump-sum price based on item rates as indicated in the
specification. THE TENDERER SHALL QUOTE FIRM PRICES FOR THE COMPLETE SCOPE OF WORK.
The prices are to be quoted for the work complete in all respects in strict accordance with the
specifications. Should the Tenderer wish to propose alternatives the same should be clearly
mentioned in the deviation. Any action on the part of the Tenderer to revise the price/ prices/
and/ or to change the structure of price / prices at his own instance after opening of the
tender may result in rejection of the tender.
Terms of Payment:
Subject to any deduction which the owner may be authorised to make under the contract, the
contractor shall on the certificate of the engineer or his authorised representatives whose certificate
will be final regarding evidence of materials at site and completion or erection etc. be entitled to
payments generally as follows;
70% of the contract price shall be paid after supply of materials, verification and
acceptance of materials at site in good condition by the Consignee / Engineer - in -charge and
presentation of bills, subject to acceptance of your Security Deposit B.G. and execution of agreement.
20% shall be paid after completion of erection and testing of the work.
Balance 10% shall be paid on completion of satisfactory Commissioning, Performance
Test and after final acceptance by the Engineer-in-charge, subject to you submission of Performance
B.G. and acceptance thereof.
Contract Price:
The lump sum price quoted by the contractor in his bid with additions and deletion as may be
agreed before signing of the contract for the entire scope of the work viz. Supply and erection of
equipment concerned under the specification and documents shall be treated as the contract price.
Change of Quantity:
The owner reserves the right to vary the quantities of items or groups of items to be ordered
as specified in the accompanying Technical Specifications as may be necessary during the execution
of the contract.
Taxes:
i. The contractor shall include all taxes, duties, royalty of whatever nature, entry tax; other local
taxes etc. if any in the quoted price.
ii. Sales tax or any other tax on materials required for the work and also tax on works contract
shall be payable by the contractor. Owner will not entertain any such claim whatsoever on
this account.
iii. Not with standing anything contained elsewhere in the contractor the owner shall deduct at
source from the payment due to the contract, the taxes as required under Orissa Sales Tax
Act and Income Tax Act, 1961 or as amended from time to time, or any other statute. The
owner shall pay the amount so deducted to the Sales Tax and Income Tax authorities as per
the law. This is for the contractor to deal with the Sales tax Authority directly in respect to any
claim or refund relating to the above tax owner shall not be liable or responsible for any type
of payment for reimbursement in this regard.
iv. The supplier / contractor should furnish his valid STCC with OVAT Registration Number.
Liquidated Damage for Delay in Completion:
If the contractor fails in the due performance of the contract to supply/ erection/ testing /
commissioning the equipment within the time fixed by the owner or any extension thereof, he shall be
liable at the discretion of the Engineer to liquidated damage amounting to 0.5% (HALF PERCENT) of the
Contract Price per Week. The contractor’s liability for delay shall not in any case exceed 5% (FIVE
PERCENT) of the total contract price. If the contractor shall fail to supply the equipment or any part
thereof within a reasonable period after the expiry of the appointed time of extended time as may be
provided for in the contract the provisions in clause " Negligence " shall become operative, in addition
to the liability of Liquidated Damage as above.
Despatch Instructions:
The materials that will be required to be despatched under this contract, shall be despatched
to the work site in the name of the Consignee with a copy addressed to MCA Building at Plot No. 9 (P), Markat Nagar, Sector-1, Bidanasi, Cuttack. The contractor shall have to intimate the probable
date of arrival of materials at site to the Engineer.
Inspection and Tests:
The corporation shall inspect, examine and test the equipment material through its
representative at the manufacture/ suppliers works during or after the manufacture of goods prior to
despatch on receipt of a clear notice of minimum two weeks in advance to the reckoned from the date
of receipt by the purchase. The supplier/ contractor shall provide all facilities as may be required to
carry out the tests in accordance with approved standards free of cost.
Negligence:
If the contractor neglects to execute the work with due diligence and expedition of refuse or
neglects to comply with any reasonable orders given to him in writing by the Engineer in connection
with the work, or contravene the provisions of the contract, the purchaser may give notice in writing to
the contractor calling upon him to make good the failure, neglect or contravention complained of.
Should the contractor fail to comply with such notice within a period, in the case of failure, neglect or
contravention capable of being made good within that time or otherwise within such time as may in
the opinion of the purchaser be reasonably necessary for making it good, then and in such case the
purchaser shall have the option and be at liberty to take the work wholly or in part, out of the
contractors hand and may carry on the work envisaged in the contract at a price with any other
materials, tools, tackle or labour for the purpose of completing the works or part thereof. In such event
the purchaser shall without being responsible to the contractor for fair wear and tear of the same be
entitled to seize and take possession and have free use of all materials, tools tackle or other things
which may be on the site, for use at any time in connection with the work to the exclusion of any right
of the contractor over the same and the purchaser shall be entitled to apply and balance sum which
may otherwise be then due on the contract by him to the contractor or such part thereof as may be
necessary. If the cost of executing the work as aforesaid shall exceed the balance due to the
contractor fails to make good the deficit, the said materials, tools tackle, construction plant or other
things, the property of the contractor as may not have been used up in the completion of the works,
may be sold by the purchaser and the proceeds applied towards the payment of such sale. Any
outstanding balance existing after crediting the proceeds of such sale shall be paid by the contractor
on the certificate of the Engineer, but when all expenses, cost and charges incurred in the completion
of the work are paid by the contractor, all such materials, tools tackle, construction plant or other
things not used up in the completion of the works and remaining unsold shall be removed by the
contractors. If the proceeds of the above sale of the contractors materials tools and tackle,
construction plant etc. are insufficient to cover the executing the aforesaid work, the balance
remaining after crediting the proceeds of such sale shall be recoverable from the contractor by
encasing the Bank Guarantee available/ any other money payable by the purchase or by action of
law.
Notwithstanding anything contained above, the purchaser may determine the contract due to
any breach of failure of the contract, without notice before determining the contract as above, if in the
opinion of the purchaser, the default or defaults committed by the contractor is/ are curable and can
be cured by the contractor if an opportunity is given to him, then the owner may issue a notice in
writing calling upon the contractor or default within such time as may be specified in the notice.
If the cost of executing the work as aforesaid shall exceed the balance due to the contractor
fails to make good the deficit, the said materials, tools, tackle, construction plant or other things, the
property of the contractor as may not have been used up in the completion of the work, may be sold
by the purchaser and the proceeds applied towards the payment of such sale. Any outstanding
balance existing after crediting the proceeds of such sale shall be paid by the contractor on the
certificate of the Engineer, but when all expenses, costs and charges incurred in the completion of the
work are paid by the contractor, all such materials, tools, tackle, construction plant or other things not
used up in the completion of the works and remaining unsold shall be removed by the contractor.
If the proceeds of the above sale of the contractor's materials, tools, tackle, construction plant
etc. are insufficient to cover executing the aforesaid work, the balance remaining after crediting the
proceeds of such sale shall be recoverable from he contractor by encasing the bank Guarantee
available/ any other money payable by purchaser or by action of law.
Notwithstanding anything contained above, the purchaser may determine the contract due to
any breach of failure of the contract, without notice before determining the contract as above, if in the
opinion of the purchaser, the default or defaults committed by the contractor is / are curable and can
be cured by the contractor if an opportunity is given to him, then the owner may issue a notice in
writing upon the contractor to cure the default within such time as may be due in the event of
termination, the security deposit will be forfeited without reference to the contractor and if no amount
is available towards security deposit, an identical amount is recoverable from the contractor.
Power to Vary or Omit Work:
No alternation, amendments, omissions, additions or variations of the work herein after
referred to as variations, under the contract shall be made by the contract except as directed in
writing by the Engineer, but the engineer shall have full power, subject to the provision hereinafter
contained from time to time during the execution of the contract by notice in writing, to instruct t the
contractor shall carry out such variations and be bound by the same conditions as far as applicable,
as through the said clarifications occurred in the contract, if any suggested variations would , in the
opinion of the contractor, if carried our, percent him from fulfilling any of his obligations or guarantees
under the contract, he shall notify the Engineer thereof within 10 days in writing and the Engineer
conforms his instructions, the contractor’s obligations and guarantees shall be modified to such as
extent as may be justified. In the absence of any such notification, the contractor shall be bound to
carry out the suggested variations without any additional financial implication to purchaser and it will
amount to an absolute waiver of any claim whatsoever.
Settlement of Dispute:
Except as otherwise specifically provided in the contract all dispute concerning questions of
facts arising under the contract shall be decided by the Engineer subject to a written appeal by the
contractor to the Engineer, whose decision shall be final to the parties hereto. Any dispute or
difference including those considered as such by only one of the parties arising out of or in
connection with the contract shall be to the extent possible settled amicably between the parties. If
amicable settlement cannot be reached them unresolved dispute issue may be settled by arbitration
as provided subsequently.
Termination of Contract:
Notwithstanding anything contained elsewhere in this contract, if at any time during the terms
of this contract, the plans of the Government of India and of the State Government change for any
reason, the purchaser shall have the right to terminate the contractor by notice to the contractor by a
registered letter. In respect of such changes the materials those are complete as ready for
transportation within thirty- (30)-days after such notice, purchaser agrees to accept delivery thereof at
the contract price and terms. In the case of the reminder of the undelivered materials, the purchaser
may elect
i. To have any part thereof complete and take delivery thereof at the contract price and
ii. To cancel the reside (if any) and pay to the contractor a prorate amount of the contract
price based upon the state of completion to be certified by him.
The contractor shall deliver all such materials in process of manufacture to the purchaser and
shall return to the purchase any funds remaining to the purchaser's credit. The purchaser shall not
make any payment for any material not yet in process of manufacture on the date of notice of
cancellation is received.
Deductions from Contract Price:
All costs, damages or expenses which the purchaser may have paid, for which under the
contract the contractor is liable, may be deducted by the purchaser from any money due or becoming
due by him to the contractor under the contract, or may be recovered by action of law or other wise
from the contract. Further all legal and statutory deductions will be made and the contractor is not
entitled to any reimbursement or claim whatsoever other than only a tax deduction certificate.
In the event of recovery to the necessary extent becoming impossible owing to insufficiency
of the performance bond and withheld amounts, the balance due to the purchase, may be recovered
in any way the purchaser may deem fit.
Earnest Money:
i. The tenderer shall be required to deposit Earnest Money as indicated in the NIT.
ii. The Bid Guarantee offered shall be in one of the following alternative forms:
a) A crossed Bank Draft / Banker’s cheque in favour of IDCO, Bhubaneswar payable at
Bhubaneswar.
b) An irrevocable Bank Guarantee of any Nationalised schedule Bank OPERABLE AT ITS BRANCH
AT BHUBANESWAR ONLY in favour of IDCO, as per the proforma.
iii. The Bank Guarantee should be kept valid up to 8 (Eight) Months from the date of Opening of
Tender as per Tender Specification.
iv. Earnest Money shall be forfeited in case of withdrawal/ modification of an offer within the
validity period as required in the NIT / Tender Specification after opening of tender. EMD
shall be forfeited in case of non-acceptance of LOI / WO within stipulated period.
v. In case of tenders not accepted, the earnest money shall be refunded within 30 days of the
accord of order/ contract to the successful tenderer.
vi. Bids not accompanied by the required Bid Guarantee in accordance with the clause above, or
if the Bid Guarantee is of in adequate value of the tender will not be entertained and shall be
returned unopened.
vii. Bidders are to attend the techno-commercial discussion whenever called by the owner. In
case the bidder fails to attend the techno-commercial discussion, the same will be treated as
violation of tender condition and the EMD may be forfeited with rejection of the offer.
Security Deposit:
The successful Tenderers shall be required to submit security deposit for faithful execution of
the contract at the rate of 10% (TEN PERCENT) OF THE CONTRACT VALUE in shape of Bank Guarantee
from any Nationalised Bank operable at its branch at Bhubaneswar only VALID UP TO ONE MONTH AFTER
THE COMPLETION OF CONTRACT PERIOD. In the event of default on the part of the contractor in the
faithful execution of contract the security deposit shall be forfeited by an order of the purchaser. The
forfeited of security deposit shall be without prejudice to any other rights arising or accruing to the
purchaser under relevant provision of contract link L.D Negligence, termination etc.
Performance Bond:
The contractor shall furnish a performance bond as a guarantee for due performance during
the guarantee period by way of a Bank Guarantee from any nationalised bank operable by its branch
at Bhubaneswar to be kept valid for 12 months after completion of contract in all respects equal to an
amount at a rate 10% (TEN PERCENT) of the total contract price for faithful filling the terms of guarantee
for a period of 12 MONTHS AFTER SUCCESSFUL COMPLETION OF WORK. If during the contract period the
bid amount gets reduced on account of any recoveries of otherwise the contractor shall furnish a
bond covering the short fall to bring it to 10% of the contract value.
Extension of Time:
The application for extension of time is to be given to the owner through the Engineer and the
owner may authorise the extension of time after considering the due merits. Whenever the owner
grants extension of time the same shall be on the existing terms and conditions of the contract and
without financial liability to the owner. The contractor in any case shall have no claim whatsoever for
any of compensation on account of any delay attributable to any one.
Erection of the Materials:
The contractor shall be responsible for complete installation of the equipment materials
required under the scope of contract. The contractor shall provide all equipment, tools, scaffolding
and minor civil works required for safe transportation and erection.
All the materials and/ or equipment after receipt at site shall be checked and verified against
shipping documents and all claims against loss or damage in transit shall be intimated to the owner.
All insurance charges such as transit insurance, storage insurance and handling insurance charges
shall be borne by he contractor. The materials and / or equipments shall remain under the custody of
the contractor until the owner takes up the plant / installation as a whole after completion of the work.
The contractor shall take adequate steps to ensure safety of such materials and/ or equipment.
Necessary stores receipt certificates shall be issued to the owner after the stores are checked and
certified. No materials and/ or equipment pertaining to the contract shall be removed from site without
the consent in writing of the owner. The contractor shall be responsible for obtaining the correct
reference lines for purchases of fixing the alignment of various equipment and / or materials.
Regulation of Local Authorities and Status:
The contractor shall comply with the rules and regulations of local authorities during the
performance of his field activities. He shall also comply with the Minimum Wages Act, 1948 and the
payment made there under in respect of any employee of workmen employed or engaged by his sub-
contractor.
Manufacture's Supervision:
The contractor may be required to work under the supervision of the manufacture's Engineer,
where the contractor is not the manufacture. However, this will not relieve the contractor of his
responsibility of the correctness of quality of workmanship shall be responsible for the correctness of
the positions, levels and dimensions of the works according to the drawing, notwithstanding that he
may have been assisted by the Engineer in setting out the same.
Taking Over:
Upon successful completion of all the tests to be performed at site on equipment and/ or
materials and systems supplied and erected by the contractor the Engineer shall issue to the
contractor a taking over certificate as a proof of the final acceptance of the equipment system. Such
certificate shall not relieve the contract of any of his obligation which otherwise survive by terms and
condition of the contract issuance of such certificate.
Engineer's Decision:
In respect of all materials, which are left to the decision of the Engineer, the Engineer shall if
so required to do so by the contractor given in writing a decision thereon to the contract. All decisions
of the Engineer shall be binding on the contractor.
Completion Certificate and Final Certificate:
When the contractor fulfils his obligation under the contract he shall be eligible to apply for
completion certificate in respect of the work by submitting the completion documents along with such
application for completion certificate.
The owner of his representative shall normally issue to the contractor the completion
certificate within one month after receiving an application there of from the contractor after verifying
from the completion documents and satisfying that the work has been completed in accordance with
and as set out in the construction and erection drawings, and the contract documents. The contractor,
after obtaining the completion certificate is eligible to present the final bill for the work executed by
him under terms of the contract.
Completion Certificate:
Within one month of the completion of work in all respects, the contractor shall be furnished
with a certificate by the owner or his representative of such completion but no completion certificate
shall be given nor shall the work by deemed to have been executed until all scaffolding, surplus
materials and rubbish are cleared off the site completely nor until the work shall have been measured
by the Engineer, whose measurement shall be binding and conclusive, the binding and conclusive,
the work will not be considered as complete and taken over by the owner until the temporary works
and staff colonies etc. constructed are removed and work site cleared to the satisfaction of the owner.
If the contractor shall fail to comply with the requirement of this clause on or before the date
fixed for the completion of the work, the Engineer may at the expense of the contract remove such
scaffolding, surplus materials and rubbish and dispose off the same as the things fit and clean off
such dirt as aforesaid, and the contractor shall forth will pay the amount of all expenses so incurred
and shall have no claim in respect of any such scaffolding or surplus materials as aforesaid except for
any sum actually realized by the sale thereof.
Completion Certificate shall be in 3 parts as follows:
(a) Physical/ Mechanical completion work.
(b) Satisfactory completion of commissioning of equipment with load.
(c) Satisfactory completion of guarantee.
The contractor shall clearly indicate the three dates separately for completion documents / to
form the completion documents.
i) The technical documents according to which the work was carried out.
ii) Three sets of construction drawings showing therein the modification corrections made during
the course of executing and signed by the Engineer.
iii) Completion certificate for embedded and Covered-up works.
iv) Certificates of final levels as set out for various works.
v) Certificates of tests performed for various works.
vi) Materials appropriation statement for the materials issued by the owner for the works and list
of surplus materials returned to the owner’s store duly supported necessary documents.
vii) Physical/Mechanical completion work.
viii) Satisfactory completion of commissioning of equipment with load.
ix) Satisfactory completion of guarantee.
Miscellaneous:
Entire Agreement:
These General Conditions together with the specifications, tender drawing and guaranteed
technical particulars, tender data with subsequent agreed modification thereof shall constitute the
entire Agreement between the parties in respect of the subject matter thereof. No variation of
modification of the contract of modification of the contract of waiver of any of the terms and conditions
thereof shall be deemed valid unless in writing and signed by the parties hereto.
General Conditions of Contract, the tender specification and other contract/tender documents
are to be taken as mutually explanatory to one another. However, in case of conflict between these
documents, the technical specification, special conditions of the contract and general condition of the
contract shall have precedence in that order.
Endorsement of Terms:
The failure of either party to endorse at any time of the provisions of the contract of any rights
in respect there to or to exercise an option herein provided shall in no way be construed to be a
waiver of such provisions, rights of options or in any way to effect the validity of the contractor. The
exercise by either party of any of his herein shall not preclude of prejudice either party from exercising
the same of any other it may have hereunder.
Contract Labour Regulation and Abolition:
The contractor shall be responsible for following all statutory obligations under Contract
Labour (Regulation & Abolition) Act, 1970, E.S.I and Provident Funds Acts as applicable for their
labour and staff engaged in executing this work. The contractor will also keep purchaser indemnified
against all claims and disputes arising out of death or injury to their workmen and staff. It will be
necessary for the contractor to ensure that their workmen follow proper safety measures to avoid
accident/ damage/ loss to life and property. Their workmen when working at any height must use
approved safety belts. Charges for above are deemed included in the quoted rates and accepted
amount. The bidder shall furnish the photocopy of their valid registration with Provident Fund
Department.
Recovery of Damage:
Nothing contained in the conditions or in any other part of this contract, in case of any
damage, it shall be construed as the purchaser preventing the contractor from committing the
damage and the purchaser shall be entitled to recover the amount required for the repair/
replacement/ rectification of the damage as a consequence of the breach of any of the terms of the
contract by the contractor.
Completeness of Equipment / Installation:
The equipment / installation shall be complete in every respect with all mountings fixtures and
standard accessories which are normally even though not specifically detailed in the specification.
The contractor shall be eligible for any extra payment in respect of such mounting, fittings
and fixtures and accessories which are needed for safe operation of the equipment/installations as
required by applicable codes though they may not have been included in the contract. The various
equipment and / or materials supplied this contract shall be subject to the purchaser/owners approval.
Time Schedule:
Time is the essence of the contract and the contractor shall be responsible for performance
his works in accordance with the specified construction schedule. The offer should clearly indicate
monthly/ quarterly schedule of deliveries, date of commencement and completion of supply erection
testing and commissioning against that indicated in the NIT/construction schedule. If any time the
contractor failing behind schedule he shall take necessary action to make good for such delays by
increasing his work to comply with the schedule and shall communicate such actions in writing to the
Engineer satisfying that the action will compensate delay. The contractor shall however not be
responsible for provision of additional labour and / or materials or supply of any other services to the
contractor except for the co-ordination of works. The entire scope of work shall be completed within
Ninety Days from the date of issue of Work Order / LOI.
Safety Regulations:
Without prejudice to the general obligations under the statutes the contractor shall ensure the
safety of all the workmen, materials & equipment either belonging to him or to others working at site.
Subletting of Contract:
The contractor shall not without the consent in writing of the purchaser, which shall not be
unreasonably withhold, assign or sublet his contract of any substantial part thereof other than for raw
materials, for minor details, or for any part of the works of which the markers are named in the
contract, provided that any such consent shall not relieve the contractor from any obligation, duty or
responsibility under the contract.
For components/equipment procured for the purpose of the contract, after obtaining the
written approval of the owner, the contractor’s purchase specifications and inquiries shall call for
quality plans to be submitted by the suppliers along with their proposals. The quality plans called for
from the vendors shall set out during the various stages of manufacture and installations, the quality
practices and procedures followed by the vendor’s quality control organisation, the relevant reference
documents/standards used, acceptance level, inspection of documentation raised, etc. Such quality
plans of the successful vendors shall be discussed and finalised in consultation with the Engineers
and shall from a part of the purchase order/ contract between the contractor and the vendor. Within 3
weeks of the release of the same purchase order /contracts for such bought out items/ components a
copy of the same without price details but together with detailed purchase specifications, quality and
delivery conditions shall be furnished to the Engineer by the contractor.
Force Majeure:
Any delays in or failure of the performance of either parties thereof shall not constitute default
here or give rise to any claims for damages, if any, to the extent such delays or failure of performance
caused by occurrences such as acts of God or the public enemy, expropriation or confiscation of
facilities by Government authority, compliance with any order or request of any Government
authorities, act of war, rebellion, sabotage, fire, floods explosions, riots or illegal strikes, provided
always that such occurrences result in impossibility or performances of the contract. Only events of
force majeure, which impedes the execution of the contract at the time of its occurrence, shall be
taken into cognizance.
Language and Measurement System:
All documents pertaining to the contract including specifications schedules, notices,
correspondence operating and maintenance instructions drawings or any other writing shall be in
English Language. All measurements, location marking and drawings shall be in Metric Units.
Materials and Workmanship:
All materials used in the manufacture of these equipments shall be selected from the best
available for the purpose, considering strength, durability and best engineering practice. Liberal
factors of safety shall be used through out the design and especially in the design of all parts subject
to alternation stresses or shocks. All the work shall be performed and completed in a thorough
workmanship like manner and shall follow the best modern practice in the manufacture of high-grade
equipment notwithstanding any omissions in the specification. Castings shall be free blow holes,
flaws, cracks of other defects and shall be smooth, close grained and of true forms and dimensions.
No plugged or filled up holes or other defects will ordinarily be allowed. Such castings are liable to be
rejected.
However, the contractor may rectify minor casting defects be welding or other method in
accordance with the standard manufacturing practice provided such rectification does not affect the
strength of the casting or impair the efficient working of the plant and proper approval of the
purchaser is obtained for the same.
Facility to the Contractor:
The purchase/ owner will at his own discretion and convenience and for the duration of the
execution of the work make available near the site land for construction of contractors field office, go-
downs, workshop and assembly year required for the execution of the contract. The contractor shall
at his own cost construct all these temporary buildings and provide suitable water/ electricity and
sanitary arrangement after obtaining approval from the Engineer. On completion of the works
undertaken by the contractor he shall remove all temporary works erected by him and have the site
cleared as directed by the Engineer. If the contractor fails to comply with these requirements, the
Engineer at the expense of the contractor will remove such surplus and rubbish materials and
dispose off the same as he deems fit and get the site cleared as aforesaid and the contractor shall
forthwith pay the amount of all expense so incurred and shall have no claim in respect of any such
surplus materials disposed of as aforesaid. But the purchaser/ owner reserves the right to ask the
contractor at any time during the pendency of the contract to caveat the land by giving 7 days notice
on security reasons or national interest or otherwise a token rent of Rs. 100/- per month per hectare a
part thereof shall be charged for the land so occupied. Electricity and drinking water at normal
charges will be supplied at one point. The cost of distribution if any shall be borne by the contractor.
Modification Prior to the Date of Tender Opening:
The purchase/ owner reserves the right revise or amend the tender specifications prior to the
date notified for opening of the tender and also the right to postpone the date for presentation and
opening of tender without assigning any reason, whatsoever.
Clarification Desired by the Tenderer:
(a) The tenderer, before submission of the tender, should seek for any clarification with regard to the
specifications. No correspondence on this account will be entertained once the tenderer has
submitted the tender.
(b) The contractor will be responsible for any loss theft, destruction and deterioration of quality of any
materials when it is in the storage under the custody of the contractor. A custodian certificate is to
be issued by the firm to the owner. The purchaser reserves the right to inspect the materials
under the custody of the contractor from time to time. The contractor will indemnify the owner for
any loss arising due to any reason whatsoever of the materials during storage under the custody
of the contractor.
(c) The contractor will make good of the loss at his own cost and arrangement without waiting for
settlement of claim from insurance of any other Agencies.
Jurisdiction of Court:
Dispute / Litigation if any, arising out of this contract deemed to have been entered into at
Bhubaneswar shall be under the jurisdiction of Orissa High Court.
TERMS AND CONDITIONS
Subject : Supply, Erection, Testing and Commissioning of HV Air-Conditioning system with Scroll Chillers of (48x3)TR (approx.) along with associated works for MCA Building at Plot No. 9 (P), Markat Nagar, Sector - 1, Bidanasi, Cuttack, Orissa.
It is proposed to supply, install, test and commission Air-conditioning system of 144 TR capacity i.e.
4 x 48 TR (Nominal) Scroll Air-Cooled chilling machine (one as standby) shall be installed as per Bill
of Quantities given in the Tender Document at the above premises.
The Air-conditioning System shall comprise of : 4 nos. 48 TR Air-Cooled Scroll Water Chilling Machines, Chilled Water Pump Sets, Double Skinned
Air Handling Units, Fan Coil Units, Piping and Valves, G.I Ducting, Powder Coated Aluminum Grills /
Diffusers, Insulation, Electrical Works, etc.
SHOP DRAWINGS:.
On the award of the work, the Contractor shall immediately proceed with the preparation of detailed
working drawings showing the detail of the equipment that are to be installed and the ancillary works
that are to be carried out.
Three sets of all such working drawings dully signed by the head of the planning and design
department shall be submitted to the Owner / Consultant / Architect for approval to ensure that the
works will be carried out in accordance with the specifications and drawings, including such changes
as may have been mutually agreed upon. All the drawings shall be received by the Owner /
Consultant / Architect for approval within 02 (two) weeks of the award of work. The approval of the
drawings by the Owner / Consultant / Architect shall in no way relieve the Contractor form his
obligations to provide a complete and satisfactory plant installation, testing and commissioning as per
intent and purpose as laid down in the specifications.
Any omissions and / or errors shall be made good or rectified whether or not the drawings are
approved. Contractor shall obtain written approval for samples (like grills / diffusers) and other
materials before placing the order. Contractor shall guarantee the specified inside conditions at
specified outside conditions. Prior to the completion of the work, the contractor shall furnish to the
employer four (04) sets of a comprehensive manual, describing all components furnishing a list of
spare parts and setting forth in details the instructions for the operation and maintenance of the plant.
The Contractor shall also fix in the plant room, neatly typed and framed, instructions in details, for the
starting and running of the plant.
The following shop drawings shall be prepared by the AC contractor for approval;
a) AC Plant room layout plans with sectional drawings.
b) Schematic chilled water piping drawings.
c) Duct layout plans of all floors including AHU rooms
d) Electrical panel, sub panels, power & control wiring drawings.
e) Foundation details of all equipments.
f) Any other shop drawings necessary for the project.
AS BUILT DRAWINGS
At the completion of work and before issuance of certificate of virtual completion the contractor shall
submit 04 (four) sets to the Engineer-in-charge, layout drawing drawn at appropriate scale indicating
the complete HVAC system “as installed”.
INSTRUCTION / MAINTENANCE MANUAL:
The Contractor shall prepare and produce instruction, operation and maintenance manuals in English
for use, operation and the maintenance of the supplied equipment and installations, and submit to the
Owner 04 (four) copies at the time of handing over. The manual shall generally consist of the
following:
a) Description of the Project.
b) Operating Instructions.
c) Maintenance Instructions including Procedures for Preventive Maintenance.
d) Manufacturers Catalogues.
e) Spare Parts List.
f) Trouble Shooting Charts.
g) Drawings.
h) Type and Routine Test Certificates of Major Items.
i) One (1) set of Reproducible ‘As Built’ Drawings.
PERFORMANCE BOUND CONTRACT:
The contract will be a performance bound contract and therefore the Bidder shall make their
independent check for Heat Load, selection of equipments etc. The drawings enclosed with the
tender documents shall be only tentative layout plans and for guidance purpose only. The detailed
shop drawings shall be prepared and submitted for approval to the Owner / Consultant / Architect.
The contractor shall guarantee the specified inside condition at specified outside condition
considering the fresh air as detailed in the basis of design of the tender documents.
The contractor shall guarantee that the capacity of various components as well as the whole system
shall be within ± 3% of the specified capacity.
GUARANTEE:
The contractor shall guarantee the complete AC system for a period of 12 months from the date of
handing over the plant after successful initial testing & one major seasonal test i.e. either summer or
monsoon to the department. The Tenderer shall guarantee the AC system to maintain space
conditions as specified. They shall also guarantee that the performance of the various equipments
individually or jointly shall be within ± 3% of the specified ratings when working under operating
conditions for the complete installation.
During guarantee period loss of refrigerant and oil, if any shall be borne by the air-conditioning
contractor. De-scaling, if required during the guarantee period, shall be done by air-conditioning
contractor free of cost if certified by owner.
REPAIRS / REPLACEMENT OF PARTS DURING GUARANTEE:
Any defects or other faults which may appear within defect liability / guarantee period of twelve
months from the date of handing over the plant in a satisfactory working conditions to the Client
(except for normal wear and tear) arising in the plant from material or workmanship not in accordance
with the contract specification will be rectified by the contractors free of cost and nothing shall be paid
extra on any account.
TESTING: All testing instruments, velocity meter, digital thermometer, psychomotor, measuring steel tapes,
tools, scaffolding and ladders etc. that may be required for taking measurements shall be arranged by
air-conditioning contractor at his own cost.
All types of routine and other tests shall be carried out at the works of the Contractor or the
manufacturers of the components. The Client shall be free to witness any or all tests, if they so
desired. The Contractor has to inform to the Client before dispatch of any material / equipment.
On the completion of the installation the Contractor shall arrange to carry out various initial tests as
detailed below, in the presence of Owner / Consultant / Architect and to the entire satisfaction of the
Owner / Consultant / Architect. Any defect or short-coming found during the tests shall be speedily
rectified or made good by the Contractor at his own expenses.
The initial tests shall include, but, not be limited to the following :
a) To operate and check proper functioning of all electrically operated components viz. Compressor
motor, pumps, fan of air handling units etc. as well as other electrical motors.
b) To test and check the proper functioning of electrical gears, safety and other controls to ensure
their proper functioning.
c) To check the air distribution system and to provide designed air flow in all areas by adjusting the
grills, diffusers and dampers for air-conditioning.
d) To check and balance / adjust the water in the water circuit for smooth and noiseless flow.
e) To check the systems against leaks in different circuits, alignment of motor, ‘V’ belt adjustments,
control setting and all such other tests which are essential for smooth functioning of the plant.
f) Contractor shall have to submit the capacity test of all equipment at site.
g) On the satisfactory completion of all ‘Initial’ tests and one major seasonal test i.e. either summer
or monsoon the plant shall be considered ‘Virtually Complete’ for the purpose of taking over
by the Client.
h) In addition to the ‘Initial’ test the Contractor shall also give summer and monsoon tests of the
plant, each of (3) three days duration, and each one during the full specified outside conditions
(when the ambient conditions are close to the specified ambient conditions). The first running
test may be taken on the completion of the initial test, provided the ambient temperature and
humidity are near their peak. Inside condition as per the contract, performance of each
equipment, Airflow etc. shall be as per the requirement of the contract during these tests.
It is clarified that guarantee period shall start after successful completion of one major seasonal test whichever season falls earlier & inside design conditions in areas to be air-conditioned temperature in the working area if any. OPERATION OF PLANT: The tenderer shall arrange to operate the plant for a period of Fifteen Days from the date of
commissioning of plant and successful completion of initial test free of cost.
TRAINING OF PERSONAL:
The contractor shall impart training to the minimum three technical staffs appointed by the Client free
of cost during erection and commissioning of the plant.
WEEKLY PROGRESS REPORT:
A weekly progress report of site as shall be submitted in writing to the Owner / Consultant / Architect.
INSPECTION AND TESTING:
All major equipments such as water chilling units, cooling coils of air-handlers, air handlers, electrical
panels etc. may be got inspected and tested before dispatch if desired by the client at the
manufacturers work.
The AC Contractor shall intimate the Client in minimum 10 days advance about the date of readiness
of equipment for inspection and testing at a date to be mutually agreed upon by the client and the AC
Contractor. The inspection of equipments / materials at site.
The manufacturer of these equipments must have a facility of testing the equipments at the test bed
on full load at their works. All the test readings mutually taken shall be recorded and evaluated with
the technical data furnished by the AC Contractor.
STORAGE OF MATERIALS / EQUIPMENTS:
Plant room / Air handling unit room, if ready can be used for storage of materials / equipment brought
to site by the contractors. Watch and ward of the same shall be the contractor’s responsibility. In case
the plant room space is not readily available, it shall be contractor’s responsibility to make his own
temporary structure at site with approved location from the client at his own cost.
POWER AND WATER SUPPLY:
Water and electricity for erection purpose shall be provided by the client at one point on chargeable
basis. In case of non availability of the same the AC contractor shall make his own arrangement for
water and power required for erection purposes at their own cost without any delay in progress of
work. However water and power required for testing and commissioning shall be provided by the
client.
INSURANCE:
The contractor shall be responsible for the storage and safe custody of all equipment / materials
brought to site from time to time till the plant is taken over by the department.
The contractor may provide adequate and comprehensive insurance coverage for storage and
execution.
The contractor shall be responsible for all the injury or damage to persons, buildings, structures,
property etc., which may arise form any act of omission on part of the contractor or his servants or
sub contractors or his employee etc. The contractor shall indemnify and keep indemnified the owner
and hold him harmless in all respects of and any expenditure liability, loss, claims or proceeding
arising from any such injury or damage to persons or property as aforesaid.
The contractor may undertake all risk policy including earthquake risk with an insurance company
approved by the owner in the joint names of owner and contractor at his own expense.
All technical data to be filled by the bidders and shall be accepted in metric system only. Any bidder
submitting the technical data in any other unit would render his bid liable for rejection. The technical
data should be typed in capitals only.
DESIGN PARAMETERS:
Given below are some design parameters which should be followed in addition to those given in
various sections of technical specifications enclosed.
a) Temperature of chilled water entering the chiller ºC : 12.22
b) Temperature of chilled water leaving the chiller ºC : 6.67
c) Fouling factor of chiller (MKS) : 0.0001
d) Air Inlet temperature to condenser ºC : 43.3
AIRHANDLERS:
a) Maximum Face velocity across cooling coil MPM : 152.0
b) Maximum face velocity across all types of filter MPM : 152.0
c) Maximum water pressure drop across the coil in Mt. : 4.6
d) Maximum water velocity through coil in MPS : 2.5
e) Fan outlet velocity (maxm.) MPS : 12.0
f) Fan Speed (maxm.) of air handing unit RPM : 1000
FAN COIL UNITS:
a) Maximum Face velocity across cooling coil MPM : 152.0
b) Maximum face velocity across prefilters MPM : 152.0
c) Maximum water pressure drop across the coil in Mt. : 4.6
d) Maximum water velocity through coil in MPS : 2.5
e) Fan outlet velocity (maxm.) MPS : 12.0
DUCTING WORK:
a) Method of Duct Design : Equal Friction Method
b) Maximum air velocity in supply duct MPM : 460.0
c) Maximum air velocity in return duct MPM : 305.0
d) Friction loss in duct (maxm.) MM Wg in 100 Mt run. : 8.33
e) Maximum Velocity at supply air grill outlet MPM : 150.00
PIPING WORK:
a) Friction loss (maxm.) Mt / 30 Mt length : 1.60
b) Flow velocity (maxm.) Mt / Sec. : 2.50
INSULATION:
Maximum temperature rise in the supply air duct from
air handlers outlet to farthest outlet in ºC : 1.10
STANDARD SPECIFICATION
SCOPE OF WORK:
The complete scope of work shall cover supply, erection, testing and commissioning of the entire
HVAC system as detailed under specification and schedule of quantities.
BASIS OF DESIGN: The entire system shall be based and designed on climatological data available as given under Basis of Design and Scheme. TERMS AND DEFINATIONS:
The followings terms have been used in the tender specifications, drawings etc.
ISI : Bureau of Indian Standards.
ASHRAE : American Society of Heating Refrigeration & Air-conditioning Engineers, USA.
ASME : American Society of Mechanical Engineers.
ASA : American Standard Association.
B.S. : British Standards.
CMH : Cubic Meter per Hour.
US GPM : US Gallons per minute.
IGPM : Imperial Gallons per Minute.
RPM : Revolutions per Minute.
BTU / Hr. : British Thermal Unit per Hour.
Kcal / Hr. : Kilo Calories per Hour.
HZ : Hertz.
H.P. : Horse Power
Kg /Cm2 : Kilo Gram per Square Centimeter.
SAG : Supply Air Grills.
SAD : Supply Air Diffuser.
SAF : Supply Air Filters.
FD : Fire Damper.
VCD : Volume Control Damper.
RAD : Return Air Damper.
FAD : Fresh Air Damper.
RH : Relative Humidity.
DB : Dry Bulb Temperature.
WB : Wet Bulb Temperature.
MV : Mechanical Ventilation.
DP : Drain Point.
The codes, regulation as detailed below shall be followed in this contract :-
1. Safety code for Air-conditioning (revised)
amendment 1
IS 659 : 1964 (reaffirmed 1991)
2. Safety code foe Mechanical Refrigeration IS 660 : 1963 (reaffirmed 1991)
3. Testing of Refrigeration Compressors IS 5111 : 1993
4. Air-cooled Heat Exchangers (amendment 1) IS 10470 : 1983 (reaffirmed 1991)
5. Packaged Air-conditioner (amendment 1991) IS 8148 : 1976 (reaffirmed 1991)
6. Hermetic Compressors
IS 10617 : Part I, II & III 1983
(reaffirmed 1991)
7. Suppliers Data Sheet for clean air equipment
(laminar flow)
IS 12357 : 1998
8. Thermostats for use in refrigeration etc. IS 11338 : 1965 (reaffirmed 1991)
9. Code of practice for design and construction of
flue chimneys
IS 11338 : 1965 (reaffirmed 1991)
10. Metal Duct Work IS 655 : 1963 (reaffirmed 1991)
11. Steel for general structural purpose IS 2062 : 1992
12. Piping Work IS 1239 Part I & II 1990 / 1992
IS & BS : 3601
13. Welding IS : 3589
14. Refrigeration As per ASHRAE / ISI Air-conditioning
and Refrigeration Air-conditioning
institute Standards.
15. Hot Dip Zinc Coated Steel Tubes IS 4736 : 1968
16. Gate Valves for Water lines IS 778 : 1980
17. Copper Alloy Gate Globe Check Valve for water
lines
IS 778 : 1980
18. Butterfly Valve IS 13095 : 1991
19. Steel Pipe flanges IS : 6392
20. Gaskets IS 638 : 1979 (reaffirmed 1993)
21. Mild steel tubes and fittings IS 1239 Part I & II
22. Dual plate Check Valve for Water Lines AP : 194
23. Colour code for the identification of pipe lines IS 2379 : 1963
24. Specific requirements for the direct switching of
the individual motors.
IS 4064 ( Part II) 1978
25. PVC insulated (HD) Electric Cables for working
voltage up Including 1100 Volts.
IS : 1554 ( Part I)
26. HRC Cartridge fuse links upto 650 Volts. IS 2208 : 1976
27. Starter IS 8554 ( Part I) 1979
28. Inspection and testing of installation IS 732 ( Part III) 1979
29. Galvanized steel wire for fencing IS 277 : 1977
30. Three phase induction motors IS : 325
31. PVC insulated (heavy duty) cables for working
voltage up to 1.1. KV and up to 11 KV Grade
respectively.
IS 1554 : 1981 Part I & II
32. Code for practice for electrical wiring installations. IS 732 : 1989
33. Code for practice for earthing IS 3043 : 1966
34. Horizontal centrifugal pumps IS : 1620
35. Centrifugal fans (1st. Division) IS 894 : 1987 (reaffirmed 1991)
36. Wrought aluminum and aluminum alloy sheet and
strip for general engineering purposes.
IS : 737
37. Mild steel tubes, tubular and other wrought steel
fittings.
IS : 1239
38. Bourden tube pressure and vacuum gauges. IS : 3624
39. Glossary of terms used in refrigeration and air-
conditioning.
IS : 3615
40. Code for practice for standard for selection of
standard worm and helical gears.
IS : 7403
41. Three phase induction motors. IS : 325
42. Specification for single phase small A/C and
universal motors
IS : 996
43. Specifications for flame proof motors IS : 2148
44. Circuit breaker A.C IS 2516 : 1980 Part I & II
45. Contactors for A.C for voltage upto 1100 V. IS 2959 : 1975
46. Low voltage switch gear and control gear
assemblies.
IS 8623 : 1993 Part I & II
47. Code of practice for selection of starters for AC
induction motors
IS 3914
48. Specification for cables glands IS 4821
49. Code for selection, installation and maintenance
of switch gear and control gear.
IS 10118 : 1982 Part I to IV
50. Conduits for electrical installations IS 9537 : 1981 Part I to IV
51. Permissible limits of noise level for rotating
electrical machines.
IS 12065 : 1987
52. Code of practice for installation and maintenance
of motors
IS 3106 : 1966
53. Bourden tube pressure and vacuum gauges IS : 3624
54. Code of practice for selection of standard worm
and helical gear boxes.
IS : 7403
55. Mild tubes, tubulars and other wrought steel
fittings.
IS : 1239
56. Electrically welded steel pipes for water, gas and
sewage.
IS : 3589
57. Gun metal gate, globe and check valves for
general purposes.
IS : 778
NOISE AND VIBRATION CONTROLS:
The air conditioning contractor must take all necessary precautions to have minimum noise
generation and its transmission. Minimum vibration as permitted by IS relevant code shall be
ensured. A few points for guidance only are given below:
a) Double fire retardant flexible connections shall be provided from air discharge to outlet of air-
handler to the duct.
b) Vibration isolation pads of suitable thickness commensurate to loading for isolation of vibration
shall be provided under all pumps, air handlers fans etc. in consultation with manufacturer for
proper selection of vibration isolators.
c) Vibration isolation springs of suitable size to suit the weight of Air Cooled chilling machine if
recommended by the manufacturer for elimination of vibrations shall be provided as suitable for
type and model of Air Cooled chilling unit.
d) The floor supported piping shall be mounted on pipe supports with 7.5mm ribbed neoprene pads
between the base plate of the pipes and the floors.
e) In case of ducts, conduits, pipes and tubes the annular space between construction and
penetrating element shall be sealed suitably.
f) All ducts starting from air handling unit shall be provided with acoustic lining as indicated in the
tender drawings.
g) The air-conditioning contractor shall take all other precautions or shall make his own
arrangements even if not specified in the tender documents for eliminating high noise levels
and shall minimize vibrations in all mechanical equipments without any additional cost.
INDIGENOUS SCROLL AIRCOOLED CHILLERS:
The specification under this section covers the supply, installation, testing and commissioning of the
INDIGENOUS AIRCOOLED CHILLERS conforming to these specifications and in accordance with
the requirements of the schedule of equipment.
SCROLL AIRCOOLED CHILLERS: The indigenous Air-cooled Water chilling machine shall consist of multiple number of SCROLL
compressors, liquid refrigerant cooled motor evaporator, air cooled condenser, factory mounted
microprocessor based panel and interconnecting refrigerant piping, expansion valve controls and
accessories to make it compact and efficient unit.
The driving motor shall be suitable hermetic type protected against damages by means of built in
protection devices and suitable for 415 +/- 10% Volts, 50Hz, Ac supply.
EVAPORATOR: The shells shall be fabricated from carbon steel plate. Evaporator is to be designed, tested and
stamped in accordance with ASME code for refrigerant side working pressure of 300 Psig. All tube
sheets are carbon steel. Evaporator tubes are individually replaceable. Standard tubes are externally
finned, internally enhanced seamless copper with lands at all tube sheets. Evaporator tubes are of
25mm diameter and condenser tubes are 19mm. Diameter.
Tubes are mechanically expanded into tube sheets.
All water pass arrangements are available in either flat-faced flange (150 or 300 psig waterside) or
marine configuration with grooved connections (300 psig waterside). All connections may be either
right or left handed. Waterside is hydrostatically tested at one and half times design working pressure,
but should not be less than 225 psig.
The insulation of evaporators shall be as per manufacturers standards and factory insulated only.
AIRCOOLED CONDENSORS:
The air-cooled condenser coils shall be fabricated out of copper tubes expanded into aluminum fins.
The direct drive discharge fans with fan guards driven by total enclosed motors having class F
insulation with IP- 55 protection of lower RPM motors of 915 or less shall be preferred. The integral
cooler & sub cooler circuits shall form part of condenser circuits. The leak tests shall be conducted at
the factory at 21 bar and pressure rated for 35 bar pressure. The system shall have atleast two
independent refrigerant circuits and each circuit shall have removable core filter dryer, liquid line shut
off valves, high pressure relief valves electronic expansion valves minimizing superheat in the
evaporator so as to allow chiller to operate at reduced condensing temperatures. aluminum fins. The
direct drive discharge fans with fan guards driven by total enclosed motors having class F insulation
with IP- 55 protection of lower RPM motors of 915 or less shall be preferred. The integral cooler &
sub cooler circuits shall form part of condenser circuits. The leak tests shall be conducted at the
factory at 21 bar and pressure rated for 35 bar pressure. The system shall have atleast two
independent refrigerant circuits and each circuit shall have removable core filter dryer, liquid line shut
off valves, high pressure relief valves electronic expansion valves minimizing superheat in the
evaporator so as to allow chiller to operate at reduced condensing temperatures.
REFRIGERANT: The INDIGENIOUS AIRCOOLED CHILLERS shall be selected on R-22 /R-134 A refrigerant only.
The water chilling unit should be fully factory charged with refrigerant and oil and spare refrigerant
and oil must be sent along with the machine for topping up of as and oil if required,
REFRIGERANT CIRCUIT:
A multiple orifice control system consisting of an expansion valve and a fixed orifice, maintains
refrigerant flow.
MAIN CONTROL PANEL:
Factory mounted main control panel is to provided with all starters, phase indicating lights, voltmeter
pressure cutouts, safety switches, pre wired and factory tested etc. should be weather protected with
IP- 55 protection.
SELECTION OF WATER CHILLING UNIT:
The Water chilling unit should be selected for the duty as specified in schedule of equipment.
INSTALLATION:
The chilling machine shall be installed over a cement concrete platform on flooring and shall be
adequately isolated as per manufacturers recommendations against transmission of vibration to the
building structure. For open type units, special attention shall be paid to the alignment of the drive and
driven shaft, final alignment shall be checked at the site
in the presence of the contractor sing dial indicator.
PAINTING: The Indigenous Air-cooled water Chilling machine shall be finished with durable enamel paint. The
shop coats of paint that have become marred during shipment or erection, shall be cleared of win
mineral spirit, wire bushed and spot primed over the effected areas, than be coated with enamel
paint.
PERFORMANCE RATING:
The unit shall be selected for the lowest operating noise level. Capacity ratings, and power
consumption with operating points clearly indicated, shall be submitted and verified at the time of
testing and commissioning of the installation. The architects / consultant / clients representatives shall
witness the capacity tests if need be at manufacturers works and all costs towards to and for air fare,
lodging and boarding expenses shall be borne by the client.
Power consumption shall be computed from measurements of incoming voltage and input current and
energy measure meters.
TESTING:
a) Unit capacity in tons refrigeration, shall be computed from the temperature reading and water flow
measurements. Flow measurements shall be through flow meters. Computed results shall tally
with the specified capacities as furnished with tender.
b) All instruments, services needed for the test required for the computation of capacities and power
consumption shall be provided by the contractors themselves. All instruments shall be calibrated
and contracts shall produce calibration certificate in support.
c) Tenderer shall furnish detailed certificates of tests carried out on test bed in the factory.
d) The total frame of air-cooled chillers should be well protected by epoxy or equivalent coating to
take care of coastal installation and high sulphur contents in atmosphere to avoid corrosion.
PUMP SETS:
This section deals with supply, erection, testing and commissioning of water pump sets conforming to
general specification and suitable for the duty selected. The type, capacity and size of pumps shall
suit the parameters given under Schedule of Equipment. The Pumps selected should have high
efficiency, which should be supported by selection charts and curves.
MONOBLOCK PUMPSETS:
The construction of mono block pumps shall be as follows and as per ISI 1520.
Duty Chilled water Casing Cast Iron
Impeller Bronze
Shaft Steel
Bearings Ball
Base Plate Cast Iron / MS
Speed 2900 RPM
Motor TEFC
Starter DOL
The impellers of pumps shall be statically and dynamically balanced.
The following accessories shall be provided with each pump and not limited to the list.
a) Air vent Cocks.
b) Lubrication fittings and seals.
c) 25mm G.I. Drain piping up to the nearest drain point.
d) Suction and Discharge shut of valves.
e) Discharge check valves
f) Delivery pressure gauges of 150mm diameter.
The quantities of item (c) to (f) have been separately quantified under Bill of Quantities and should
not be estimated along with the pump.
The installation of pumps shall be carried out by the contractor as per manufacturer’s
recommendations. The pumps shall be mounted on concrete foundations with vibration isolators
sand-witched between foundation and pumps. As far as possible, the pump sets shall be factory
aligned and if necessary site alignments shall be done by experienced and trained personal. The
pumps shall be installed in such a manner that maintenance could be done without causing damage
to the insulation.
AIR HANDLERS: SCOPE :
This section deals with supply installation testing and commissioning of air handlers of various
capacities as given in Bill of Quantities and confirming to the following specifications.
TYPE:
The horizontal or vertical type air handlers should be of double skin construction, draw through type
comprising of various sections such as pre-filter section, cooling coil section, fan section etc.
CAPACITY:
The air handling unit capacities, maximum motor H.P, static pressure, cooling coil area, pre-filters etc.
shall be according to Schedule of Equipment & Bill of Quantities.
DOUBLE SKINNED CASING:
The casing shall be self supporting type, factory fabricated and assembled made of extruded
anodised aluminum hollow sections to make a rigid frame structure. The frame shall be assembled
using pressure die cast aluminum joints. The self supporting unit shall consist of sandwiched panel
made out of 0.6mm thick pre-plasticide sheet outside and 0.6mm GI sheet inside duly factory
fabricated insulated with 23 mm thick injected PU foam insulation of density of 30 Kg/CMT in between
(As specified in Bill of Quantities). The insulated panels shall be bolted to main frame with
neoprene rubber gaskets held captive in the framed extrusion to make it leak proof. Suitable air tight
access doors / panels with pressure die cast aluminum hinges and nylon handles and locks shall be
provided for access to various sections for maintenance. The entire housing shall be mounted on
Extruded Aluminum channel frame work having pressure die cast aluminum jointers or the frame
work shall be joined together with corner plates. Condensate Drain Pan shall be constructed of 22
gauge Stainless steel sheet with all corners welded with uniform slope from all sides leading to drain
pan ensuring no stagnation of condensate water.
SINGLE SKINNED CASING:
The casing shall be self supporting type, factory fabricated & assembled made of extruded anodised
aluminum hollow sections to make a rigid frame structure. The frame shall be assembled using
pressure die cast aluminum joints. The self supporting unit shall consist of 18 G pre-plasticide / pre-
coated GI sheet body factory fabricated. The AHU casing shall be insulated with with 23 mm thick
injected PU foam insulation of density of 30 Kg/CMT from inside. The casing shall be bolted to main
frame with neoprene rubber gaskets held captive in the framed extrusion to make it leak proof.
Suitable air tight access doors / panels with pressure die cast aluminum hinges & nylon handles and
locks shall be provided for access to various sections for maintenance. The Entire housing shall be
mounted on Extruded Aluminum channel frame work having pressure die cast aluminum jointers or
the frame work shall be joined together with corner plates Condensate. Drain Pan shall be
constructed of 22 gauge polished stainless steel sheet with all corners welded with uniform slope
from all sides leading to drain pan ensuring no stagnation of condensate water. Drain Pan shall be
insulated with 10 mm thick nitrile foam.
MOTOR AND DRIVE:
The fan motors shall be 415 ± 10% volts, 50 ± 5 % HZ, 3 phase TEFC SQ. Cage induction motor.
The motor shall be specially designed for quiet operation & motor speed shall not exceed 1440 RPM.
Drive to fan shall be provided through belt drive arrangement. Belts shall be of the resistant type only.
FAN OF DOUBLE/ SINGLE SKINNED AIRHANDLING UNITS: The casing shall have heavy gauge GI construction forward curved DIDW fan statically and
dynamically balanced mounted on EN8 solid shaft or C 40 carbon steel. The supply air DIDW fan
shall be forward curved. The fan impeller shall be supported to housing with angle iron frame and
pillow block heavy duty ball bearing. The fan shall be selected for a fan speed not exceeding 1000
RPM. and fan outlet velocity shall be below 10.2 meter / sec. The fan housing with TEFC Sq. Cage
motor shall be mounted on a common adjustable base frame on vibration isolators in case the
impeller diameter is exceeding 450 mm and rubber turret mounts vibration isolators for fan diameter
up to 450mm diameter. The fan motor shall be installed inside the housing of air handling unit to keep
low noise level. The assembly for fan and motor shall be of aluminum extruded section only.
COOLING COILS:
The cooling coil shall be made of aluminum fins and copper tubes of dia.12.5mm or 16mm OD. The
minimum no. of fins / cm for cooling coils shall be 4.7. The bonding of aluminum fins with copper
should be done hydraulically. The tube thickness shall be 24 G and fin thickness shall be 36 G. The
cooling coil should be tested for leaks at a hydraulic pressure of at least 21 Kg / sq.cm. for a minimum
period of 3 hours at works. The velocity across face should be limited to 152 metre / minute. In case
of chilled water coils the design should be such to limit water velocity to maximum of 2.5 m / sec.
FILTERS:
Each unit shall be provided with a factory assembled filter section containing washable synthetic tube
air filters having extruded aluminum frame having filtration capacity of 10 micron particle size with an
efficiency of 90%. Filters shall fit so as to prevent by pass. Holding frames shall be provided for
installing a number of filter cells in banks. These cells shall be held within the frames by sliding the
cells between guiding channels. Face velocity across filters shall not exceed 152 MPM.
ACCESSORIES:
The following accessories must be provided with each air handlers.
a) Auto air vents with globe valve at highest point in the chilled water pipe in all AHU rooms without
any additional cost.
b) Borden type pressure gauge conforming to IS 3624 with gun metal globe valves shall be provided
at the inlet and outlet of coils (as per Schedule of Quantities).
c) V form Thermometers with metal guards shall be provided at inlet and outlet of water of cooling
coil (as per Schedule of Quantities).
d) Balancing valves at coil outlet and butterfly valve and Y-Strainer at coil inlet (as per Schedule of
Quantities).
TESTING:
The testing of AHU shall be done as per the procedure indicated in Specification.
FAN COIL UNITS:
This section deals with supply, erection and commissioning of fan coil units conforming to general
specifications and suitable for duty selected as indicated in Schedule of Equipment.
The horizontal type of fan coil units shall be complete with centrifugal blowers of aluminum
construction, 3 speed permanent split-capacitor type fan motor, cooling coil, sandwiched insulated
drain pan, ball valve sets etc.
The outer casing of Fan Coil Unit shall be of 18G cold roll sheet of suitable size to accommodate all
piping and controls.
The drain pan shall be in double skin construction made of 22G SS sheet duly insulated and of sufficient size to accommodate all controls, valves, copper connection ensuring no stagnation of condensate water.
The cooling coil shall be 4 row deep having at least 4.7 fins / cm. The fins configuration of Sigma flow
or plain fin shall be acceptable. The OD of copper tube shall be 10 mm minimum and wall thickness
of 0.5 mm.
The fan shall be centrifugal, forward curved driven by 3 speed permanent split capacitor type fan
motor. The Fan Coil Units shall be provided with the following accessories given below.
a) Double fire retardant Canvass Connection.
b) 12 mm thick cleanable aluminum filters with aluminum frame.
c) Strainer with ball valve at inlet & ball valve at outlet.
d) Balancing valve in return chilled water line.
e) Copper connections between chilled water lines, controls etc.
f) Electrical wiring between motors.
It may be noted that all accessories specified above shall be provided along with the Fan Coil Unit
and shall be included in the price of Fan Coil Unit.
Each Fan Coil Unit shall be tested at factory and complete in all respects. The sound level of the unit
should not exceed 40 dB. The test certificate shall be furnished with each Coil Unit. It is necessary to
design the fan coil unit in a way to have silent operation. The Fan Coil Unit shall be powder coated both internally and externally. DESIGN PARAMETERS OF FAN COIL UNITS:
The design parameters of Fan Coil Units are given below:
FAN COIL UNIT - CEILING SUSPENDED: a) Capacity b) Air quantity CMH c) Fan Static pressure d) Face area of cooling Coil (SMT) minimum e) No. of fins / cm f) No. of rows deep
1.0TR 1.5 TR 2.0 TR 2.5 TR 3.0 TR 680 1020 1360 1700 2040 ------------------------- 10MM------------------------- 0.129 0.17 0.23 0.293 0.325 ---------------------------- 4.70 ------------------------- 3 3 4 4 4
g) Motor HP (Single Phase) ----------------- To suit the requirement ------------------ h) 22 G SS Insulated tray -----------------------------YES --------------------------------- i) Type of painting ----------------------Powder coated finish only-------------
TESTING: The fan coil units shall be tested as per Performa Test Readings. THERMAL / ACOUSTIC INSULATION: This section deals with supply and fixing of thermal / acoustic insulation of ducts, pipes etc. as per
the specification given in this section.
MATERIAL OF INSULATION:
The insulation material of the following kind shall be used for cold insulation.
a) RESIN BONDED FIBRE GLASS WOOL: The Thermal conductivity values in W/m.K of fiberglass shall confirm to following:
Mean Temperature °C Density In Kg / Cmt Thermal Conductivity W/m.k
For Duct Insulation
25°C 24 0.033
50°C 24 0.039
For Duct Lining
25°C 48 0.030
50°C 48 0.033
No of Corrections Signature of Tenderer -44-
b) Expanded Polystyrene
The density of expanded polystyrene shall not be less than 20 kg per cubic meter and the thermal
conductivity shall not exceed 0.031 Kcal./ hr.m °C at 10 °C mean temperature.
The sample of insulation material shall be submitted for approval to the Engineer in Charge and the
sample shall be tested for thermal conductivity values by the contractor at his own expense. Adhesive
used for setting the insulation shall be non-flammable, vapour proof, CPRX compound.
INSULATION ON SHEET METAL DUCTING
The thickness of insulation used on ducting shall be as detailed below:
Conditioned space
a) Supply Air Duct Insulated with factory Pre-laminated 25mm thick Fibre Glass as shown in the
tender drawing.
b) Return Air Insulated with factory Pre-laminated 25mm thick Fibre Glass as shown in the
tender drawing.
c) Fresh Air Duct Insulated with factory Pre-laminated 25mm thick Fibre Glass as shown in the
tender drawing.
d) Plenums Lined internally with 25mm thick fiberglass rigid board as shown in the
tender drawing.
e) FCU Collars Lined internally with 12 mm thick fiberglass rigid board as shown in the
tender drawing.
The application of insulation should be carried out in workman like manner as detailed below. INSULATION OF DUCTING WITH ALUMINUM FACED FIBERGLASS: a) Duct surface to be cleaned thoroughly
b) To apply two coats of CRPX compound.
c) To fix factory pre-laminated aluminum faced fibre glass insulation of density 24 Kg/cmt of specified
thickness.
d) Fix self-adhesive aluminum tape of 50 mm width on all longitudinal / transverse joints.
e) Finally fix PVC straps of 25mm width at every 300mm centre to centre. ACOUSTIC LINING OF DUCT:
The material to be used for duct lining shall be 12 / 25mm thick resin bonded fibre glass rigid board
having a density of 48 Kg/m³ and covered with 0.5 mm thick perforated aluminum sheet. The lining of
initial length of the duct shall be done as shown in the tender layout drawings & shall be carried out as
follows.
a) Clean the duct piece thoroughly,
b) Fix the board of suitable thickness inside the duct and cover with fibre glass tissue paper.
c) Cover the insulation board with 0.5mm thick perforated aluminum sheet with at least 20%
perforation.
d) Secure the insulation board and aluminum sheet with cadmium coated bolts nuts and cup washers
/ steel screws.
e) Finally seal the ends completely, so that no lining material is exposed.
No of Corrections Signature of Tenderer -45-
INSULATION OF PIPES: The chilled water pipes & condensate drain water pipes shall be insulated with 50 mm and 25 mm
thick expanded polystyrene pipe section respectively. Expanded polystyrene of P quality shall be
used. The application of insulation on pipes should be carried out in workman like manner as
mentioned below:
INSULATION OF PIPES WITH ALUMINIUM CLADDING:
a) The pipe to be insulated should be cleaned thoroughly with steel brush for removing dirt, rust and
grease.
b) Apply a coat of Zinc chromate primer and 02 coats of cold setting adhesive CPRX compound on
pipes.
c) Fix insulation of specified thickness tightly and seal all joints with adhesive compound.
d) Insulated surface should be wrapped with two layers of 400G polythene sheet with over lapping
longitudinal and transverse joints.
e) To apply self adhesive tape for firm holding of polythene sheet in position at interval of 500 mm.
f) Finish the surface with 0.5 mm thick aluminum sheet fixed with the hand operated roller machine
(Grooving Machine) and finally to be fixed with self tapping screws.
NOTES: NO INSULATION TO BE APPLIED BEFORE LEAK TESTS. INSULATION OF VALVES AND FITTINGS IN CHILLED WATER LINE:
All valves, fittings, flanges, strainers etc. in the chilled water line shall be insulated in the same
manner as described above for chilled water pipes with 50 mm thick uniformly cut pieces from slabs of
expanded polystyrene duly aluminum cladded. Care should be taken to ensure that no damage would
be caused to the insulation when valves or strainers are operated.
PUMP AND ACCESSORIES: All chilled water pumps and accessories shall be insulated with 50mm thick expanded polystyrene.
EXPANSION TANK:
Expansion tank shall be insulated with 50mm thick expanded polystyrene in two layers of equal
thickness. The method of application of insulation shall be same as described for insulation of piping.
The final finish shall be done with 0.5mm thick aluminum sheet cladding.
AIR CIRCULATION SYSTEM: This section deals with supply, erection, testing and balancing of GI sheet metal duct work and air
registers conforming to specifications as given below:
MATERIAL FOR DUCTING: The duct shall be fabricated out of galvanised sheet, class VIII (Zinc coating 120 gm/m² as per the
parameters given below which are conforming to IS 655-1963).
No of Corrections Signature of Tenderer -46-
MAXIMUM SIDE
THICKNESS OF GI SHEET
TYPE OF TRANSVERSE JOINT CONNECTIONS
BRACING
(1) (2) (3) (4) mm mm
Up to 300 0.63 S-drive, pocket or bar Slips, on 2.5m centers None
301 to 600 601 to 750
0.63
S-drive, pocket or bar slips, on 2.5m centres S-drive, 25mm pocket or 25mm bar slips on 2.5m centers.
None 25 x 25 x 3 mm angles, 1.2m from joint
751 to 1000
0.80 Drive, 25mm pocket or 25mm bar slips, on 2.5 m centres 40 x 40 mm angle connections,
25 x 25 x 3 mm angles, 1.2 m from joint
1001 to 1500 or 40-mm bar slips, with 35 x 3 mm bar reinforcing on 2.5 m centres.
40 x 40 x 3 mm angles, 1.2 m from joints
1501 to 2250 1.00 40x40x3mm angle connections, or 40mm bar slips, 1m maximum centres with 35 x 3 mm bar reinforcing.
40 x 40 x 3 mm diagonal angles, or 40 x 40 x 3 mm angle 60 cm from joint.
2250 to above* 1.25 50 x 50 mm angle connections, or 40mm pocket or 40 mm bar slips, 1m maximum centres with 35 x 3 mm bar reinforcing.
40 x 40 x 3 mm diagonal angles, or 40 x 40 x 3 mm angle 60 cm from joint.
* Ducts 2250 mm and larger require special field study for hanging and supporting methods.
In addition to above the following points should be also taken into account while fabrication of ducts.
All ducts of size larger than 450mm shall be cross broken.
All ducts shall be supported from the ceiling / slab by means of MS rods of dia 9mm with MS angle of
size 40 x 40 x 5 mm at the bottom with neoprene pad in between the duct and MS angle. The ducts
shall be suspended from the ceiling with the help of dash fasteners. Provision for necessary ancillary
materials required for hanging the ducts shall be arranged by the contractor.
The vanes shall be provided wherever required and shall be securely fastened to prevent noise and
vibration.
The rubber gasket shall be installed between duct flanges in all connections and joints.
All flanges and supports should be primer coated.
The flexible joints shall be fitted to the delivery side of AHU fans with Fire Retardant Double canvass.
The length of flexible joints should not be less than150 mm and not more than 300 mm between
faces.
The ducting work can be modified if deemed necessary in consultation with the AC Consultant to suit
actual site conditions in the building.
Box Type Dampers and Splitters
These dampers shall be provided in the ducting work for proper control and balancing of air
distribution. All dampers shall be louver type robust construction.
These dampers shall be fitted with easily accessable operating mechanism, complete with links,
levers, quadrant for proper control and setting in a desired position. The position of the handle of the
damper operating mechanism shall be clearly visible and shall indicate the position of the damper in
the duct. All dampers, splitters shall be fabricated out of G.S. sheet of two gauges higher than the
duct piece having these fittings. Dampers shall be installed in duct at all required locations.
No extra payment shall be made separately since these form part of Air Circulation System. NOTE: In case angle iron supports are not feasible to be installed for supporting the ducts due to
height constraint then the contractor shall support the ducts with M.S flats of at least double the
thickness of the angle iron supports.
No of Corrections Signature of Tenderer -47-
A) THE SUPPLY AND RETURN AIR GRILLS AND CEILING DIFFUSERS: The supply and return air grills and ceiling diffusers shall be made of powder coated extruded
aluminum sections. The supply air grills / diffusers shall be provided with screw operated opposed
blade volume control device made of extruded aluminum in black anodised finish.
All grills / diffusers shall have soft continuous rubber / foam gasket between the periphery of the grills /
diffusers and surface on which it has to be mounted. The colour of grills / diffuser shall be as per the
approval of the Architect.
B) LINEAR SUPPLY AND RETURN GRILLS: The linear continuous supply / return air grills shall be made of powder coated extruded aluminum
construction with fixed horizontal bars. The thickness of fixed bar louvers shall be 5mm in front and
the flange shall be 20mm wide with round edges. The register shall be suitable for concealed fixing
and horizontal bars of the grills shall mechanically crimped from the back to hold them.
The colour of grills shall be as per the approval of the Engineer in Charge. The volume control device
made of extruded aluminum construction in black anodised finish shall be provided in supply air duct
collars only.
C) FRONT FIXED BAR REAR ADJUSTABLE LOUVERED GRILLS: The grills shall be made of powder coated extruded aluminum construction with front fixed horizontal
bar at 0 degree inclination with one way or two way deflection with rear vertical individually adjustable
louvers in black shade mounted on Nylon bushes to hold deflection setting under all conditions of
velocity and pressure.
The colour of grills shall be as per the approval of the Engineer in Charge. The volume control device
of extruded aluminum construction in black anodised finish shall be provided in supply air duct collars.
D) SQUARE / RECTANGULAR CEILING DIFFUSERS:
The square / rectangular ceiling diffusers shall be made of powder coated extruded aluminum
construction with flush fixed pattern. The diffusers shall have Anti-Smudge ring and spring loaded
removable central core in various pattern for air flow direction.
The diffusers shall be mounted by concealed screw fixing arrangement. The volume control device of
extruded aluminum construction in black anodised finish shall be provided in supply air diffusers. The
colour of diffuser shall be as per the approval of the Architect.
E) VOLUME CONTROL DEVICE: The opposed blade volume control device shall be made of Powder Coated extruded aluminum
construction in black anodised finish. Opposed blades shall be pivoted to extruded aluminum frame
with Nylon bushes. Specially designed blade shall have an overlapping lip which shall ensure a tight
closure.
No of Corrections Signature of Tenderer -48-
F) FRESH AIR INTAKE LOUVERS WITH BIRD SCREEN:
The fresh air intake louvers at least 50mm deep will be made of powder coated extruded aluminum
construction. Bird / insect screen will be provided with the intake louvers.
The blades shall be inclined at 45 degree on a 40mm blade pitch to minimize water ingress. The
lowest blade of the assembly shall be extended out slightly to facilitate disposal of rain water without
falling on door / wall on which it is mounted.
The intake louvers shall be provided with factory fitted aluminum construction volume control dampers
in black anodised finish.
PAINTING: All ducts collar / shoot behind the grills / diffuser shall be given at least two coats oil black enamel
paints.
TESTING:
The complete duct system shall be tested for air leakage & complete air distribution system shall be
balanced in accordance with air quantities indicated on the approved drawing.
CONTROL SYSTEM:
This section deals with supply, installation and testing, commissioning of necessary controls
(automatic) and instruments conforming to these specifications and shall be in accordance with
schedule of quantities.
The various controls listed below shall be electrically operated and in case of low voltage controls the necessary step down transformer shall be provided with each control.
All automatic controls shall be as detailed in specifications.
CONTROLS FOR AIRHANDLER: Three way modulating valves: The three way modulating valves shall be provided in chilled water line to the cooling coil of Air-
handlers which is actuated by a proportionating thermostat. The three-way valve shall be selected for
valve authority value in the range of 40 % to 60 %.
These valves shall consist of bronze metal valve body with stainless steel trim with linear flow
characteristics. Modulating motor suitable for 24 volts AC supply shall be complete with 220/24 volts
transformer and shall be suitable for operation with a signal of 0-10 volt DC from the proportionating
thermostat.
The pressure drop across valve for air-handler unit shall not exceed 5.0 PSI.
The valve linkages shall be of the same make as of valves and modulating motor.
THERMOSTATS: a) Snap Acting Thermostat for FCU:
These shall be electrically operated fixed differential type with the sensing elements located in the
return air passage. The exact mounting arrangement, profile etc. shall be derived as per location
requirements.
No of Corrections Signature of Tenderer -49-
b) Proportionating Thermostat for AHU: For Air-handlers, three way mixing valves shall be proportionately operated based on return air
temperature & is suitable to operate in the range of 14 to 30 °C.
INSTRUMENTS: Thermometer: The alcohol filled V-form thermometer shall have range of 50 deg.C. for air-
conditioning application . These shall be provided at inlet / outlet of condensers, chillers, air-handlers.
Pressure Gauges : The pressure gauges shall be dial type of 150 mm dia to be installed at
inlet / outlet of condensers, chillers, air-handlers and at suction and discharge sets of pump-sets. The
pressure gauges shall be connected to the pipes by proper dia copper pipe with shut off cocks
required for gauges protection during testing.
ELECTRICAL MOTORS AND STARTERS:
This section deals with supply, installation, testing and commissioning of all types of motors used for
pumps, air-handlers, cooling towers etc. The motor installation, wiring and its control shall be carried
out in accordance with the specifications as detailed below.
MOTORS: MAKE OF MOTORS:
The make of motors shall be as specified in List of Approved Make.
The winding of motors shall be class F insulation and suitable for local conditions.
The insulation of motors shall conform to IS : 325 / 1978.
All motors shall comply with IS : 325, IEC-34.1 or BS - 2313, IEC - 72.1 for foot mounted motors.
The rating of the motor shall be as indicated in the Schedule of Equipment & Bill of Quantities. The motors shall be selected on the basis of ambient temperatures and allowable maximum
temperature rise.
Motor above 1HP shall be three phase unless otherwise specified.
All motors shall be rated for continuous duty as per IS:325. Motor shall be suitable for operation on
415 volts ± 10% volts, 50 ± 5% Hz AC supply (or 230 ± 10% volts, 50 ± 5% Hz for single phase AC
supply).
Motors shall be provided with cable box to receive Aluminum conductors, PVC insulated, PVC
sheathed and armoured cables.
All motors shall be provided with combination of ‘Ball and Roller Bearing’. Suitable grease nipples for
regreasing the bearing shall be provided.
Manufacturer’s test certificate shall be furnished for the motors above 1 HP.
MOTOR STARTERS:
All starter shall conform to IS: 13947.
All starter should have suitable range of voltage and frequency.
All starter shall have integral stop/start push button of international colour code.
Contactor shall have number of poles as required for appropriate duty. Contacts should be made of
solid silver faced and shall be suitable for at least 40 contacts per hours. In event of power failure, the
starter should automatically disconnect.
No of Corrections Signature of Tenderer -50-
All starters shall be provided with thermal over load relay.
All star delta starters shall have adjustable timers.
Rating of motors shall be selected to suit the application as indicated in the Schedule of Equipment.
All starters shall be provided as specified in Bill of Quantities. All starter shall be compatible to the
drive and driven equipment.
Auxiliary contacts for interlocking purpose shall be provided in the starter.
INSTALLATION OF MOTORS:
The motor and drive machine shall be fixed on slide rails to facilitate belt and other adjustments.
Vibration isolation arrangement shall be provided.
The installation of motor shall be carried out as per IS:900.
The motor with driving equipment shall be mounted on foundation and connected to each other with
flexible coupling with guard in condenser and chilled water pumps.
All motors after installation shall be tested at site for vibrations, heating and electrical insulation
resistance by AC contractor.
MOTOR CONTROL CENTRE (MV PANEL), AHU SUB-PANEL: This section deals with supply, installation, testing and commissioning of Motor Control Centre (MV
panel), AHU Sub-Panels etc. and shall be manufactured by CPRI approved venders. The power / control cabling and earthing work shall be carried out as per the specification given below:
SCOPE:
All work shall confirm to Indian Electricity Act (amended upto date), I.S. code of practices local rules
and regulations etc. Power cabling shall be carried out with approved make of cables as indicated in
the List of approved make of equipment / materials and shall be of grade 1100 volts, PVC
insulated and sheathed, armoured aluminum conductors cables. Control cabling shall be of approved
make and shall be of grade 1100 volts, PVC insulated & sheathed, copper conductor armoured
multicore cables as specified in BOQ.
MOTOR CONTROL CENTRE (MV PANEL) / AHU SUB-PANEL:
Motor control centre (MV Panel) floor mounted extendable type and wall mounted AHU sub-panel
shall be fabricated out of 14G C.R.C.A. Sheet. These panels shall be cubical sectionalised type,
totally enclosed dust & vermin proof. Gaskets shall be provided in all joints to prevent dust to reach
the internals of the panels to make it completely dust proof.
The degree of protections for panels shall be IP 52 for indoor applications and IP 55 for outdoor
applications as per IS:2147.
This panel (MV) shall be suitable for voltages upto 500 volts, three phase 50 Hz, 4 wire supply
capable of functioning satisfactorily in temperature ranging up to 45 to 50 degree centigrade and
rupturing capacity suitable for connected load and design should be type tested for 42 KA fault level.
All joints of panels shall be welded and braced as necessary to provide a rigid support for all
components. The base channel provided in the floor mounted MV panel shall be 75mm high and a
clear space of 200mm between the floor and the bottom most part of the unit shall be provided. The
panel shall be correctly positioned. Self- threading screws shall not be used in the construction of
control panels.
No of Corrections Signature of Tenderer -51-
Appropriate knock-out holes of proper sizes shall be provided for incoming and outgoing cables. The
facility for bottom or top entry of cables in the panels shall be provided. Necessary cables clamps
shall provided for holding the cables in position. All power/control wiring inside the panel shall be
colour coded and control wiring ferruled for identification purpose. All labeling shall be provided in
engraved anodized aluminum strips on the front face of the panel.
Each circuit breaker shall be housed in separate compartments. It shall have steel sheets on top and
bottom of compartment. The steel sheet hinged door shall be interlocked with the circuit breaker on
the “ON” position. When the breaker is on the “ON” position, suitable preventive measures shall be
provided, such as interlocks, to prevent the breaker from being drawn out. When the breaker is in
“ON” position steel sheet shall be provided between the tiers in the vertical section. The door of this
compartment shall not form part of the draw out arrangements.
BUS-BARS:
The bus-bar and its connections shall be aluminum Electrolytic grade E-91 as per IS: 5082 and shall
be of rectangular section. These should be suitable for full load current for phase bus-bar and neutral
bus-bar shall be of half rated current capacity. The bus-bar should have provision on either side for
extension. The bus-bar should be sleeved with colour coded heat shrinkable PVC sleeve. Bus-bar
supports shall be of fibre glass reinforced thermosetting polyester having in built and tracking barriers
to break the path of conducting dust through moulded ribs.
In panels bus-bar connections shall be done by drilling holes with cadmium coated bolts and nuts.
Extra cross section shall be provided to compensate drilling of the holes.
Insulated aluminum strips of suitable size of full rated current capacity shall be used for
interconnecting bus-bar and breaker.
A horizontal / vertical wire way shall be provided for interconnecting control wiring between different
vertical sections.
The terminal blocks shall be used for outgoing terminals and neutral link at a suitable located place in
the control panel. Separate compartments for outgoing and incoming cable shall be provided. The
current transformers of all instruments shall be mounted with terminal blocks.
All live parts including incoming and outgoing link / terminals should be totally shrouded by means of
non hygroscopic and fire retardant material.
ROTARY SWITCH / SELECTOR SWITCH / SWITCHES / HRC FUSES / STARTERS / SINGLE PHASE PREVENTERS / TOGGLE SWITCH:
These shall be of approved make and conforming to relevant ISI standard. The rupturing capacity of
HRC fuses should not less than 80 KA and in case of switches it should be 60 Amps maximum.
CURRENT TRANSFORMER: The current transformers shall have accuracy of class I and 5P10 / 10P10 and suitable VA burden for
operation of the connected meters and relays.
OVERLOAD RELAYS: All the motors shall have overload relay protections conforming to relevant IS.
No of Corrections Signature of Tenderer -52-
TIME DELAY RELAYS: These shall be adjustable type with time delay adjustments of 0-180 or as per manufacturer’s
standards.
INDICATING LAMPS AND METERING: These shall confirm to BS37 & BS39. All meters shall be flush mounted and draw-out type. The
indicating lamp shall be filament type and with very low burden and economy resistor.
VOLTMETER AND AMMETERS: Motor Control Centre (MV Panel) shall have flush type voltmeter and ammeter of size 96 x 96 mm as
detailed in B.O.Q.
PUSH BUTTON STATIONS:
These shall be suitable for panel mounting and accessible from front without opening.
These shall be provided for manual starting and stopping of motors/equipments as per normal
practices. The contacts shall be suitable for 6AMP current capacity.
CONDUITS: These shall be preferable made of mild steel, stove enameled from inside and outside with minimum
wall thickness of 1.6 mm for conduits up to dia of 25mm and 2 mm for conduits above 25 mm dia.
CABLES: These shall be PVC insulated, pre-sheathed, aluminum conductor armoured cables as per IS:694 and
as per list of approved make of equipment / materials. Control Cables
shall be multi-core PVC-insulated PVC sheathed copper conductor and armoured cables of approved
make only.
LAYING OF CABLES: These shall be laid as Indian Standard code of practice. All cables shall be laid on 16GI Cadmium Plated U shaped Channel 40mm x 20mm cable trays. In case more than one cable is running, then
proper space in between the two cables shall be provided to avoid loss of current carrying capacity.
While cables are running on walls, proper saddles must be provided.
WIRE SIZES: Single stand PVC-copper conductor wires shall be used inside the control panel for interconnecting
different components. All wires shall be neatly dressed and coloured beads shall be provided for easy
identification in control wiring. The minimum size of control wiring shall be 1.5sq.mm. Testing of
panels as per code of practice shall be done at works by AC contractor before inspection and
dispatch to site.
No of Corrections Signature of Tenderer -53-
DRAWINGS: Necessary drawings of all control panels and wiring of equipment etc. shall be submitted by the A.C
contractor for approval of the Engineer in Charge. On final completion of job and before handing over
of AC System As Built Drawings shall be submitted to the Department.
TESTING: The complete electrical installation shall be tested in accordance with relevant ISI codes in presence
of Electrical Supervisor of the Department before commissioning of plant.
PAINTING OF PANELS:
All sheet metal enclosures shall be powder coated only after de-rusting and hot-dip phosphating
degreasing etc. at works only.
NOTE: Rubber mats of 1100 volts shall be laid in front of all switch boards.
SIZES OF POWER CABLING: The following size of power cabling shall be used only:
HP of Motors Cable Size
a) Up to 5 HP 3c x 4 sq.mm aluminum conductor wire.
b) 5 to 7.5 HP 3c x 6sq.mm aluminum conductor wire.
c) 10 to 15 HP 2no. 3c x 6sq.mm aluminum conductor armoured cable.
d) 20 to 25 HP 2no. 3c x 16sq.mm aluminum conductor armoured cable.
e) 30 to 35 HP 2no. 3c x 35sq.mm aluminum conductor armoured cable.
f) 40 to 50 HP 2no. 3c x 35sq.mm aluminum conductor armoured cable.
CAPACITY OF RELAYS AND CONTACTS:
The following capacity relays and contacts shall be used for various rating of motors:
Type of Starter Contactor Overload Relay
Current Phase Relay Range
a) 40 HP Motor Star Delta Starter 40 Amp. 30 - 50 Amp.
b) 35 HP Motor Star Delta Starter 40 Amp. 20 - 33 Amp.
c) 30 HP Motor Star Delta Starter 40 Amp. 20 - 33 Amp.
d) 25 HP Motor Star Delta Starter 32 Amp. 14 - 23 Amp.
e) 20 HP Motor Star Delta Starter 32 Amp. 14 - 23 Amp.
f) 15 HP Motor Star Delta Starter 25 Amp. 09 - 15 Amp.
g) 10 HP Motor Star Delta Starter 16 Amp. 06 - 10 Amp.
h) 7.5 HP Motor Star Delta Starter 16 Amp. 09 - 15 Amp.
i) 5.0 HP Motor D.O.L. Starter 16 Amp. 06 - 10 Amp.
No of Corrections Signature of Tenderer -54-
EARTHING: The earthing of all equipments shall be carried out by G.I. strips / wires as mentioned in Bill of Quantities. All panels / three phase motors shall be earthed with two number distinct and
independent G.I. strips / wires of the following sizes:
1. Motor upto 5.5 KW 4 sq. mm G.I. Wire
2. Motor 7.5 to 12 KW 6 sq. mm G.I. Wire
3. Motor 12 to 50 KW 25 x 3 mm G.I. Strip
4. Motor 51 to 89 KW 32 x 6 mm G.I. Strip
The earthing connections shall be connected to main earth station or main earth grid. The earth
connections shall be connected to equipments after removal of paint, grease etc.
REMOTE CONTROL CONSOLE: The control console shall be floor mounted Vertical type and shall be provided in the plant room to
enable to operate various equipments and also to provide status indication. The location of the control
desk should be in such a way to provide a clear view of all equipments installed in the air-conditioning
plant complete without mimic diagram.
The control console shall be complete with on/off push buttons stations and status lamps etc. as listed
in this section.
All controls and alarms shall be suitable for 230 volts.
The actual number of switches and lights shall correspond to the number of units being installed and
the equipment given below. The indication lights shall be of 10mm LED controlled through individual
relays. Internal illumination duly interlocked with door switch shall be provided for internal
maintenance of the control console panel.
Illuminated Push Button
Identification Lights
Status amber
On Off Status Status
Green Red Green Red
Equipments
On Off
Air-Cooled Chiller (Four Nos.) - - Yes Yes Yes
Chilled Water Pump Sets (Four Nos.) Yes Yes Yes Yes -
Air-handlers (Eleven Nos.) Yes Yes Yes Yes -
Spare indications (One Nos.) Yes Yes Yes Yes -
Water flow – Chiller - - - - Yes
The alarm hooter shall have reset buttons. The system lamp-testing arrangement shall be provided in
control console. All controls shall be functionally tested. In case of fault, amber fault light should glow
only. All control cabling shall be carried out with multi-core copper conductor cables only. Additional
core for each equipment to be connected shall be provided as spare on each feeder. Laminated
drawings shall be pasted in each panel, sub-panel, control console by the contractor.
No of Corrections Signature of Tenderer -55-
STANDARD SPECIFICATION ON PIPING WORK: This section deals with supply, installation, testing and commissioning of chilled water /condenser
water / hot water / drain water pipes, pipe fittings and valves etc. as detailed below in specifications.
All pipes, fittings and valves etc. shall conform to relevant Indian standards.
WATER PIPING: The pipes, fittings and valves shall be of approved make given in the NIT. Chilled water pipes shall
be "C" (Heavy) Class M.S. E.R.W Black pipes and shall conform to IS:1239 (Part 1) -1991 & IS : 3589
- 1991 with latest amendments. The wall thickness of "C" Class M.S. E.R.W. Black pipes as per
IS:1239 (Part 1) shall be as follows:
Sl.No. Nominal Pipe Dia in mm Wall Thickness of Pipe in mm
a) 25 4.00
b) 32 4.00
c) 40 4.00
d) 50 4.50
e) 65 4.50
f) 80 4.80
g) 100 5.40
h) 125 5.40
i) 150 5.40
j) 200 6.00
k) 250 6.00
l) 300 6.00
Drain water / make up water pipes shall be "B" Class GI Pipe and shall Conform to IS: 4736. The pipes
shall be sized for individual liquid flow and shall ensure smooth noiseless balanced circulation of fluid. All
piping and their steel supports shall be thoroughly cleaned and primer coated before installation.
PIPE FITTINGS:
The pipe fittings for screwed piping shall be malleable iron and for piping with welded joints shall of
weldable quality. Also the fittings shall be suitable for same pressure ratings as for the piping system. All
bends up to sizes 150 mm dia shall be ready made of heavy duty wrought steel of appropriate class. All
bends in sizes 200 mm and above shall be fabricated from the same dia and thickness of pipe in at least
four sections and having a center in radius of at least 1.5 times diameter of pipes. Fittings such as tees,
reducers etc. shall be fabricated from the same pipe and its length shall be at least twice the diameter of
the pipe. The dead ends shall be formed with flanged joints and shall have 6 mm thick blank between
flange pair for 150 mm and over.
No of Corrections Signature of Tenderer -56-
FLANGES: All flanges shall be of mild steel as per IS : 6392 / 71 (with latest amendments) and shall be slip on type
welded to the pipes. Flanged thickness shall be to suit Class II pressure. 3mm thick gasket shall be used
in between the flanges. Flanged pair shall be used on all such equipments which are required to be
isolated or removed for service for example condenser / chilled water pumps, chilling m/c, AHU etc.
VALVES (BUTTERFLY VALVES): Butterfly valves shall be ISI marked of PN 1.0 rating as per IS 13095 preferably with fixed linear design to
suit duty and flanges as per IS 6392 Table "E". Valves of sizes 32mm and above diameter shall be made
of cast iron close end body, cast iron epoxy coated disc, Nitrile Seat and SS 410 Stem with tefflon bush.
Valves up to 150mm NB shall be with detachable hand lever operation whereas valves above 150 mm
NB shall have warm gear operation. These valves shall be installed in condenser / chilled water lines,
make up / drain water piping lines. All valves shall be supplied with factory test reports and the
manufacturer must have test facilities at their works.
NON-RETURN VALVE (DUCT PLATE CHECK VALVES:
The dual plate check valves shall be used for horizontal / vertical run of pipes and shall conform to PN
1.0 rating .The valve design shall confirm to API 594 and tested as per ANSI SERIES.
The valves shall have cast iron body, and SS 410 plates, SS 410 Shaft and Nitrile Seat. All valves shall
be supplied with factory test reports and the manufacturer must have test facilities at their works.
Y-STRAINER:
The Y-strainer shall be fabricated out of MS `C’ class pipe two size higher than that of strainer pipe size.
Flanges as per BS 10 shall be provided at inlet and outlet of connections. The body shall be pressure
tested at 10 Kg/Sq. cm and shall be hot dip galvanized. Permanent magnet shall be provided in the body
of the strainer to arrest MS particles. Filter element shall be of nonmagnetic 20 gauge SS sheet with 3
mm perforation. Strainer shall be provided at inlet of each AHU and chilled water pumps.
BALANCING VALVES:
The balancing control and shut off valves with built in pressure drop measuring facility shall be
provided in return water lines for air-handling units, chillers, condensers as given in the tender
drawings. The valves of sizes 32 mm to 65mm dia. shall be of gun metal / cast iron construction with
screwed ends angular design digital hand wheel with locking facility. Whereas valves of sizes 75mm
and above shall be of cast iron construction with internal parts of SS 410 and EPDM / nitrile seat with
flanged ends. The test cocks should be long enough to protrude out of valve insulation. The valves
shall be designed for PN 1.0 and tested for the seat at 1.1 times the design pressure and 1.5 times the
design pressure for the shell. All valves shall be supplied with test certificates and the manufacturer
must have test facilities at their works.
SUPPORTS FOR PIPES: In plant room pipe shall not be supported from ceiling and shall have steel supports of adequate strength firmly fixed to the floor only.
No of Corrections Signature of Tenderer -57-
LAYOUT AND SIZING OF PIPE LINES: The sizes and layout given in the drawings / bill of quantities are for guidance purpose only. The AC
Contractor shall prepare and submit detailed drawings after the award of contract to the Engineer in
Charge for his approval. No work at site shall be started before final approval of drawings if given. The
drawings shall indicate sizes of pipes, quantity of water flow in each length of pipe. All details of
fittings, location of all valves, air vents, pipe supports etc. shall be clearly indicated in the drawings.
INSTALLATION OF CHILLED / DRAIN / MAKE UP WATER PIPING: a) All pipes shall be securely supported or suspended on stands, hangers, clamps etc. as required.
The Air-conditioning contractor shall design all brackets, saddles, anchors, clamps etc. and shall
be responsible for structural adequacy.
b) All pipe supports shall be of steel, coated with two coats of anti-corrosive paint and finally finished
with paint.
c) The pipe spacing shall be as follows :
Dia of Pipe Spacing between supports
Up to 25mm 1.5 mt
30 mm to 50 mm 2.0 mt
65 mm to 75 mm 2.5 mt
100 mm to 125 mm 3.0 mt
150 mm 3.5 mt
200 mm & above 4.0 mt
d) The vertical rises shall run parallel to walls and should be straight to wall duly checked with
plumb line.
e) In case pipes with/ without insulation while passing through the wall / slab, shall be provided
with sleeve 50mm higher in size than the pipe with / without insulation.
f) Wherever insulated pipes are running, it should be supported in such a way that no undue
pressure is exerted on the insulated pipe.
g) The expansion-joints or expansion-loops shall be provided to take care of the expansion and
contraction in pipes due to temperature rises.
TESTING OF PIPE SYSTEM:
(a) All tools, tackles, labours etc. shall be arranged by AC Contractor.
(b) All pipes shall be tested hydraulically at 3 times the maximum operating pressure for a period
of 24 hours. The test pressure should not be less than 10 Kg/sq. cm at any times. All leaks
occurring during testing shall be rectified to the satisfaction of the Engineer in Charge. After
repairs of leak it shall be tested again at the same pressure.
(c) In case piping is tested in parts, these sections shall be securely sealed and capped during
testing.
(d) The AC Contractor should ensure that there should be minimum vibration / noise in the chilled
water / condenser water circuit due to water turbulence.
No of Corrections Signature of Tenderer -58-
AUTO AIR-VENTS: AUTO Air vents for purging of air trapped in piping system shall be provided at the highest point
shall be provided and no additional price shall be paid.
PRESSURE GAUGES / THERMOMETERS: PRESSURE GAUGES: Burden type pressure gauges of 100mm dia of suitable range shall be provided at the following
locations:
a) Chiller / Cooling coils of AHU - Inlets and outlets.
b) All pumps - Suction and discharge
c) All pressure gauges shall be complete with globe valves and confirming to IS:3624.
INDUSTRIAL TYPE THERMOMETER:
Direct reading V form type thermometer alcohol filled of suitable range / length shall be provided at
the following locations:
a) Chiller / Cooling coil – Inlets and outlets in separate wells. STANDARD SPECIFICATION OF FIRE DAMPERS:
This section deals with supply, erection and commissioning of fire dampers and box type dampers,
conforming to general specification and suitable for duty selected, indicated in Schedule of Equipment and Bill of Quantities. MOTORISED COMBINED SMOKE AND FIRE DAMPERS-SPRING RETURN TYPE: a) All supply air Ducts in AHU room crossing shall be provided with approved make fire and smoke
dampers of at least 90 minutes fire rating certified by CBRI, Roorkee as per UL555:1973.
b) The fire damper blades and outer frame shall be formed of 1.6 mm galvanised steel sheet. The
damper blade shall be pivoted on both ends using chrome plated spindles in self lubricating
bushes. Stop seals shall be provided on top and bottom of the damper housing made of 16G
Galvanised steel sheet. For preventing smoke leakage side seals will be provided.
In normal operating conditions damper blade shall be held in open position with the help of a 24
V operated electric actuators thereby providing maximum air passage without creating any
noise or chatter.
c) The damper shall be actuated through electric actuator. The actuator shall be energised with the
help of a signal from smoke detector installed in AHU Room / R.A. Duct. The fire damper shall
close due to temp. rise in S.A. Ducts through the electric temp. sensor which is factory set at
165 °F .
d) Each motorized smoke cum fire damper shall have its own panel which will incorporate
necessary circuit required to step down voltage available from UPS or emergency power supply
to show status of the damper (open or close), to allow remote testing of damper, indication in
event of damper closure due to signal from smoke sensor / temperature sensor and reset
button. Additional terminal will be provided to have audio cum video signal in Central Control
Room.
No of Corrections Signature of Tenderer -59-
e) Damper actuator shall be such that it should close the damper in the event of power failure
automatically and open in the same in case of Power being restored.
f) The fire Damper shall be mounted in fire rated wall with a duct sleeve 600 MM long. The sleeve
shall be factory fitted on fire damper. The joints at sleeve end shall be slip on type. Minimum
thickness of GI Sheet shall be 18G.
g) Damper actuator shall be such that it should close the damper in the event of power failure
automatically and open in the same in case of Power being restored.
h) Hinged access doors of suitable size complete with air tight gastkets shall be provided in all fire
dampers and plenums.
MODE OF MEASUREMENT:
The following measurement code shall apply to the Contract:
SHEET METAL WORK: DUCTING:
a) The final finished sheet area in sq. mt shall be measured only.
b) Vanes, splitters, flanges, access doors etc. shall not be separately measured. These shall be
treated as part of duct work.
c) Bends, Elbows, Transformation, pieces etc. shall be measured along the centre line and
measured as per duct work.
d) Canvas connections, Duct Supports, Stiffening members, frames etc. shall not be measured
separately and shall form part of duct work.
GRILLS / DIFFUSERS / FIRE DAMPERS: All Grills / Diffusers / Fire Damper areas will be measured in terms of effective area (Neck Area).
Any Extruded aluminum grill / diffusers having an area less than 0.1 sq.mt shall be accounted as
0.1 sq.mt.
BOX DAMPERS:
a) No separate measurement of box dampers shall be done since they form part of duct.
b) Fresh air dampers shall be measured as effective areas only. No separate measurements for
bird screen inlet / outlet louvers shall be done.
PIPING WORK: a) The length of piping accessories and fittings shall be measured along its centre line in meters
and no measurements for bends, elbows, tees etc. shall be made. All such fittings / accessories
shall be treated as part of the piping work.
b) Flanges shall not be measured, as they form part of piping work.
c) For thermometer wells and pressure gauge sockets no measurement shall be done separately.
d) All kinds of supports, hangers etc shall be part of piping work and no extra measurements shall
be done.
e) No additional price for installation of purge and descaling valves as required at site shall be paid.
No of Corrections Signature of Tenderer -60-
INSULATION: Insulation of Duct: This shall be measured on the basis of bare duct surface area i.e. the area of duct insulation and
area of duct shall be same.
Insulation of Chilled Water / Drain Water. i) Insulation of pipes shall be measured in terms of linear length of pipe for each size.
ii) For insulation of bends, elbows, tees etc. it shall be measured along with the center line of
insulation and shall be measured in meters.
iii) Insulation of valves shall be separately accounted as per bill of quantities.
Insulation of chiller / Expansion Tank / Suction Line:
The insulation of the above equipments shall be deemed to form part of equipment and no separate
measurements for insulation of such items will be accounted for payment.
Acoustic Lining of Duct and Plenum
This shall be measured on the basis of bare duct surface area i.e. the area of duct lining and area of
duct shall be same.
ELECTRICAL CABLING WORK:
a) All power cables / controls cables shall be measured on linear basis in meters.
b) No extra price shall be paid on account of end termination of cables which includes thimble,
gland etc.
STRUCTURAL SUPPORTS: No extra price shall be paid on account of structural supports required for piping, ducting and
cabling work.
PAINTING WORK: This section deals with painting of various equipment / material supplied under this contract. It gives
basic guidance for painting as specified below :
Application: The original colour of all equipments like water chilling machines, air-handling units,
cooling tower etc. which if got damaged during transportation or during installation shall be painted
in original shade with the two coat of paint to give a final finish.
a) All condenser water / chilled water pipes shall be painted as per standard code of practice and
arrows shall be marked to indicate direction of flow of water.
COLOUR SCHEME FOR THE EQUIPMENTS / MATERIALS:
i) Chilling Machine As Per Manufacturer’s Standard
ii) Pump-sets Battle ship Gray
iii) Chilled Water Pipes Light Blue
iv) Direction of flow of water Black Arrows
v) Electrical Panels / Subpanel / Remote Control Console Light Gray Powder Coated
vi) Cable Trays Cadmium Plated
vii) Supports for Ducts Silver
Any change in the above colour scheme can be done with the approval of the Engineer-in-Charge.
No of Corrections Signature of Tenderer -61-
Sl. No.
AHU No. AHU / GF / 01, FF / 01
AHU / GF / 02, FF / 02
AHU / 4F / 02 AHU / 4F / 01
2F / 01, 3F/01 2F / 02, 3F/02, 5F/01 & 02
1 Air-conditioned Areas on
Floor
GF/FF/ 2F/3 Floor GF/FF/ 2F/3
Floor
4 Floor 4 Floor
2 Space Served Please Refer the Drawing Enclosed with the Tender
3 Location of AHU Please Refer the Drawing Enclosed with the Tender
4 Air Quantity CFM and No.
of Fans
6800 & One 7650 & One 4250 & One 3400 & One
5 Fan Static Pressure mm 40 40 40 40
6 Face Area of Cooling Coil
SMT
0.74 0.83 0.46 0.37
7 No. of Fins / CM 5.2 5.2 5.2 5.2
8 No. of Rows Deep 6 6 6 6
9 All AHUs without Face and
bypass Dampers
Yes Yes Yes Yes
10 Motor HP 3 3 2 2
11 Type of Unit Ceiling
Suspended Unit
Ceiling
Suspended Unit
Ceiling
Suspended Unit
Ceiling
Suspended Unit
12 Double Skinned AHUs with
23 / 43 mm Insulation
23 23 23 23
13 Materials of Drain Pan Polished S. Steel,
22G
Polished S. Steel,
22G
Polished S. Steel,
22G
Polished S. Steel,
22G
14 Materials of Outer Sheet 0.6mm Pre
Plasticized Sheet
0.6mm Pre
Plasticized Sheet
0.6mm Pre
Plasticized Sheet
0.6mm Pre
Plasticized Sheet
15 Materials of Inner Sheet 0.6mm GSS
Sheet
0.6mm GSS
Sheet
0.6mm GSS
Sheet
0.6mm GSS
Sheet
16 Pre Filters Yes Yes Yes Yes
No of Corrections Signature of Tenderer -62-
LIST OF PREFERRED MAKES OF EQUIPMENTS / MATERIALS:
01. Scroll Type Air Cooled Chilling M/C with
Microprocessor Based Control Panel
- Blue Star / Voltas / Carrier Climaventa
02. Monoblock Pumps - Kirloskar / Beacon /Mather-Platt
03. Air Handlers Unit (Double Skinned)
(Ceiling Suspended)
- Suvidha Savier / Caryaire / Blue Star Zeco
/ Waves/ Edge Tech
04. Cooling Coil - Blue Star / Carriyaire/ Zeco./ Caryaire.
/ Waves/ EdgeTech
05. AHU Fans Imported - Comferi / Nikotra /Krugger
06. Fire Damper Actuator - Belimo / Siemens
07. Fire and Smoke Damper Spring Type - Caryaire / Ravi-Star / Tanus
08. Three Phase Motors - Crompton greaves / Siemens/Kirloskar /
ABB / Bharat Bijlee
09. Y-strainer - Emerald / Rapidcool /Sant
10. Water Piping - Jindal-Hissar / Tata / BST
11.a. Water duty Butterfly Valve - Advance / Audco / Castle
11.b. Water duty Check Valve
(Dual Plate type)
- Advance / Audco / Castle
12 Balancing Valves - Advance / Castle
13. Globe Valve - Sant / Leader
14. Pressure Gauges Feibig / H-Guru / Emarald
15. Industrial type Thermometer (Mercury
filled V form)
- Emerald / Japsin
16. Glass Wool Blankets (Factory
Laminated Aluminum)
- U.P.Twiga / Owen Corning
17. Expanded Polystyrene (P Quality) - Styrene Packaging / Toshiba Mettur
Beardsell
18. Fibre Glass Rigid Board - U.P.Twiga / Owen corning
19. Extruded Aluminum Grills / Diffusers - Caryaire / Ravistar / Tanus Opella
20. GSS Sheet - Sail / Tata / Bhusan Steel
21. Controls
a) Three Way Modulating Valve and
Modulating Motor
- Honeywell / Johnson / Steffa / Siemens /
Anergy
b) Thermostat - Honeywell / Johnson / Steffa / Danfoss
Anergy
22. Paints - ICI / Asian /Johnson & Nicholson
23. Tar felt / CPRX Compound - Shalimar tar product
No of Corrections Signature of Tenderer -63-
24. Power Cable - ICC / CCI / Gloster / Grandlay / Universal /
INCAB / Polycab / Havells
25. Control Cable - Gloster / Grandlay / National / Havells
26. M.C.C.B. - L&T / GE / Siemens
27. Voltmeter / Ammeter - A.E. / IMP.
28. Switches - L&T / Siemens / GE
29. HRC Fuse and Fittings - L&T / Siemens / GE
30. Current Transformer - A.E. / Kappa
31. Contactors - L&T / Siemens / BCH./ GE
32. Starter - L&T / Siemens / BCH./ GE
33. Overload Relays - L&T / Siemens / BCH./GE
34. Indicating Lights (LED Type) - Siemens / L&T
35. Selector / Toggle Switch Kaycee / L&T
36. Change Over Switch Elecon / L&T
37. Time Delay Device Siemens / L&T/ BCH
38. Single Phase Device L&T / Minilec
39. Make of Electrical Panel / Sub-Panels /
Remote Control
Power Tech, Bhubaneswar / Technocrat,
Cuttack / ESS, Cuttack / Utkal Electrical
Industries, Bhubaneswar
40. Vibration Isolation Spring / Pad Dunlop / Resistoflex
41. Pre Filters Anfilco / Thermodyne
42. Purging Valves Anergy / Rapidcool
43. Fan Coil Units (Ceiling Suspended) High Tech / Blue Star Zeco / Waves/ Edge
Tech
NOTE: ALL MAKES SHALL CONFORM TO STANDARD SPECIFICATIONS OF EACH ITEMS AS ENCLOSED WTH THE TENDER DOCUMENTS.
BASIS OF DESIGN:
Outside Design Conditions DBT °C WBT °C
Summer / Monsoon 43.3 / 35.0 / 7.2 23.9 / 28.3 /5.0
Inside Design Conditions DBT °C RH
Summer / Monsoon 22 ± 1 Around 60 %
Exposed Roof:
All exposed roof / terraces shall be provided with under deck
insulation with 50 mm thick expanded polystyrene or equivalent
material by the Department through their own agency.
Make up Water Requirement : Soft water in expansion tank shall be provided by the Client.
No of Corrections Signature of Tenderer -64-
POWER SUPPLY:
Stabilised three phase four wire AC supply i.e. 415 Volts ± 10 % and 50 Hz
± 5 % shall be made available in the plant room and in each air handling
unit rooms and single power supply within two meters from each Fan coil
unit by the client through their own agencies.
PARAMETERS FOR AIR-CONDITIONED AREAS:
Sl. No.
Floor and Area Name
Area Light Load
Occu pancy
Equipment Load
ACPH or CFM
Floor Below
Floor Above
SMT W/SMT KW PER
GROUND FLOOR
1 Office - 01 27 15 5 0.75 1ACPH NAC AC
2 Office - 02,
Entrance Lobby
91 15 10 0.4 1ACPH NAC AC
3 Court Room - 01,
Lobby
81 15 6 0.4 1ACPH NAC AC
4 Court Room - 02,
Lobby 70 156 6 0.4 1ACPH NAC AC
5 Office - 03 14 15 2 0.3 1ACPH NAC AC
6 Member Room - I 19 15 4 0.3 1ACPH NAC AC
7 Member Room - II 15 15 4 0.3 1ACPH NAC AC
8 Member Room - IIII 20 15 4 0.3 1ACPH NAC AC
TOTAL 337
FIRST FLOOR
1 Office - 01 24 15 4 0.6 1ACPH AC AC
2 Offices - II & III,
Corridor
142 15 25 5.0 1ACPH AC AC
3 Offices - IV 142 15 25 5.0 1ACPH AC AC
4 Officer - I 12 15 2 0.3 1ACPH AC AC
5 Officer- II & III 13 15 2 0.3 1ACPH AC AC
(2 Nos.) Each
6 Officer - IV 12 15 2 0.3 1ACPH AC AC
TOTAL 345
SECOND FLOOR
1 Officer - I 26 15 4 0.6 1ACPH AC AC
2 Offices - II & III,
Corridor
142 15 25 5.0 1ACPH AC AC
3 Offices - IV 142 15 25 5.0 1ACPH AC AC
4 Officer - I 12 15 2 0.3 1ACPH AC AC
No of Corrections Signature of Tenderer -65-
Sl. No.
Floor and Area Name
Area Light Load
Occu pancy
Equipment Load
ACPH or CFM
Floor Below
Floor Above
SMT W/SMT KW PER
5 Officer - II & III 13 15 2 0.3 1ACPH AC AC
(2 Nos.) Each
6 Officer - IV 12 15 2 0.3 1ACPH AC AC
7 Committee Room 39 15 8 0.3 1ACPH AC AC
TOTAL 386
THIRD FLOOR
1 Officer - I 26 15 4 0.6 1ACPH AC P
Insulated
2 Offices - II & III,
Corridor
142 15 25 5.0 1ACPH AC P
Insulated
3 Offices - IV 142 15 25 5.0 1ACPH AC AC
4 Officer - I 12 15 2 0.3 1ACPH AC AC
5 Officer - II & III 13 15 2 0.3 1ACPH AC AC
(2 Nos.) Each
6 Officer - IV 12 15 2 0.3 1ACPH AC AC
7 Committee Room 39 15 8 0.3 1ACPH AC AC
TOTAL 386
FOURTH FLOOR
1 Committee Room 47 15 8 0.3 1ACPH AC AC
2 Room - 1 & 2 20 15 4 0.3 1ACPH AC AC
(2 Nos.) Each
3 House Keeping 25 15 4 NIL 1ACPH AC AC
4 Offices 25 15 4 0.6 1ACPH AC AC
5 Spare Room - I 54 15 8 1.0 1ACPH AC AC
6 Spare Room - II 35 15 6 0.3 1ACPH AC AC
7 Corridor & Lobby 77 15 10 NIL 1ACPH AC AC
TOTAL 283
FIFTH FLOOR
1 Canteen - I 110 15 50 2 1ACPH AC Insulated
2 Canteen - II 110 15 50 2 1ACPH AC Insulated
3 Lobby & Corridor 65 15 8 NIL 1ACPH AC Insulated
TOTAL 285
GRAND TOTAL 2022
No of Corrections Signature of Tenderer -66-
REFRIGERATION LOAD: Based on the above parameters the total air-conditioning load works out is 124 TR approx with
diversity of 0.9 approx.. SCHEME FOR AIR-CONDITIONING SYSTEM: It is proposed to provide 04 No. Scroll Air Cooled Chilling machine each of 44 /48 TR (Nominal)
capacity with multiple Scroll compressors, microprocessor based control panel to cater to the above
refrigeration load.(one as stand by).
The air-cooled chilling m/c shall work in conjunction with 4 Nos. chilled water pump sets (one as stand
by), 32 Nos. fan coil units with automatic controls, 12 Nos. double skinned air handling units (ceiling
suspended), MS C class chilled water piping duly insulated and aluminum cladded with fittings and
valves, powder coated extruded aluminum grills / diffusers, GSS ducting, duct lining, duct insulation,
electrical work shall comprise of main panel, sub-panels for AHUs, power and control cabling with
earthing etc.
The conditioned air shall be fed with the help of GSS ducting and diffused through aluminum extruded
grills/ diffusers. The return air shall be collected through false ceiling to be provided by client through
their own agencies.
The Air Cooled water chilling units shall be installed on terrace. The Chilled water pump sets, main
electrical panel etc. shall be installed in the AC plant room to be constructed by client on terrace near
the chillers as shown in the drawing enclosed. The chilled water shall be fed to various air-handling
units with the help of insulated chilled water pipes shall run through vertical shafts etc as shown in the
drawings enclosed.
Inside design conditions in winter seasons shall not be maintained, since no hot water generator is
being installed
ASSOCIATED CIVIL / ELECTRICAL AND OTHER WORKS TO BE PROVIDED FREE OF COST TO THE AC CONTRACTOR BY THE CLIENT (THROUGH THEIR OWN AGENCIES):
a) Housing of equipment such as plant room for housing pumps and main MCC panel on terrace
only.
b) Any kind of foundation or supporting structure work for chilling machines, pump sets and MCC
panel etc.
c) Stablised main incoming power supply in the AC plant room and near each ceiling suspended
AHU panel i.e. 415 volts ± 10 %, 50 Hz ± 5 % A.C. supply. Single power supply within 2
meters from each fan coil unit.
d) Drain points in near each air-handling unit and in plant room and near expansion tank.
e) Any kind of false ceiling work or return air boxing work.
f) Frame work for fixing grills / diffusers.
g) Fire signal from potential free contact from fire panel to be wired to each AHU room.
h) Under-deck insulation of all exposed roof and terraces.
i) Soft and filtered water connection in Expansion tank.
j) No winter heating package, hot water generator.
No of Corrections Signature of Tenderer -67-
The capacity / rating of various equipments in this contract are given for guidance only. The AC
contractor shall check in detail the design / selection of equipment. The AC contractor shall be finally
responsible for maintaining the desired inside conditions with the equipments selected and offered by
him and shall not deprive him of the responsibility if selection of equipment is not thoroughly checked.
In case of shortfall the AC contractor shall replace / modify equipment for achieving desired parameter
without any extra cost to owner / employer. The contractor would be bound to replace the equipment /
equipments selected by him if design condition is not achieved by the AC System offered and
installed by him.
SCROLL TYPE AIR COOLED CHILLING MACHINE WITH MICROPROCESSOR BASED CONTROL PANEL)
COMRESSOR:
a) Capacity in TR at Operating Conditions 48 / 44 TR (Nominal)
b) Type of Compressor Scroll (Hermetic )
c) Refrigerant R-22 / R-134A / R-410A
d) Air entering Temperature to Air-cooled Condenser. 43.3 °C
e) Compressor Motor KW To suit the above duty.
f) Type of Motor Refrigerant cooled
g) No. of Machines Four Nos(One as stand by).
h) No. of Compressor per Machine Minimum Three
i) IKW / TR of Chiller including Condenser Fans 1.40
j) Microprocessor Based Control Panel Yes
k) Test Bed facilities at works for computing the capacity of
chilling machine at full load and part load
Yes
AIR COOLED CONDENSER:
a) Entering Air Temperature 43.3 °C
b) Number of Fans As Per Standard
c) Material of Coils Copper tubes aluminum finned
d) Total Air Quantity CMH As Per Standard
e) RPM of each Fan Maximum 915
f) No. of Fins / CM 5.5
g) No. of Rows Minimum 3 / 4
EVAPORATOR:
a) Type of Chiller DX
b) Water Flow LPM 380
c) Entering Water Temperature °C. 12.22
d) Leaving Water Temperature °C. 6.67
f) Pressure Drop Max. Mt. 4.5
Actual Capacity of Air Cooled Chiller at operating condition 41 TR Approx
No of Corrections Signature of Tenderer -68-
CHILLED WATER PUMP SETS:
a) No. of Pump Sets 4 Nos.
b) Stand by 1 No.
c) Capacity of each Pump LPM 380
d) Net Operating Head Mts. 27.43
e) RPM 2900
f) Motor HP 5.0
g) Type of Motor T.E.F.C. Sq. Cage Induction
Motor
h) Type of Starter (To be included in Electrical works) DOL
i) Type of Impeller Bronze
j) Type of Pump Monoblock
MISCELLANEOUS:
a) Water Pipes ( Chilled Water Pipe) MS
b) Class (Chilled Water Pipe) Heavy Class
c) Refrigerant Piping As per Manufacturer
d) Drain Water Pipes GI
e) Class (Drain Water Pipe) Medium
G.S.S. DUCTING:
a) Class of Galvanising VIII
b) Code of Fabrication ISS-655 (revised)
c) Material of Hangers MS
d) Quality of Sheet Lock forming quality
WOOL BLANKETS / RIGID BOARD:
a) For External Thermal Insulation of Duct As per BOQ.
b) Density 24 Kg / m³
c) For Acoustic Lining of Duct As per BOQ.
d) Density 48 Kg / m³
a) Material for Pipe Insulation Expanded Polystyrene
b) Density 20 Kg / m³
c) Insulation of Pipes and Valves As per BOQ
No of Corrections Signature of Tenderer -69-
TECHNICAL DATA
(TO BE FILLED BY THE BIDDER IN METRIC SYSTEM ONLY)
AIR COOLED CHILLING MACHINE SCROLL TYPE COMPRESSOR:
a) Manufacturer Name
b) Model No.
c) Type of Compressor Hermetic / Semi Hermetic
d) No. of Compressor per Machine
e) Nominal Capacity of Each Machine TR
f) Nominal Capacity of Each Compressor TR
Operating Conditions:
g) Air inlet to Condenser Degree Centigrade
h) Saturated Suction Temperature Degree Centigrade
i) Standard Discharge Temperature Degree Centigrade
J) Max. RPM
K) Mode of Start
l) Refrigerant
m) Quantity of Refrigerant Used
n) Power Consumption 1KW/TR
Full Load 100%
75%
50%
25%
o) Type of Capacity Control
p) Range of Capacity Variation
q) Safety Devices and Controls
r) Monitoring Devices
s) Type of Bearings
MOTOR (COMPRESSOR)
a) Make of Motor
b) Type oF Motor
c) Motor KW
d) Class of Insulation
e) R.P.M.
f) Type of starter
g) Electrical characteristics
h) Voltage/Frequency Fluctuation permissible
i) Method of starting
No of Corrections Signature of Tenderer -70-
J) Full load current (Amp)
K) Starting current (Amp)
l) Locked rotor current (Amp)
m) Over load/ under load Voltage/single phase protection
provided
AIR-COOLED CONDENSER:
a) Manufacturer Name
b) Model
c) No. of Condenser
d) Tube Dia OD (MM)
e) No. of fins / cm
f) Number of tubes
g) Length of tube (MM)
h) Area of air-cooled condenser
i) No. of rows deep
J) Material of tube
K) Material of fins
l) Heat rejection capacity K cal / hr.
m) No of Circuits
CHILLER:
a) Manufacturer Name
b) Model
c) Type of chiller
d) Tube materials
e) Tube thickness (MM)
f) Number of tubes
g) No. of Circuits
h) Tube dia O.D. (MM)
i) Water Flow LPM
j) Water Temperature out degree centigrade
k) Water Temperature in degree centigrade
l) Pressure drop Mt of water
m) Heat rejection Kcal /Hr.
n) Fouling factor MKS
No of Corrections Signature of Tenderer -71-
OVERALL SIZE OF WATER CHILLING MACHINE:
a) Overall dimension MM
b) Type of vibration isolator
c) Operating Wt. Kg.
d) Servicing Clearance MM
AIR COOLED CHILLING MACHINE SCROLL TYPE:
a) Operating Condition
b) Actual capacity of water Chilling machine at above
operating condition
c) Power consumption at above operating condition
d) Total Electrical Load per Machine
CHILLED WATER PUMP SETS:
a) Make
b) Type
c) Model
d) Discharge (LPM)
e) Head (Mt)
f) Brake Horse Power
g) Horse power of motor
h) Make/Type of motor
i) Type of starter
j) Impeller Diameter (MM) & Material
k) Material of Bearing / Seal
l) Type of Bearing
m) Speed (RPM)
n) Material of Shaft
CONTROLS MAKES:
a) Flow switch
b) Three Way Valve
c) Propertionating Thermostat
d) Pressure gauge
e) Thermometers
PIPES:
a) Make
b) Class
No of Corrections Signature of Tenderer -72-
c) Wall Thickness mm Nominal Pipe Dia in mm Wall Thickness of Pipe in mm
i 25
ii 32
iii 40
iv 50
v 65
vi 80
vii 100
vii 125
viii 150
ix 200
VALVES:
a) Check Valve make
b) Butterfly Valve make
c) Balancing Valve make
d) Ball Valve make
e) Y-strainer make
f) Material /Gauge / perforation of basket in Pot / Y-Strainer
g) Globe Valve make
GRILLS / DFFUSERS / DAMPERS: Please indicate make/material/gauge of the following:
Make Material
a) Duct Dampers
b) Grills / Diffusers
c) Fire Dampers
d) Smoke and Temperature Sensor
DUCT INSULATION:
a) Manufactures Name
b) Materials
c) Density Kg. per Cmt.
d) Thermal Conductivity Kcal/Hr. Deg. C.
DUCT LINING:
a) Manufactures Name
b) Materials
c) Density Kg. per Cmt.
No of Corrections Signature of Tenderer -73-
PIPE INSULATION:
a) Manufactures Name
b) Materials
c) Density Kg. per Cmt.
d) Thermal Conductivity Kcal/Hr. Deg. C.
ELECTRICAL ACCESSORIES : Please indicate makes of the following:
a) Panel Manufacture`s name
b) MCCB / FSU
c) HRC Fuses
d) Rotary Switch
e) Starter`s DOL / Star Delta
f) Contractor
g) Indicating Lights
h) Push Buttons
i) Control Cables
j) Power Cables
k) Ammeters
l) Voltmeters
m) Single Phase Preventers
n) Current Transformer
o) Bus-bar / Grade
CEILING SUSPENDED FAN COIL UNITS:
1.0TR 1.5TR 2.0TR 2.5TR
a) Make
b) Cooling Coil Area SMT
c) No. of Rows
d) Motor Wattage Watts
PERFORMANCE TEST READINGS:
The Test Readings shall be recorded on hourly basis during the summer / onsoon seasons after
satisfactory commissioning of AC System at site as per the Performa indicated below.
OUTSIDE DESIGN CONDITIONS:
a) Season
b) Dry bulb temp. °C
c) Wet bulb temp. °C
No of Corrections Signature of Tenderer -74-
INSIDE DESIGN CONDITIONS IN EACH AREA: a) Dry bulb temp. °C
b) Wet bulb temp. °C
c) Realitive Humidity %
COMPRESSOR: a) Suction temp. Deg. °C
b) Suction pressure Kg/cm²
c) Discharge temp. °C
d) Discharge pressure Kg/cm²
e) R.P.M. of compressor
COMPRESSOR MOTOR RATING AT VARIOUS LOADS:
a) Motor current - AMPs
b) Voltage - AMPs
c) AC Load Status
EVAPORATOR: a) Water flow rate LPM
b) Entering water temp. °C
c) Leaving water temp. °C
d) Pressure drop through evaporator Kg/cm² (PSI)
CAPACITY TEST FOR CHILLING MACHINE ON: TR of M/C Current Drawn by M/C
100 % Load ---------- -------------- AIR HANDLERS: a) Air quantity CFM
b) Air velocity ft/min.
c) Entering air temperature DB/WB °C
d) Leaving air temperature DB/WB °C
e) Entering water temp. °C
f) Leaving water temp. °C
g) Entering water pressure Kg/cm²
h) Leaving water pressure Kg/cm²
MOTOR DRIVE FOR AIR HANDLERS: a) Actual voltage / current
No of Corrections Signature of Tenderer -75-
CHILLED WATER PUMP: a) Flow rate LPM
b) Suction pressure Kg/cm²
c) Discharge pressure Kg/cm² :
d) Actual voltage / current
All electrical panels / cables / starters / single phase preventer etc. shall be tested as per standard
code of practice.
TECHNICAL SPECIFICATION FOR THE DISTRIBUTION BOARDS TO BE FABRICATED:
A. CODES AND STANDARDS: A.1 The Distribution Boards shall be designed, manufactured and tested in accordance with the
latest Indian Standard (IS) and (IEC) except where modified and / or supplemented by this
specification.
A.2 The electrical installation shall meet the requirements of Indian Electricity Rules as amended
up to date and relevant IS code of practice. In addition, other rules and regulations applicable
to the work shall be followed.
B SPECIFIC REQUIREMENT: B.1 The enclosure of outdoor type Distribution Boards shall be conforming to a degree of
protection IP-55 and that of Indoor type Distribution Boards IP-43.
B.2 The minimum thickness of sheet metal used shall be 2mm and CRCA sheets.
B.3 The Distribution boards shall be fully compartmentalized with metal / insulating partition
between compartments. The working height shall be limited within 400mm to 1800mm from
the floor level. All the doors and covers shall be gasketed.
B.4 A full height vertical cable alley with cable supports shall be provided in each section to
facilitate wiring. The chamber shall be liberally sized to accommodate all cables and shall
have removable cover at the front for access. The minimum width of cable alley shall be
300mm.
B.5 Four (4) nos. lifting lugs shall be provided in each section, 2 (two) nos. on either end of the
section.
B.6 Necessary shrouding arrangement shall be provided over the cable terminations located in
cable trey in order to carry out maintenance in a compartment with the busbar and adjacent
circuit live.
B.7 The minimum clearance in air between phases and between phases and earth for the entire
run horizontal and vertical busbars shall be 25mm.All connections from the busbars up to the
ACB / MCCB / MCB / Fuses shall be fully shrouded to be minimize the risk of phase to phase
and phase to earth shorts.
C BUSBAR AND BUS TAPS: C.1 The Distribution Boards shall be provided with phase busbars and neutral busbars. In
addition, continues earth bus shall be provided in each board. All busbar compartments shall
be completely enclosed.
No of Corrections Signature of Tenderer -76-
C.2 Horizontal and vertical busbars and connections shall be of high conductivity copper / copper
alloy / aluminum / aluminum alloy. The maximum temperature rise of bus bars and bus
connections when carrying 100% of the rated current along the full run, will be limited to 55º C
with silver plated joints and 40ºC with all other types of joints over an outside ambient
temperature of 50ºC.
C.3 All bus connections shall be provided with anti-oxide grease. Adequate contact pressure shall
be ensured by means of two-bolt connection with plane and spring washers and locknuts.
C.4 Bimetallic connectors shall be provided for connection between dissimilar metals.
C.5 Busbars and Bus connections shall be fully insulated for working voltage. Insulating heat
shrinkable sleeves shall be provided for all busbars. All joints and tap-off points shall be
shrouded.
C.6 Bus insulators shall be non-hygroscopic, flame retardant, track resistant, high strength, sheet
molded or equivalent polyester fiberglass molded type .Separate supports shall be provided
for each phase and neutral busbar.
C.7 The cross section of the bus bars shall be uniform throughout the length of the assembly. The
size of neutral busbar shall be same that the phase busbar. All busbar and bus connections
shall be supported and braced to with stand the stresses due to maximum short circuit current
and also to take care any thermal expansion.
The current density of copper busbar shall not be more than 1.6 Amp / sqmm.
The current density of aluminum busbar shall not be more than 1.25Amp / sqmm.
C.8 Busbars shall be colour coded for easy identification and so located that the sequence R-Y-B
shall be from left to right, top-to-bottom or front to rear when viewed from the front of the
Assembly.
C.9 Bolted disconnecting links shall be provided for all incoming and outgoing feeders for isolation
of neutral, if necessary.
D. CONTROL , INDICATION AND METERING: D.1 Each breaker cubicle shall be equipped with the following.
a) One(1) Spring-return breaker control TRIP-NEUTRAL-CLOSE switch with pistol grip
handle for TRIP & CLOSE operation wired as per control philosophy.
b) Three(3) indicating lamps on the front of the compartment.
Breaker open and Mechanism charged -- -- -- -- GREEN
Breaker closed -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- RED
Breaker tripped / trip circuit faculty -- -- -- -- -- -- AMBER
D.2 The following indication will be considered for MCCB /SDF operated outgoing feeders.
Off -- -- -- -- -- -- -- -- GREEN
ON -- -- -- -- -- -- -- -- RED
D.3 Voltmeters and Ammeters with corresponding selector switches as per SLD shall be provided.
D.4 Detail scheme of connections for control, interlock and protection requirements of individual
circuits shall be developed and submitted for approval.
D.5 Push button shall be heavy duty, oil tight, push to actuate type with integral escutcheon plate
marked with its function.
No of Corrections Signature of Tenderer -77-
D.6 Each push-button shall have minimum 2NO + 2NC contacts rated 10A at 240V A.C.
D.7 Selector switches shall be stay-put rotary type with escutcheon plates marked to indicate the
function and position, and shall be lockable in each position. Selector switch contact shall be
rated for 10A at 240V A.C .Selector switches shall be provided with minimum three (3)
contact blocks of 1 NO + 1NC each.
D.8 Indicating lamps will be clustered type LED. The body shall be made polycarbonate
Unbreakable Lens.
D.9 Current Transformers shall be cast resin type; Accuracy class shall be 0.2 for metering and
5P20 for relaying.
D.10 Voltage Transformers shall be cast resin type. Accuracy class shall be of 0.2.
E. INTERNAL WIRING: E.1 All equipments shall be fully wired to ensure proper functioning of control, Protection and
interlocking schemes
E.2 Fuse / MCB’s and Links shall be provided to permit individual circuit isolation from bus wires
without disturbing other circuits .All spare contacts of the devices shall be wired up to the
terminal blocks.
E.3 Internal wiring shall be done with flexible, 1100 volt grade PVC insulated multistranded
copper conductor wires of following sizes.
a) Control and Current Circuit -- -- -- -- -- - 2.5 sqmm
b) Voltage circuit -- -- -- -- -- -- -- -- --- -- -- 1.5 sqmm
c) MCB up to 10Amp rating -- -- -- -- -- -- 2.5 sqmm
From 16Amp to 25Amp rating- -- -- -- -- -- - 4.0 sqmm
Up to 32 Amp rating -- -- - --- - --- -- -- -- -- 6.0 sqmm
Up to 40Amp rating -- - --- --- -- -- -- -- -- -- 10.0 sqmm
Up to 63Amp rating -- -- -- -- -- -- -- -- -- -- - 16.0 sqmm
Up to 80Amp rating -- -- -- -- -- -- -- -- -- -- - 25.0 sqmm
Up to 100Amp rating -- -- -- - --- -- -- -- -- -- 35.0 sqmm
E.4 The wires shall be colour coded for easy identification. Each shall be identified, at both ends
with permanent markers such as ferrules bearing wire numbers as per the wiring diagrams.
E.5 Wire termination shall be made with crimping type connection and insulating sleeves. Wire
shall not be spliced between terminals.
F TERMINAL BLOCKS: F.1 Terminal blocks shall be 1100volts grade self insulated stud type10sqmm minimum with
marking strips. Terminals for C.T secondary leads shall have provision for shorting.
F.2 No more than two wires shall be connected to any terminal. Spare terminals equal in number
to 20% active terminals shall be provided.
F.3 Terminal blocks shall be located to allow easy access. Wiring shall be so arranged that
individual wires of an external cable can be connected to consecutive terminals.
No of Corrections Signature of Tenderer -78-
F.4 Terminal blocks with in the panels shall be mounted on vertical support brackets. The support
bracket shall be tack welded to the interior sheet steel mounting plates of the cabinet. Support
brackets shall not be welded directly to the walls of the enclosure. The terminal blocks shall
be attached to the support brackets with round head machine screws.
F.5 Terminal blocks shall generally be mounted vertically with adequate spacing (not less than
100mm) between adjacent rows.
F.6 The bottom of the terminal blocks shall be at least 200mm above the incoming cable grand
plate.
G. CABLES TERMINATIONS: G.1 Boards shall be designed for cable entry from Bottom / Top as per as the actual site condition.
Sufficient space shall be provided for ease of termination and connection
G.2 All provisions and accessories shall be furnished for termination and connection of cables,
including removable gland plates, cables supports, crimping type lugs, brass compression
glands with tapered washers (Power cable only) and terminal blocks.
G.3 Gland plates shall be minimum 3mm thick CRCA. The gland plate and supporting
arrangement for cables shall be of non-magnetic material to minimize flow of eddy current.
G.4 Sufficient space shall be provided between the lower most power cable termination and gland
plate for easy cable termination.
H. GROUND BUS: H.1 A 25x6 / 40x6 / 50x6 mm Aluminum / Galvanized iron ground bus, rated to carry maximum
fault current, will be provided which will extend the full length of the assembly.
H.2 The ground bus shall be provided with the two-bolt drilling with G.I blots and nuts at each end
and shall be suitable to receive G.I flats up to 50x6mm.
H.3 All hinged doors shall be earthed through flexible copper braid
I. NAME PLATE: I.1 Name plates of approved design shall be provided on cubicle, at the top of the assembly and
on each instrument and device mounted on or inside the cubicle.
I.2 The material of the name plate shall be anodized aluminum / lamicoid or approved equal
3mm thick, with block letter on white background.
I.3 Caution Notice (Danger Board) on suitable metal plate shall be affixed at the back of each
vertical panel.
J. TROPICAL PROTECTION: J.1 All equipment, accessories and wiring shall have fungus protection, involving special
treatment of insulation and metal against fungus, insects and corrosion.
J.2 Screens of corrosion resistant material shall be provided on ventilating louvers to prevent
entry of insects.
No of Corrections Signature of Tenderer -79-
K. PAINTING: K.1 All surfaces will be sand blasted, pickled and grounded as required to produce a smooth,
clean surface free of scale, grease & rust.
K.2 All assemblies shall be finished in light gray (1S-5 shade 631) or any other approved shade
with two coats of synthetic enamel paint. Painting process shall be of powder coating type.
L TESTS L.1 All equipments as per as SLD shall be completely assembled, wired, adjusted and tested at
the factory as per the relevant standards.
L.2 The following routine tests shall include but not necessarily be limited to the following:-
a) Operation under simulated service condition to ensure accuracy of wiring, Correctness of
control schemes and proper functioning of the equipment.
b) All wiring and current carrying part shall be given appropriate High Voltage Test. (for 415V
Panels, 2.5 KV for 1 minute)
c) Insulation resistance test with 500 volt insulation megger.
d) Continuity Test.
N. GENERAL N.1 The distribution boards with ACB’s / MCCB’s of rating 400 Amp and the boards to be installed
at Moisture prone locations, Space heaters controlled by the Thermostats and individual
MCB’s shall be provided.
N.2 The space heaters may be provided in each cubicle.
N.3 Each cubicle shall be provided with a convenient 2/3 pin 5amp plug socket with switch and a
lamp holder with door switch to get the light inside the cubicle during maintenance work.
N.4 The switch gears and other components inside the distribution boards shall be of approved
makes only.
N.5 G.A drawing shall be prepared by the distribution board manufacturer and get it approved by
the Consultant/Owner.
N.6 G.A drawing shall be prepared for size of the boards to accommodate at site. The board
manufacture must visit the site, take the measurement of the space available at site before
preparing the G.A drawing.
N.7 G.A drawing shall be incorporated with the type & size of the busbars, wires, arrangement of
the switchgears, spacing for the cable termination etc.
BRIEF NOTES FOR THE DISTRIBUTION BOARDS TO BE FABRICATED. A. BODY & PAINTING :- 1. Shall be of 2mm thick CRCA sheet steel.
2. Suitable size ventilation louvers with fine wire mesh shall be provided to prevent entry of
insects.
3. Both inner and outer surface shall be powder coated.
4. Boards shall be fully compartmentalized. All doors shall be properly gasketed.
5. Outdoor type boards shall be of double door type.
No of Corrections Signature of Tenderer -80-
B. BUSBARS WIRINGS AND ARRANGEMENT OF EQUIPMENTS:- 1. Busbar shall be of high conductivity aluminum/copper as mentioned in SLD.
2. Size of Busbars if not specified in SLD may be selected considering the following current
density
For Copper ----------- 1.5 Amp/sqmm,
For Aluminum -------- 1.25Amp/sqmm
3. 1100 volt grade PVC insulated single core, multistranded copper conductor wires of different
colors (Red, Yellow, Blue, Black & Green) & following sizes shall be used.
for current rating up to 10A -- --- -- -- -- 2.5sqmm
up to 20A-- -- -- -- -- -- -- -- -- -- -- -- -- -- 4.0sqmm
up to 32A -- -- -- -- -- -- -- -- ---- -- -- -- -- 6.0sqmm
up to 40A -- - -- -- -- -- -- -- -- -- -- -- -- -- - 10.0sqmm
up to 63A -- -- -- -- -- -- -- -- -- -- -- -- -- -- - 16.0sqmm
up to 80A -- - - - - - -- -- -- -- -- -- -- -- -- -- - 25.0sqmm
up to 100A-- - --- -- -- -- -- -- -- -- --- --- -- -- 35.0sqmm
4. Proper nomenclaturing for the DB, Incomer, out goings shall be made as per SLD.
5. The type & rating of switchgears shall be as per as approved makes /as approved by the
consultant.
6. The meters shall be digital type and the indicating lamps shall be LED type.
7. Adequate space must be provided in-between the gland plate and bottom of the switch gear
for easy termination of the cables as per SLD.
8. Adequate clearance must be provided in-between phase-phase conductor and phase-earth
conductor.
9. The busbar shall be fully insulated with heart shrinkable PVC sleeves.
10. Each MCCB,s shall be provided with suitable spreader links and rotary operating handle for
interlocking with the door.
11. Ferrules may be provided on each wire for easy identification.
12. Each cubicle maybe provided with a 2/3pin 5Amp plug socket and switch and lamp holder
with its control door switch.
13. A continuous earth busbar capable of carrying full short circuit current may be provided at the
bottom of the board with the provision for bolting of main earthing conductors from the
electrodes.
14. Cable alley of 300mm wide along with the cable supports may be provided for clamping the
cables inside the board and for easy termination.
15 Wires shall be wired up to the suitable terminal blocks for easy termination.
16. Current Transformer shall be cast resin type `Secondary of the CT’s shall be wired up to
terminal block with shorting arrangement.
17. Each hinged doors shall be suitably earthed with copper braid or insulated copper wire
(2.5sqmm) of green colour.
No of Corrections Signature of Tenderer -81-
18. Before delivery, the distribution boards must be tested with the following routing tests
a) High Voltage Test.
b) Continuity Test
c) Insulation Resistance Test
d) Functional Test.
Sl. No.
AHU No. AHU / GF / 01, FF / 01
AHU / GF / 02, FF / 02
AHU / 4F / 02
AHU / 4F / 01
2F / 01, 3F/01 2F / 02, 3F/02, 5F/01 & 02
1 Make of AHU
2 Maximum Capacity CMH
3 Material / Gauge of Casing and
Drain Pan
4 Over all Size L x B x H mt.
5 Type of AHU, Vertical / Horizontal /
Ceiling Suspended
6 Overall Weight in Kg.
7 Capacity of Air-handler at Rated
Coil Face Velocity CMH
8 Make of Fan
COOLING COIL:
1 Make
2 Material of Tube / Fins
3 No. of Fins / Cm
4 No. of Rows Deep
5 Dia of Tubes (MM)
6 Face Area (SMT)
7 Cooling Capacity (Kcal / hr)
8 Entering / Leaving Temperature WB
in Deg.C
9. Apparatus Dew Point Deg.C
10 Chilled Water Flow Rate LPM
11 Face Velocity MPS
FILTER SECTION:
1 Make of Filter
2 Type of Filters
3 Air Velocity through Filter FPM
4 Efficiency of Filter %
No of Corrections Signature of Tenderer -82-
FAN AND FAN MOTOR:
1 Make of Fan
2 Type of Fan
3 No. of Fans
4 Width and Dia of Fans (MM)
5 Type of Blade
6 Air Quantity CMH
7 Static Pressure in Wg.
8 Make of Motor
9 Brake Horse Power in HP
10 Horse Power of Motor in HP
11 Motor RPM
12 Fan Speed
No of Corrections Signature of Tenderer -83-
BOQ FOR HV AC WORKS OF MCA BUILDING AT CUTTACK
Sl. No.
Description Unit Quantity Rate (in Rs.)
Amount (in Rs.)
1.
Scroll Air-Cooled Water Chilling Machine with Micro-Processor Based Control Panel:
Supply, installation, testing and
commissioning of Scroll Air-Cooled Water
Chilling Machines of 48/44TR (Nominal) with
Scroll Compressor at below mentioned
operating conditions with R22/R-134a/R407A
refrigerant, semihermatic / hermetically sealed
compressor, driven by suitable KW sq. Cage
induction motor complete with Air-Cooled
condenser with copper tube and aluminum
finned, insulated chiller, flow switch at piller
outlet, refrigerant piping, refrigerant and oil
(First Charge), Microprocessor based control
panel, incoming switchgear, starter vibration
isolator and other accessories etc. all
mounted on M.S. frame. The compressor shall
be suitable for 415 volts ± 10%, 50Hz ± 5%,
three phase A.C. supply.
Entering Air Temperature - 43.30 ºC
Chiller CHW IN - 12.22 ºC
CHW OUT - 6.67 ºC
The chilling machine as described above shall
be in line with the technical standard
specifications and Schedule of Equipment.
No.
04
2.
Supply, installation, testing and
commissioning of Monoblock chilled water
centrifugal pump sets with bronze impeller for
chilled water recirculation complete with TEFC
Squirrel Cage induction motor with class "F"
insulation, base plate, vibration insulators,
mechanical seal etc. conforming to technical
specification and as per following parameters.
The chilled water pumps shall include thermal
insulation and cladding.
Capacity of Each Pump LPM 380
Pump Head (Mt) 27.43
Pump Motor HP 5.0
No.
04
No of Corrections Signature of Tenderer -84-
Sl. No.
Description Unit Quantity Rate (in Rs.)
Amount (in Rs.)
3. Double Skinned Ceiling Suspended Air Handling Units : Supply, installation, testing
and commissioning of factory fabricated
Double Skinned Chilled Water Air-handling
unit ceiling suspended type fabricated out of
extruded aluminum section with 0.6mm pre-
plasticized Galvanised steel sheet outside
and 0.6mm.plan Galvanised steel sheet
inside, with blower in blower section and
blower motor TEFC type suitable for
operation on 415 volts ± 10%, 50Hz ± 5%
AC supply, 6 Row cooling coil made of
aluminum finned copper tube with coil
section, pre-filter section with non woven
synthetic media of 10 micron particle size
with an efficiency of 90%, polish stainless
steel drain pan made out of 22G sheet duly
completed with motor and belt drive package
etc. without face and bypass dampers. The
AHU panels shall be insulated with 23mm.
thick and 36 Kg/m³ density PU foam. The
motor and blower assembly shall be mounted
on aluminum extructed section only. The
complete AHU shall conform to standard
specification. The face velocity, the capacity
of Air-handlers shall be as follows.
AHU / GF / 01, FF / 01, 2F/ 01, 3F/01 No. 04
(6800 CMH, 35 mm St. Pr., 6 Row CC/ 3 HP)
AHU / GF/ 02,FF/ 02,2F/ 02,3F/02.5F/01 &02 No. 06
(7,650 CMH, 35 mm St. Pr., 6 Row CC/3 HP)
AHU / 4F/02, No. 01
4,250 CMH, 35 mm St. Pr., 6 Row CC/2 HP)
AHU / 4F/01 No. 01
3,400 CMH, 35 mm St. Pr., 6 Row CC/2 HP)
No of Corrections Signature of Tenderer -85-
Sl. No.
Description Unit Quantity Rate (in Rs.)
Amount (in Rs.)
4. Supply, installation, testing and
commissioning of GI powder coated fan coil
units complete with fan, 3 speed motor, 4
row deep cooling coil, aluminum filters with
filter box, double sandwiched insulated tray,
ball valve with strainer, balancing valve,
copper connection, rotary switch, supporting
arrangement, electric wiring etc. The fan
shall be selected for 10 mm. static pressure.
The complete fan coil shall be as follows:
i 1.0 TR (680 CMH ) No. 01
ii 1.5 TR (1,020 CMH ) No. 11
iii 2.0 TR (1,360 CMH ) No. 01
iv 2.5 TR (1,700 CMH ) No. 19
5. Supply, Installation, testing and
commissioning of three way motorised
valves with modulating motor in cooling coil
of air handling units of following sizes;
a. 25 mm dia No. 02
b. 32 mm dia No. 10
6. Supply, installation, testing and
commissioning of the following as per
technical standard specification.
a. Proportional cooling Thermostat at air
handler
No. 12
7. Supply, installation, testing and
commissioning of automatic control for Fan
Coil Units consisting of three way motorised
valves with modulating motor and
thermostat.
No. 32
8.a Fire Dampers : Supply, installation and
testing of Duct / Wall mounted GI Fire
Dampers actuated with the help of 24 V
electric actuator and as per specifications
excluding actuator.
Smt. 04
b. Damper Actuator : Supply, installation and
testing of Motorised Spring Return Actuator
for devices upto 0.8 sq. meter with control
panel and temperature sensor.
No. 12
No of Corrections Signature of Tenderer -86-
Sl. No.
Description Unit Quantity Rate (in Rs.)
Amount (in Rs.)
9. Supply, installation, testing and
commissioning of bare chilled / condenser
water piping of M.S 'Heavy' Class complete
with fittings like elbows, tees, reducers,
bends, MS flanges, supports, welding etc.
duly painted but excluding valves as required
conforming to IS:1239 / 3589 and technical
specification.
a. 25 mm dia pipe Rmt. 220
b. 32 mm dia pipe Rmt. 210
c. 40 mm dia pipe Rmt. 420
d. 50 mm dia pipe Rmt. 120
e. 65 mm dia pipe Rmt. 40
f. 80 mm dia pipe Rmt. 90
g. 100 mm dia pipe Rmt. 10
h. 125 mm dia pipe Rmt. 105
i. 150 mm dia pipe Rmt. 30
10. Supply, installation, testing and
commissioning of butterfly valves in position
conforming to standard specification.
a. 80 mm dia No. 12
11. Supply, installation, testing and
commissioning of globe valves in position
conforming to standard specification.
a. 25 mm dia No. 02
b. 32 mm dia No. 02
c. 40 mm dia No. 10
12. Supply, installation, testing and
commissioning of Duel plate check valves in
position conforming to standard
specification.
a. 80 mm dia No. 04
13. Supply, installation, testing and
commissioning of balancing valves with flow
measuring port in position conforming to
standard specification.
No of Corrections Signature of Tenderer -87-
Sl. No.
Description Unit Quantity Rate (in Rs.)
Amount (in Rs.)
a. 25 mm dia No. 02
b. 32 mm dia No. 02
c. 40 mm dia No. 10
d. 50 mm dia No. 02
e. 65 mm dia No. 02
f. 80 mm dia No. 04
6) Supply, installation, testing and
commissioning of Y-Strainer of the following
sizes conforming to standard specification.
a. 25 mm dia No. 02
b. 32 mm dia No. 02
c. 40 mm dia No. 10
d. 50 mm dia No. 02
e. 65 mm dia No. 02
f. 80 mm dia No. 04
14. Supply, installation, testing and
commissioning of alcohol filled 'V' form
thermometer of approved make conforming
to technical specifications.
No. 16
15. Supply, installation, testing and
commissioning of pressure gauge of
approved make of dia 150 mm conforming to
technical specifications.
No. 16
16. Supply, installation, testing and
commissioning of auto air vent valve of
following sizes;
a. 10 mm dia auto air vent valve No. 20
17. Supply, installation, testing and
commissioning of condensate drain water
piping of GI 'Medium' class complete with
fittings like elbows, tees, reducers, bends,
MS flanges, supports, welding, painting etc.
as required conforming to standard
specifications and of following sizes.
a. 25 mm dia pipe Rmt. 220
b. 32 mm dia pipe Rmt. 40
No of Corrections Signature of Tenderer -88-
Sl. No.
Description Unit Quantity Rate (in Rs.)
Amount (in Rs.)
18. Supply, installation, testing and
commissioning of expansion tank duly
insulated with 50 mm thick expanded
polystyrene and made out of 3 mm thick MS
Sheet duly Epoxy coated from Outside and
Inside or HDPE Tank of size 0.60 mt x 0.60
mt x 0.60 mt complete with aluminum
cladding of 14 G with all accessories and
fitting for chilled water only.
No. 01
19. Supply, fabrication, installation and testing of
G.S.S. sheet metal ducting complete with
Splitter Damper, vanes as required and as
per specifications and as per approved shop
drawings.
G.S.S. Ducting ( Rectangular Duct )
a. 24 G Smt. 360
b. 22 G Smt. 300
c. 20 G Smt. 30
20. Supply, installation and testing of Powder
coated Aluminum extruded grills / diffusers
as per specification and of following sizes:
a. Double louvered supply / return air registers
(Grills) with front louvers fixed horizontal and
rear louvers vertical adjustable.
Smt. 02
b. Supply / return square ceiling air terminals
(diffusers).
Smt. 8
c. Volume Control Dampers to be provided in
supply air registers / terminals.
Smt. 15
d. Supplying and fixing of Fresh air intake
louvers with bird screen dampers (Aluminum
extruded only).
Smt. 4
e. Fixed bar linear air register of following
sizes;
a. 100 mm Rmt. 160
b. 150 mm Rmt. 20
c. 200 mm Rmt. 20
No of Corrections Signature of Tenderer -89-
Sl. No.
Description Unit Quantity Rate (in Rs.)
Amount (in Rs.)
21. Supplying and fixing of external thermal
insulation on ducts with Aluminum faced
fiber glass of density 24 Kg/m³ with all
longitudinal / transverse joints sealed with
self adhesive aluminum tape of width 50
mm and finally fix 19 mm PVC straps as
required and as per standard specifications.
a. 25 mm thick fibre glass Smt. 270
22. Supplying and fixing of acoustic lining of duct
with fiber glass rigid board of density 48
Kg/m³ sealed in fiber glass tissue paper and
covered with 0.5 mm thick perforated
aluminum sheet and conforming to standard
specification.
Smt.
a. 12 mm thick fiber glass rigid board. Smt. 140
b. 25 mm thick fiber glass rigid board. Smt. 25
23. Supply and installation of Insulation on
chilled water piping with pre-moulded pipe
section of 50mm thick expanded
polystyrene duly aluminum cladded and shall
be as per standard specification.
a. 25 mm dia pipe Rmt. 220
b. 32 mm dia pipe Rmt. 210
c. 40 mm dia pipe Rmt. 420
d. 50 mm dia pipe Rmt. 120
e. 65 mm dia pipe Rmt. 40
f. 80 mm dia pipe Rmt. 90
g. 100 mm dia pipe Rmt. 10
h. 125 mm dia pipe Rmt. 105
i. 150 mm dia pipe Rmt. 15
24. Supply and installation of Insulation on
valves with 50mm thick expanded
polystyrene duly aluminum cladded and shall
be as per standard specification.
A. Butterfly Valves
a. 80 mm dia No. 12
No of Corrections Signature of Tenderer -90-
Sl. No.
Description Unit Quantity Rate (in Rs.)
Amount (in Rs.)
B. Globe Valves
a. 25 mm dia No. 02
b. 32 mm dia No. 02
c. 40 mm dia No. 10
C. Check Valves
a. 80 mm dia No. 04
D. Balancing Valves
a. 25 mm dia No. 02
b. 32 mm dia No. 02
c. 40 mm dia No. 10
d. 50 mm dia No. 02
e. 65 mm dia No. 02
f. 80 mm dia No. 04
E) Y- Strainer
a. 25 mm dia No. 02
b. 32 mm dia No. 02
c. 40 mm dia No. 10
d. 50 mm dia No. 02
e. 65 mm dia No. 02
f. 80 mm dia No. 04
25. Supply and Insulation of condensate drain
water piping with 25 mm thick pre-moulded
expanded polystyrene pipe section duly
aluminum cladded and shall be as per
standard specification.
a. 25 mm dia pipe Rmt. 220
b. 32 mm dia pipe Rmt. 40
26. MOTOR CONTROL CENTRE
i. 48/ 44 TR (NOM Air - Cooled Screw Chilling
Machine (3W+1S)
ii. 5.0 HP CHW Pumps (3W+1S)
No of Corrections Signature of Tenderer -91-
Sl. No.
Description Unit Quantity Rate (in Rs.)
Amount (in Rs.)
Supply, installation, testing and
commissioning of Cubical type sectionalised
floor standing double enclosure Electrical
Panel made of 2 mm thick C.R.C.A. sheet of
31 MVA fault capacity at 415 V complete with
4 strips, 630 A capacity Copper Bus-Bar of
size 60 x 10 mm Electrolytic grade, cable
alley, switchgears of following capacity and
as per specifications.
A. INCOMER : 630 A TPN MCCB with overload,
short ckt., earth fault protection release, with
144 mm (0 -630 A) ammeter with 3 CT and
selector switch, 144 mm (0 - 500 V) Voltmeter
with selector switch, phase indication light
with protection fuse, on / off / trip in indicating
light with protection fuse - 01 Set.
B. OUTGOINGS
i. 4 Nos. Air-Cooled Chilling M/C of 48/44TR
Nominal Capacity.
250 A TP MCCB with operating handle,
overload and short circuit protection with 144
mm (0 -250 A) ammeter with three CT and
Selector switch, on / off / trip indication light
with protection fuses - 04 Sets.
ii. 4 Nos. Chilled Water Pump Sets of 5.0 HP
40 A TP MCB with 16 A DOL starter, overload
relay start/stop push buttons, ammeter (0-
40A) with three CT, on / off / trip indication
lights with protection fuse, single phase
preventer - 04 Sets
Controls and interlocking accessories as
required. LOT
27. SUB-PANELS FOR AIR HANDLING UNITS: Supply, installation, testing and
commissioning of Cubical wall mounted type
switch board as detailed below and
conforming to the specifications.
No of Corrections Signature of Tenderer -92-
Sl. No.
Description Unit Quantity Rate (in Rs.)
Amount (in Rs.)
i. For AHU For UP To 5.0 HP Fan Motor : 40
A TP MCB with 16 A DOL starter, overload
relay start/stop push buttons, ammeter (0-
40A) with three CT, on / off / trip indication
lights with protection fuse, single phase
preventer - 1Set (Controls and interlocking
accessories as required LOT)
No. 12
28. REMOTE CONTROL CONSOLE: Supply,
installation, testing and commissioning of flour
mounted desk type control console with mimic
diagram comprising of Start / stop push
buttons, status indication i.e. on / off / trip for
04 Nos. Air -cooled Chilling M/c, 04 nos.
Chilled Water Pump, 11 Nos. AHU, 5 Nos.
spare etc. as per specification.(Common
faults for each chiller such as flow switch with
associated relays hooter, fault accept and
reset arrangements shall be as per
specification).
No. 01
29. POWER CABLING
Supply, laying, testing and commissioning of
power and control cabling as per Standard
specification including end termination as
required.
A. Power Cabling XLPE insulated, PVC
sheathed, Armoured Aluminum Conductor of
1.1 KV grade on existing cable trays.
a. For Air - Cooled Chilling M/C
3.5C x 120 Sq. mm Rmt. 120
b. For Chilled Water Pumps
3.0C x 10 Sq. mm Rmt. 65
c. For Air Handling Units
3.0C x 4 Sq. mm Rmt. 120
B. Control Cabling PVC insulated, PVC
sheathed, Armoured Copper Conductor of
1.1KV grade on existing cable trays.
i. 5.0C x 1.5 Sq. mm Rmt. 450
No of Corrections Signature of Tenderer -93-
Sl. No.
Description Unit Quantity Rate (in Rs.)
Amount (in Rs.)
30. Supply and installation of ladder type 16 G
ms cadmium plated 'U' shaped channel 40mm
x 20mm cable tray of following sizes,
i. 100 mm width Rmt. 80
ii. 300 mm width Rmt. 120
iii. 600 mm width Rmt. 40
31. Earthing Strip / Wires.
i. Supply and laying of 4 mm dia. Copper wire.
or in recess for loop earthing as required.
Rmt. 120
ii. Supply and laying of 6 mm dia. Copper wire.
or in recess for loop earthing as required.
Rmt. 30
iii. Supply and laying of 32 x 6 mm Copper strip
or in recess for loop earthing as required.
Rmt. 60
32. Supply and laying of Rubber Mat of size 1000
mm and 12 mm thick.
Smt. 4
33. Supply and Fixing of Shock Treatment Chart
duly mounted on a Wooden Frame with Glass
as required in two languages (English and
Oriya)
No. 2
34. Supply and Fixing of Carbon Dioxide Fire
Extinguishers of 4.5 Kg. each mounted on
Wall Hooks as per IS 2878 / 1976.
No. 2
35. Supply, Installation, Testing and
Commissioning of Earthing complete with
3 mtr. x 50 mm dia GI Perforated Earth
Electrode complete with Inspection Chamber
and Cover complete as per Site Engineers
Instruction and Technical Specification.
No. 4
Total :
(Rupees………………………………………………………………………………………………………….)