PRASAR BHARATI (BCI) - All India Radioallindiaradio.gov.in/Information/Tenders/Documents/... · ALL...

43
1 PRASAR BHARATI (BCI) O/O ADDITIONAL DIRECTOR GENERAL (ENGG.)(WZ) ALL INDIA RADIO & DOORDARSHAN DOORDARSHAN KENDRA COMPLEX 9 TH FLOOR, P.B. MARG, WORLI MUMBAI-400 030. TEL : 24928773 File No: ADG(E)(WZ)/TVP/ AC PLANT – DDK AHEMDABAD /2010-11 Date: 12.04.2012 NOTICE INVITING TENDER Tenders are hereby invited on behalf of President of India for Supply, Installation, Testing and Commissioning of Replacement of Centralized Chilled water Cool A/C system by Air cooled (VRF)system at Doordarshan Kendra, Ahmedabad at an estimated cost of Rs. 140 Lakh only:- 1. Air cooled (VRF)system at Doordarshan Kendra, Ahmedabad as per details and specification given in the annexure enclosed herewith is to be supplied ,installed & commissioned at DDK Ahmedabad in west zone. 2. Tender documents consisting of Technical & financial bid ,schedule of supply and work & set of conditions of contract can be had from O/o The Additional Director General (Engg)(WZ),PrasarBharti (BCI), All India Radio & Doordarshan, Old CGO Building,3 rd Floor, M.K.Road, Mumbai 400020, between 1100 hours and 1600 hours every day except on Saturdays, Sundays and public holidays on payment of prescribed cost of tender. 3. Tenders should be placed in lac-sealed covers with the name of work written on the envelope. Sealed tenders will be received by this office up to 1500 hrs on 30.05.2012 and opened on the same day at 1600 hrs . by the authorized representative of the Additional Director General (E)(WZ) in presence of such tenderer who may choose to be present. 4. The tender document can be obtained from the Cashier, O/o The Additional Director General (Engg.)(WZ), All India Radio & Doordarshan, 101, 3 rd Floor, Old CGO Building, M.K.Road Mumbai -400020, on payment of Rs. 1000/- in cash/demand draft drawn in favour of Prasar Bharati The Additional Director General (E)(WZ), All India Radio & Doordarshan, Mumbai up to 22/05/2012 (By Hand) OR 15/05/2012 (By post). 5. Tenderers should quote in figures as well as in words the rates and amounts tendered by them. When a tenderer signs a tender in an Indian language, the total amount tendered should also be written in the same language. While submitting the tender all the tenderers are required to affix their signature with rubber stamp at bottom of all pages. 6. Earnest money amounting to Rs. 2,80,000/-in the form of Demand Draft drawn on any nationalized bank in Mumbai in favour of Prasar Bharati The Additional Director General (E)(WZ) AIR & Doordarshan, Mumbai must accompany the tender. 7 Income tax clearance certificate must also be sent along with the tender, without which the tender is liable to rejection. 8 In addition to the above, the tenderer whose tender is accepted will be required to furnish security deposit for the due fulfillment of the contract consisting of 10% of the tendered amount for the work. The S.D. may be deposited in form of Demand Draft drawn on a nationalized bank or Bank Guarantee in favour of Prasar Bharati The Additional Director General (E)(WZ), AIR & TV Mumbai, within ten days of award of work, failing which the work order will be revoked. 9 The tender is invited in two bid form i.e. Technical and Financial . Tenderer shall submit their offer in two parts as ‘TECHNICAL’ and ‘FINANCIAL’ Both the bids shall be submitted in two separate lac-sealed covers clearly marked as ‘Technical’ and ‘Financial ’. The technical bid will be opened on the due date mentioned above. The Financial bid of all the tenderer will be taken together with the technical bid and will be opened only for such tenderer who qualify in the technical bidding. Other bids will be returned in sealed condition as received. Date of opening of the Financial bids will be intimated to the qualified tenderer. 10 Tenderers should submit proof of experience in similar works preferably in All India Radio & Doordarshan and information about past experience as well as details of organizational set-up, professional qualification of senior partners and network of after sales-services.

Transcript of PRASAR BHARATI (BCI) - All India Radioallindiaradio.gov.in/Information/Tenders/Documents/... · ALL...

1

PRASAR BHARATI (BCI)

O/O ADDITIONAL DIRECTOR GENERAL (ENGG.)(WZ) ALL INDIA RADIO & DOORDARSHAN DOORDARSHAN KENDRA COMPLEX

9TH FLOOR, P.B. MARG, WORLI MUMBAI-400 030.

TEL : 24928773 File No: ADG(E)(WZ)/TVP/ AC PLANT – DDK AHEMDABAD /2010-11 Date: 12.04.2012

NOTICE INVITING TENDER Tenders are hereby invited on behalf of President of India for Supply, Installation, Testing and Commissioning of Replacement of Centralized Chilled water Cool A/C system by Air cooled (VRF)system at Doordarshan Kendra, Ahmedabad at an estimated cost of Rs. 140 Lakh only:- 1. Air cooled (VRF)system at Doordarshan Kendra, Ahmedabad as per details and specification

given in the annexure enclosed herewith is to be supplied ,installed & commissioned at DDK Ahmedabad in west zone.

2. Tender documents consisting of Technical & financial bid ,schedule of supply and work & set of conditions of contract can be had from O/o The Additional Director General (Engg)(WZ),PrasarBharti (BCI), All India Radio & Doordarshan, Old CGO Building,3rd Floor, M.K.Road, Mumbai 400020, between 1100 hours and 1600 hours every day except on Saturdays, Sundays and public holidays on payment of prescribed cost of tender.

3. Tenders should be placed in lac-sealed covers with the name of work written on the envelope. Sealed tenders will be received by this office up to 1500 hrs on 30.05.2012 and opened on the same day at 1600 hrs. by the authorized representative of the Additional Director General (E)(WZ) in presence of such tenderer who may choose to be present.

4. The tender document can be obtained from the Cashier, O/o The Additional Director General (Engg.)(WZ), All India Radio & Doordarshan, 101, 3rd Floor, Old CGO Building, M.K.Road Mumbai -400020, on payment of Rs. 1000/- in cash/demand draft drawn in favour of Prasar Bharati The Additional Director General (E)(WZ), All India Radio & Doordarshan, Mumbai up to 22/05/2012 (By Hand) OR 15/05/2012 (By post).

5. Tenderers should quote in figures as well as in words the rates and amounts tendered by them. When a tenderer signs a tender in an Indian language, the total amount tendered should also be written in the same language. While submitting the tender all the tenderers are required to affix their signature with rubber stamp at bottom of all pages.

6. Earnest money amounting to Rs. 2,80,000/-in the form of Demand Draft drawn on any nationalized bank in Mumbai in favour of Prasar Bharati The Additional Director General (E)(WZ) AIR & Doordarshan, Mumbai must accompany the tender.

7 Income tax clearance certificate must also be sent along with the tender, without which the tender is liable to rejection.

8 In addition to the above, the tenderer whose tender is accepted will be required to furnish security deposit for the due fulfillment of the contract consisting of 10% of the tendered amount for the work. The S.D. may be deposited in form of Demand Draft drawn on a nationalized bank or Bank Guarantee in favour of Prasar Bharati The Additional Director General (E)(WZ), AIR & TV Mumbai, within ten days of award of work, failing which the work order will be revoked.

9 The tender is invited in two bid form i.e. Technical and Financial . Tenderer shall submit their offer in two parts as ‘TECHNICAL’ and ‘FINANCIAL’ Both the bids shall be submitted in two separate lac-sealed covers clearly marked as ‘Technical’ and ‘Financial ’. The technical bid will be opened on the due date mentioned above. The Financial bid of all the tenderer will be taken together with the technical bid and will be opened only for such tenderer who qualify in the technical bidding. Other bids will be returned in sealed condition as received. Date of opening of the Financial bids will be intimated to the qualified tenderer.

10 Tenderers should submit proof of experience in similar works preferably in All India Radio & Doordarshan and information about past experience as well as details of organizational set-up, professional qualification of senior partners and network of after sales-services.

2

11. Tenderer must submit / furnish information against each item asked in Technical Data of specifications.

12. Tenderer are requested to enclose the Check list duly filled in as per proforma attached

herewith. Incomplete Check list or non compliance may result in rejection of the tender. 13. All the works shall be carried out as per the conditions detailed in enclosure to the contract

Document.

14. Canvassing in connection with tender is strictly prohibited and the tenders submitted by tenderers who resort to canvassing may be rejected.

15. The acceptance of a tender will rest with The Additional Director General (E)(WZ), All India

Radio & Doordarshan Mumbai who does not bind himself to accept the lowest tender and reserves to himself the authority to reject any or all the tenders received without assignment of any reason.

16. Tenders, which do not fulfill all or any of the above conditions or are incomplete in any

respect, are liable to summary rejection. 17. Tenderers are advised to visit the site before submitting the tender for assessment of

requirements, additions or deletions for efficient working of system.

( R.SEKAR ) Dy. Director (Engg.)

O/o. Additional Director General (E -WZ) AIR & Doordarshan, MUMBAI.

FOR & ON BEHALF OF THE PRESIDENT OF INDIA

Encl:

Annexure ‘A’ : Special Terms & Conditions

Annexure ‘B’ : Tender for Work – Technical Bid with Memorandum

Annexure ‘C’ : Tender for Work – Financial Bid with Memorandum /

Bills of Material

Annexure ‘D’ : General Condition of Contract.

Annexure ‘E’ : Technical Specification.

Annexure ‘F’ : CHECK LIST for eligibility of Tenderer

& Drawings.

3

ANNEXURE - A

SPECIAL TERMS AND CONDITIONS

1. PRICE & STATUTORY DUTIES :

Prices should be firm and inclusive of freight charges to site at Ahmedabad in West Zone , transit insurance and excise duty, work contract tax & any other duty or tax levied by any agency. Component of excise duty and all other taxes should be indicated separately.

2. WORK CONTRACT TAX :

In case works contract tax is levied by the concern State Government on this work contract, the same shall be deducted from the bills. 3. VALIDITY OF TENDER:

The tendered prices should be valid for 12 months from the date of opening. 4. SECURITY DEPOSIT:

The firm shall give security deposit equivalent to the 10 % of the contract value at the time of signing the contract. The security deposit will remain valid till the firm’s commitment under guarantee/warrantee clause is discharged fully to the satisfaction of the purchaser. Security Deposit in the form of bank guarantee will also be accepted provided the guarantee is as per proforma provided by this office. 5. TIME FOR COMPLETION OF WORK:

The entire work is to be completed within 4 months from the date of work order. The urgency of Supply/Work will have to be maintained. 6. PLACE OF WORK:

Doordarshan Kendra , Bhopal ,in west zone. 7. PENALTY FOR DELAY:

If the contractor is unable to complete the work of SITC of Air Cooled (VRF)system at Doordarshan Kendra, Ahmedabad in west zone, within the stipulated period limit, the purchaser, may at his discretion allow additional time as he may consider justified with or without altering the terms and conditions of work order. In the event of failure of the contractor to complete the above work within the stipulated or extended time, the purchaser has right to impose penalty of Rs.500/- per week per lakh subject to a maximum of 5% of Contract value. 8. TERMS OF DELIVERY:

All the materials shall be delivered free at site. The firm will arrange to receive all his materials at site. The purchaser shall, however, provide storage space to the contractor for storing the materials on the clear understanding that such storage is being arranged at the risk of the contractor. 9. INSPECTION:

I. INITIAL INSPECTION: A. Inspecting authority :- The Additional Director General (E)(WZ)

All India Radio & Doordarshan, Doordarshan Kendra Complex

9th Floor, P.B. Marg, Worli MUMBAI-400 030. or

His authorized representatives

4

B. Inspecting Officer Nominee of the Additional Director General (E)(WZ) for inspection at Contractor’s factory and at works site during progress and final test. If the Inspecting Authority finds during pre-inspection that the consignment is not as per specifications, the consignment is liable to rejection.

The contractor would approach the inspecting authority for inspection two weeks in advance of the actual date of inspection.

II. FINAL INSPECTION: ADG (ENGG.)(WZ) or his representative duly authorized will carry out final inspection, after completing the installation. The contractor has to fulfill the conditions mentioned in Condition of Contract. The Air cooled (VRF)system at Doordarshan Kendra, Ahmedabad will be accepted only after meeting the specifications / conditions stipulated in the work contract document. 10. PAYMENT TERMS:

1. 80% cost of work will be paid after supply of all the Machinery / Materials etc at Site in good condition after due inspection .

2. Final 20% cost of the work will be paid after successful Installation, Testing and Commissioning of the system and completion of all works in all respect by the tenderer.

11. GUARANTEE AND WARRANTEE:

The guarantee period shall be 24 months from the date of completion of work or handing over of the system after testing whichever is latter. During this period, the contractor shall repair/replace free of charge any part that becomes defective due to faulty material/workmanship. 12. TERMINATION OF CONTRACT:

In the event of undue delay on the part of the contractor for the work of SITC of Air cooled (VRF)system at Doordarshan Kendra, Ahmedabad. The Additional Director General (E)(WZ) has the right to terminate the contract at the cost and risk of the contractor. 13. FORCE MAJOURE CLAUSE:

If at any time during the continuance of this contract the performance in whole or in part by either party of an obligation under this contract shall be prevented or delayed by reasons of war, hostility acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemic, quarantine restrictions, strikes, lockouts or acts of god (hereinafter referred to as events) and provided notice of happening of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof neither party shall reasons of such event be entitled to terminate this contract nor shall either party have claims for damages against the other in respect of such non performance or delay in performance and delivery and the contract shall be resumed as soon as practicable after such events have come to an end or ceased to exist and the decision of The Additional Director General (E)(WZ),AIR & DD,Mumbai-30 as to whether the deliveries have been so resumed or not shall be final and conclusive. 14. OTHER CONDITIONS:

In addition to the condition mentioned above the contract would also be governed by the following conditions:- If the stores tendered for the inspection during the fag end of the delivery period are not found acceptable after carrying out inspection, the purchaser is entitled to cancel the contract in respect of the contractor. If however, the stores tendered for inspection are found acceptable, the purchaser may grant an extension of the delivery period subject to the following conditions :- a) That the purchaser reserves the right to recover from the contractor liquidated damage on the stores

which the contractor has to deliver within the delivery period fixed for delivery.

5

b) That no increase in price on account of any of the statutory increase in or fresh imposition of custom duty, excise duty livable in respect of the stores specified in the acceptance of the tender shall be on such of the said stores admissible as are delivered after the date of delivery stipulated in the acceptance of tender.

c) That not withstanding any stipulation in the contract for increase in price on any other ground, no such increase which takes place after the date of delivery stipulated in the acceptance of tender shall be admissible on such delivery period stipulated in accepted tender. d) But nevertheless, the purchaser shall be entitled to the benefit of any decrease in price on

account of reduction in or remission of custom duty, sales tax or on account of any other tax or duty or on any other ground stipulated in the price variation clause which takes place after the expiry of the delivery stipulated in the acceptance of tender.

e) Contractor shall not dispatch the stores till such time an extension in terms of para-a to d of

clause 14 above is granted by the purchaser and accepted by the supplier. If the stores are dispatched by the supplier before an amendment regarding extension is issued by the purchaser and same are accepted by the consignee the acceptance of the stores shall be deemed to the subject to the conditions a to d set out in paragraph above.

f) The tools and equipments required for carrying out this work will not be arranged by All India

Radio & Doordarshan . The contractor shall arrange at his own risk & cost necessary tools and labour following local rules.

g) The Additional Director General (E)(WZ)/ Director (Engg.) has full power to require the

removal, from the premises, of all materials which in his opinion are not in accordance with the specifications and in case of default, the Additional Director General (E)(WZ) / Director (Engg.) to be at liberty to employ other person or remove the same without being answerable or accountable for any loss or damage that may happen or arise and have the full powers to require other proper materials to be substituted there and in case of default the Additional Director General (E)(WZ)/ Director (Engg.) may ask the same to be supplied and all costs which may attend such removal and substitution are to be borne by the contractor.

h) If in the opinion of the Additional Director General (E)(WZ)/ Director (Engg.) any of the works

have been executed with improper materials or defective workmanship the contractor/s is/ are when required by Additional Director General (E)(WZ) / Director (Engg.) forthwith to re-execute the same and to substitute proper materials and workmanship and in case of default of the contractor/s in doing so within a week Additional Director General (E)(WZ) / Director (Engg.) is to have full power to employ other persons to re-execute the work and the cost thereof shall be borne by the contractor/s.

i) After completion of the work the contractor should obtain the necessary certificates from the

representatives of the Additional Director General (E)(WZ) & shall hand over the same to the Additional Director General (E)(WZ)/ Director (Engg.). Final adjustment of bills will not be made if the certificate is not handed over.

j) The installation should be carried out during the normal working hours from 9.00 a.m. to 5.00 p.m.

as laid down by the factory rules.

6

ANNEXURE – B

TENDER FOR WORKS

TECHNICAL BID 1 . A Para by Para compliance statement in the form of the table given below describing DD

Specification (Please refer Annexure “E”)for the manufacturers quoted items must be attached with the offer by the manufacturer(OEM) on the letter duly signed by OEM and countersigned by the agent or representative of the manufacture with relevant supporting literature ,manuals etc. The compliance statement is to be submitted with the technical bid for all technical as well as general specification for all the Para 1-11 enumerated in the specification annexed at Annexure “E” This is mandatory & essential requirement . Any offer without compliance statement as detailed above shall be rejected in the first instance without making any reference to the firm or the representative or manufacturer. The compliance statement from the manufacturer should be in the following format :- Para NO & D.D Specification

DD Specs Value &

detail

Parametric value of quoted system

Compliance or

Deviation

Page No of The bid where this information can be found

Remark

(1) (2) (3) (4) (5) (6)

Mere writing on the compliance statement that system complies with the required parameter will not be accepted as compliance .The manufacturer(OEM) has to substantiate the same with either technical manual of the equipment. The compliance is to be submitted for complete bill of material including optional items.

2. A detailed ,complete Bill of material shall be attached with the technical offer leaving price column blank. This bill will be exactly same which has been given in financial offer Make .model and quantity of each item must be mentioned. 3. Documentation : One set of Technical Manuals & datasheets must be supplied with the

Equipment & One set must be attached with the offer.

7

TECHNICAL DATA SHEET

(Attach filled up Data Sheet with the Offer ) VARIABLE REFRIGERANT FLOW SYSTEM Outdoor Units ODU Capacity called for (HP) ODU Capacity offered ( HP) No. of modules per selected ODU Space required for ODU modules ( LxWxHt.mm) Operating weight in Kg per ODU module KW at full load designed conditions KW at 100% KW at 75% KW at 50% KW at 25% Full Load Current ( Amp) Starting Current ( Amp) Compressor Make Model Type (Inverter-inverter / Digital – fixed / Inverter- fixed etc.) List of safety devices provided for compressor safety Test Pressure of compressor ( kg/ sq.cm) Refrigerant ( R410 / etc.) Design suction temperature ( Deg C) Desig discharger temperature ( Deg C) Condensor Make / Type / Model Fan DIa No.of fans Fan Motor (KW) & Speed ( rpm) Fan motor ( with Variable speed or without variable speed) Air Quantity ( cfm) Coil face area ( sq.ft) No. of rows & Al. fins per inch. Copper tube thickness & diameter (G/mm) Velocity of air across the coil ( fpm)

8

AIR HANDLING UNITS ( for clean room area) ( VRF Compatible) Make / Model Construction of AHU with 22g GI plain or Pre-coated sheet ( (Inner as well as outer sheet)

Double Skin Panel thickness (mm) Thermal Break ( Yes / No) Coving ( Yes / No) Suitable for VFD ( Yes / No) Pre-filter details Fine filter details Strip Heater Kw Motor make Motor H.P./RPM Blower make & number of blower per AHU Blower type ( DIDW / SISW & Forward curve or Backward curve) Air qty. ( cfm) Fan static pressure ( mm we) Coil face area ( sq.ft) (Total coil face area) Capacity of each DX cooling coils / AHU Cooling coil row deep ( No. of Row deep) Tube material / dia Fin material / spacing Overall Dimensions (mm) W X D X H Make GI Sheets / Grille / Diffuser / Jet Nozzle & Construction Make G.I. sheet Make & type of Insulation material for Ducting / piping Make & type of Insl. Material for ducting ELECTRICAL PANEL Make Body material Appx. Dimension ( LxWxH) in mm Make of Components Ammeter / Voltmeter Push botton / indicating lamps Switches Fuse Contactor Overload Relays

9

DEVIATION SCHEDULE & DECLARATION

1.0. DEVIATION SCHEDULE:-

Tender Requirement Offered

1.________________________________ _________________________

2.________________________________ _________________________

3.________________________________ _________________________

4.________________________________ _________________________

5.________________________________ _________________________

6.________________________________ _________________________

7.________________________________ _________________________

8.________________________________ _________________________

9.________________________________ _________________________

2.0 DECLARATION:-

The undersigned is a duly authorized representative of the Bidder & certifies that all the

furnished data & information pertaining to this offer are corret & are true representation of the

equipment & material offered by our offer no._______________________________________

Dated________________________________.

The undersigned confirms that the offered plant has been designed to achieve the required

performance as per the desired parameter & guarantee to achieve the same.

Signature : ________________________

Name : ________________________

Designation : ________________________

Date : ____________ SEAL OF THE COMPANY

10

MEMORANDUM

A. GENERAL INSTRUCTION

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AC SYSTEM OF AIR COOLED (VRF) SYSTEM AT DOORDARSHAN KENDRA , BHOPAL B. EARNEST MONEY DEPOSIT :Rs. 2,80,000/-

C. SECURITY DEPOSIT MONEY :10% OF TENDERED AMOUNT

D. LOCATION : : DOORDARSHAN KENDRA AHMEDABAD TIME ALLOWED : 120 days from the date of issue of the order.

Should this tender be accepted, I / We hereby agree to abide by and fulfill all the terms and provisions of the said conditions of contract including special conditions annexed herewith to so far as applicable, or in default thereof to forfeit and pay to the President of India or his successors in Office the sum of money mentioned in the said conditions without prejudice to any other right-of the President. The sum of Rs 2,80,000/-(RUPEES TWO LAKH EIGHTY THOUSAND ONLY) being the full value of EMD is to be absolutely forfeited to the said President or his successor in office without prejudice to any other rights or remedies of the said President or his successors in Office. Should I / We fail to commence the work specified in the above memo or should I / We do not deposit the full amount of Security Deposit specified in the above memorandum in accordance with the clause of the said conditions of contract, the said sum shall be retained by Government as on account of such security deposit as aforesaid. The terms and conditions of the agreement have been explained to me / us. I /We clearly understand them. Dated the _____________________date of _____________________2012.

Witness :

Address : Occupation : SIGNATURE OF THE TENDERER WITH SEAL

11

ANNEXURE – C

TENDER FOR WORK

FINANCIAL BID

Supply, Installation, Testing and Commissioning of A/C Plant AIR Cooled (VRF) System of Doordarshan Kendra, Ahmedabad.

1) Make and Type of each item to be indicated. 2) Indenter reserve the right to choose and decide the quantity of equipments at the time

of finalizing the order. SECTION - A

( Dismantling Work ) Bill of Quantities & Prize Bid

Service Tax & all other Taxes & duty to be inclused in unit rate

Sr. No.

DESCRIPTION UNIT QTY U.RATE (Rs.)

AMOUNT

Dismantling, shifting ( within same premises ) & handing over work of old AC system Equipment /Material to authorized person. ( Dismantling condition or may be in damage condition). Making and breaking good of the holes in walls and slab for Dismantling of Material / Equipment & after dismantling Civil Work finishing work also in AC Vendor scope.

1 Reciprocating Compressor Chiller (Capacity 60 TR)

Nos 4

2 Chw pump (capacity: 30hp motor) Nos 2 3 Cooling Tower (Capacity : 100 TR) Nos 2 4 Cdw pump (Capacity : 30 hp motor) Nos 2 5 Chw Piping Lot 1 6 Chw Valves and other accessories Lot 1 7 Cdw Piping Lot 1 8 Cdw Valves &other accessories Lot 1 9 Humidifier & Dehumidifier system Lot 8 10 All Installed heavy Gauge Plenum, Connection piece

& related accessories in AHU Room Lot 8

11 Floor Mounted AHU with Motors a AHU 1 Motor HP - 3 HP Nos 4 b AHU 2 Motor HP – 5 HP + 5 HP (Series) Nos 1 c AHU 4 Motor HP – 3 HP Nos 1 d AHU 5 Motor HP - 5 HP Nos 1 e AHU 6 Motor HP – 3 HP X 2 nos Nos 1

Total Amount

12

SECTION - B Bill of Quantities & Price Bid ( AC System )

Rates quoted shall be inclusive of Packing,Insurance, Transportation, supply , handling at site, installation, testing , commissioning & warranty services, etc. conforming to technical specification & other terms of this Tender. (Excise duty, VAT, Sales Tax, Service Tax to be Included in Unit Rate) Sr. No.

DESCRIPTION UNIT QTY UNIT RATE(Rs.)

AMOUNT(Rs.)

PART – I ( SUPPLY ) 1 Supply of VRF Out door condensing units

of the following capacity with R 410 Gas based Mode

a 54 HP system (Each module Connects with Individual circuit to AHU Coil)

Nos 1

b 54 HP system (Each module Connects with Individual circuit to AHU Coil)

Nos 1

c 44 HP system (Each module Connects with Individual circuit to AHU Coil)

Nos 1

d 20 HP system (Each module Connects with Individual circuit to AHU Coil)

Nos 1

e 20 HP system (Each module Connects with Individual circuit to AHU Coil)

Nos 1

f 20 HP system (Each module Connects with Individual circuit to AHU Coil)

Nos 1

g 20 HP system (Each module Connects with Individual circuit to AHU Coil)

Nos 1

h 20 HP system (Each module Connects with Individual circuit to AHU Coil)

Nos 1

2 Air Handling Unit :- ( VRF Compatible) Supply of floor mounted 25 mm thk puf insulated double skin AHU ( with thermal break profile & coving),mixing box section, pre-filters, Dx coil section with 6 Row deep cooling coil, fan section with DIDW Backward Curved centrifugal fan, drive set, v – belts, SA/RAF/FA aluminium dampers as per tech. specification

a 16000 CFM @ 40 MM St. Pressure 7 Max Motor HP - 10 HP

Nos 1

b 16000 CFM @ 40 MM St. Pressure 7 Max Motor HP - 10 HP

Nos 1

c 13000 CFM @ 40 MM St. Pressure 7 Max Motor HP - 7.5 HP

Nos 1

d 7500 CFM @ 40 MM St. Pressure 7 Max Motor HP - 7.5 HP

Nos 1

e 6500 CFM @ 35 MM St. Pressure 7 Max Motor HP - 3 HP

Nos 1

f 6500 CFM @ 35 MM St. Pressure 7 Max Motor HP - 3 HP

Nos 1

g 6500 CFM @ 35 MM St. Pressure 7 Max Motor HP - 3 HP

Nos 1

h 6500 CFM @ 35 MM St. Pressure 7 Max Motor HP - 3 HP

Nos 1

13

3 Remote Control Systems

a Centralized Control System with Intelligent Manager software with Personnel Desktop Computer, Computer Provided by AC vendor (System should have following facilities)

Lot 1

* System should control & monitor all installed AHU / ODU, following should be minimum controlling & monitoring features that system should cover.

Start / Stop, Temperature settings, Mode Control, Group formation, view alarms Fault Diagnosis

4 AHU Kit / Ref-net joints for above VRF Systems

Lot 8

Sub Total of Part - I

14

Sr. No.

DESCRIPTION Unit Qty Unit Rate (Rs.)

Amount(Rs.)

PART – II ( Installation) 1 Installation of VRF out door condensing units of the

following capacity with R 410 Gas Based Model

a 54HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

b 54HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

c 44HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

d 20HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

e 20HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

f 20HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

g 20HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

h 20HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

2 Air Handling Unit :- ( VRF Compatible) Supply of floor mounted 25 mm thk puf insulated double skin AHU ( with thermal break profile & coving),mixing box section, pre-filters, Dx coil section with 6 Row deep cooling coil, fan section with DIDW Backward Curved centrifugal fan, drive set, v – belts, SA/RAF/FA aluminium dampers as per tech. specification

a 16000 CFM @ 40 mm St. Pressure & Max Motor HP– 10 HP

Nos 1

b 16000 CFM @ 40 mm St. Pressure & Max Motor HP– 10 HP

Nos 1

c 13000 CFM @ 40 mm St. Pressure & Max Motor HP– 7.5 HP

Nos 1

d 7500 CFM @ 40 mm St. Pressure & Max Motor HP– 7.5 HP

Nos 1

e 6500 CFM @ 35 mm St. Pressure & Max Motor HP– 3 HP

Nos 1

f 6500 CFM @ 35 mm St. Pressure & Max Motor HP– 3 HP

Nos 1

g 6500 CFM @ 35 mm St. Pressure & Max Motor HP– 3 HP

Nos 1

h 6500 CFM @ 35 mm St. Pressure & Max Motor HP– 3 HP

Nos 1

3 Remote Control System a Centralized Control System with Intelligent Manager

software with Personnel Desktop Computer, Computer Provided by AC vendor (System should have following facilities)

* System should control & monitor all installed AHU / ODU, following should be minimum controlling & monitoring features that system should cover.

Start / Stop, Temperature settings, Mode Control, Group formation, view alarms Fault Diagnosis.

4 AHU Kit / Ref-net joints for above VRF Systems Lot 8 Sub Total of Part - II

15

Sr. No.

DESCRIPTION Unit Qty Unit Rate (Rs.)

Amount(Rs.)

PART – III ( Other Item Supply & Installation) 1 Suitable type MS Structure duly epoxy painted for

installation of VRF Outdoor unit located on Terrace.

a 54HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

b 54HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

c 44HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

d 20HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

e 20HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

f 20HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

g 20HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

h 20HP System ( Each module Connects with individual circuit to AHU Coil)

Lot 1

2 Refrigerant Piping for VRF system between AHU & outdoor units duly insulated as per specifications. Exposed piping shall be properly insulated as well as cladding. This piping should be properly supported in Cable trays as per specifications.

a 16000 CFM @ 40 mm St. Pressure & Max Motor HP– 10 HP

RMT 130

b 16000 CFM @ 40 mm St. Pressure & Max Motor HP– 10 HP

RMT 90

c 13000 CFM @ 40 mm St. Pressure & Max Motor HP– 7.5 HP

RMT 100

d 7500 CFM @ 40 mm St. Pressure & Max Motor HP– 7.5 HP

RMT 48

e 6500 CFM @ 35 mm St. Pressure & Max Motor HP– 3 HP

RMT 48

f 6500 CFM @ 35 mm St. Pressure & Max Motor HP– 3 HP

RMT 55

g 6500 CFM @ 35 mm St. Pressure & Max Motor HP– 3 HP

RMT 50

h 6500 CFM @ 35 mm St. Pressure & Max Motor HP– 3 HP

RMT 40

3 All hard U-PVC Drain piping with 6mm nitrile insulation for all AHU units.

a 25 mm RMT 30 b 32 mm RMT 45 c 40mm RMT 50

16

Sr. No.

DESCRIPTION Unit Qty Unit Rate (Rs.)

Amount(Rs.)

4 Electrical Panel: Supply, installation, testing & commissioning

of Electrical panel for catering electrical power supply to VRF System outdoor unit & AHU. Incomer to panel will be terminated by other agency from distributor panel. Water proof control panel should be Complete with main MCCB, Voltmeter, Ammeter, energy meter, rotary switch, Indicating lamps, bus-bar, ELCB & Single phase preventer for each outgoing Feeder etc. Controller Philosophy: Panel Should have Temp – RH Display, On/Off Temp Setting, Catering Single Phase Supply to AHU Expansion/Control Kit. (Electrical panel should be suitable for VRF ODU).

a AHU 1(4 nos) – 6500 CFM @ 35 MM St. Pr.Max Motor HP-3 HP & 20 HP VRF System ( 4 nos)

Nos 1

b AHU 2 – 16000 CFM @ 40 MM St. Pr.Max Motor HP-10 HP & 54 HP VRF System

Nos 1

c AHU 4 – 7500 CFM @ 40 MM St. Pr.Max Motor HP- 7.5 HP & 20 HP VRF System

Nos 1

d AHU 5 – 16000 CFM @ 40 MM St. Pr.Max Motor HP-10 HP & 54 HP VRF System

Nos 1

e AHU 6 – 13000 CFM @ 40 MM St. Pr.Max Motor HP- 7.5 HP & 44 HP VRF System

Nos 1

5 All communication cables between AHU And out door unit and centralized control Systems lay in PVC pipe & clamped.

RMT 1000

6 All power, control cables & earthing between Distribution panel to VRF ODU panel at Terrace and VRF electrical panel to all ODU. This cabling should be properly supported By glands in panel through cable trays.

a 10 sq.mm 4 core copper armour cable RMT 450 b Suitable Earthing Cable RMT 200 7 AHU connection with 18 G GI plenum (with

Help of canvas connection) & Plenum to OLD Duct connection duct is fully insulated with 25mm thick and 45 kg/m3 density acoustics glass-wool board cover with tissue paper & 30 G aluminium perforated sheet from inside & from out side this plenum & duct connection pieces fully insulated with Class – 0 19 mm thk nitrial insulation with factory laminated aluminium foil.

a 16000 CFM @ 40 St. Pressure & Max Motor HP – 10 HP

Sq.ft 1150

17

b 16000 CFM @ 40 St. Pressure & Max Motor HP – 10 HP

Sq.ft 1000

c 16000 CFM @ 40 St. Pressure & Max Motor HP – 10 HP

Sq.ft 750

d 13000 CFM @ 40 St. Pressure & Max Motor HP – 7.5 HP

Sq.ft 550

e 7500 CFM @ 40 St. Pressure & Max Motor HP – 7.5 HP

Sq.ft 500

f 6500 CFM @ 40 St. Pressure & Max Motor HP – 3 HP

Sq.ft 450

g 6500 CFM @ 40 St. Pressure & Max Motor HP – 3 HP

Sq.ft 450

h 6500 CFM @ 40 St. Pressure & Max Motor HP – 3 HP

Sq.ft 500

8 Testing & commissioning of VRF AC system along with Topping up of refrigerant for above AHU systems.

Lot 8

9 G.I. Duct dampers for branch duct. Sq.ft U.R.

10 MS structure for duct support / stand Kg U.R.

11 Any other item for completeness of the System

Lot 1

Sub Total of Part – III

Sub Total of Part – I:

Sub Total of Part – II:

Sub Total of Part – III:

Grand Total of Part – 1 + II + III :

11 All Inclusive AMC Charges for the above all VRF AC system

Unit Qty

a 1st year after warranty period Lot 1 b 2nd year after warranty period Lot 1 c 3rd year after warranty period Lot 1 d 4th year after warranty period Lot 1 e 5th year after warranty period Lot 1 f 6th year after warranty period Lot 1 g 7th year after warranty period Lot 1 h 8th year after warranty period Lot 1 i 9th year after warranty period Lot 1 Total AMC Charges

Total AC Project Cost Summary * Description Amount

a Section - A ( Dismantling Work )

b Section - B (AC system )

Total Project Cost:-

Total ( in Words ) Rupees_____________________________________________

18

12 Total of BYBACK of Old Dismantled Equipments of Chilled Water A/C System

DESCRIPTION AMOUNTa All Dismantled Electric Motors of various capacity

b All Dismantled AHU’s

c All Dismantled chilled water pipes

d Dismantled chillers, compressor and associated equipments

e Dismantled old water pipes etc.

f All Electrical Panels, Switches etc.

TOTAL AMOUNT OF BY BACK

19

MEMORANDUM

I/ WE HEREBY TENDER FOR EXECUTION, FOR THE PRESIDENT OF INDIA, OF THE WORK SPECIFIED IN THE SCHEDULE OF WORK WITHIN THE TIME SPECIFIED FOR THE SUM OF (In words) Rupees__________________________________________________________ _________________________ Rupees____________________(in numerals ) ONLY AND IN ACCORDANCE, IN ALL RESPECTS, WITH THE SPECIFICTIONS, DRAWINGS AND INSTRUCTION IN WRITING REFERRED TO IN THE CONDITIONS OF CONTRACT DETAILED IN ANNEXURES OF THE TENDER FORM AND WITH SUCH MATERIALS AS ARE REQUIRED AND SPECIFIED.

SIGNATURE OF THE TENDERER WITH SEAL

20

ANNEXURE - D

GENERAL CONDITIONS OF CONTRACT 1.0 Scope of Work:-

a) Contractor is responsible for achieving desired parameters in different areas as specified in ‘Basis of Design’. For this purpose Contractor’s should cross check the design and drawings independently. Further Contractor should note that the performance of all equipments should not be less than the quoted rating & power.

b) The Contractor should include all the items which are specified or not in the tender but are required for safe & satisfactory installation / operation of the AC system without any extra cost to OWNER.

The Work has to be executed strictly as per technical specifications and Approved drawings (approved by Doordarshan Authority) only. The Contractor should not make any changes in executions from the specifications. The Contractor has to take prior permission from the Doordarshan Authority for any changes required at Site as per the site conditions / constraints.

The specifications, drawings and other parts of this Contract are to be considered as explanatory to each other and should anything appear in one that is not described in the other or should any discrepancy or misunderstanding arise on account of such discrepancy or inconsistency, the site instruction given by the Doordarshan authority shall prevail.

2.0 Drawings & Documents:-

During the preliminary designing of the system provisions have been made in the building structure for accommodation of equipment, ducting, piping etc. for AC System as per approved drawings. Contractor shall ensure that the offered equipment and ancillary Work fits comfortably within the building structure without any changes in civil design of the building.

The Contractor shall submit the following documents in duplicate:

Before proceeding with the Work: 1. Descriptive leaflets for all the AC equipments and controls having details of capacity,

power consumption, efficiency, performance curves with best duty points, electrical/mechanical/dimensional details and operating weight etc.

2. General layout and assembly drawings, foundation drawings. 3. Detailed BAR CHART with activity & billing schedules. 4. Detailed drawings in 4 sets shall be furnished by Contractor for Departments approval.

The drawings shall be submitted for approval sufficiently in advance of planned delivery and installation of any material /equipments, to allow Department ample time for scrutiny. No claims for extension of time shall be entertained because of any delay in the Work due to Contractor’s failure to produce shop drawings.

Before handing over the system to Owner:

1. Operational and maintenance manuals / instruction book & Trouble shooting details.

“AS BUILT” drawings shall be a part of O & M document. 3 sets of Hard Copies as well as soft copies are required.

2. The Contractor shall prepare the “AS BUILT” drawing of the completed Work,

reflecting the details of the Work actually executed at site. 3 sets of all approved as-built drawings shall be submitted to Department / Owner.

21

3.0 Contractor’s Representative:

Contractor’s representative should be capable to execute Work at site as per approved drawing & technical specifications. The representative should be competent and authorized to co-ordinate or communicate with OWNER, Architect, Consultant and other agencies for site activities.

The Owner / Consultant shall be at liberty to inspect the Work during installation. Contractor at free of cost shall remedy defects found and furnish all instruments and services needed for the inspection / tests.

4.0 Variation of Work:

OWNER / Consultant shall have the power to instruct the Contractor to make any alteration, addition, deletion or variation in Work / quantity during the course of the Work. The instruction for the same will be given to the Contractor in writing. The Contractor shall be given reasonable notice to enable him to make arrangements for effecting the variation in Work required by him. The difference in the cost of such variation shall be added to or deducted from the Contract price as the case may be in accordance with the rates available in the Contract. If in the opinion of the Contractor the variation would prevent him from meeting any of his obligations or guarantees in the Contract, Contractor shall give the same in writing failing which Contractor shall not be entitled to any modification in Contractor’s obligations. The matter in difference shall be settled by arbitration.

5.0 Security measures, Damages, Injuries & Compensation:

The Contractor shall make necessary & appropriate security arrangement for the safe custody of materials, tools, tackles and consumables in use for erection and also the entire plant until the installation is taken over by OWNER. If the Contractor remains negligent & any loss or liability is imposed on OWNER the Contractor will make good the loss and liability so imposed at its cost.

If any damage is caused to OWNER’s building, property, equipments and articles arising from the erection of the equipment then the Contractor shall make good all at such damage at its cost. Contractor will be responsible for any claim of damage to any of the equipment, injuries & any compensation to workmen during execution of the said Contract.

6.0 Insurance:

The Contractor will insure the entire equipment and materials for transit / storage during erection up to commissioning against any losses, damages due to fire, earthquake, war, floods, insurrections etc. No claim will be admissible on this account.

7.0 Negligence of the Contractor:

If Contractor remain negligent in the execution of the Contract than OWNER/ Consultant may give a notice to the Contractor in writing, calling upon him make good the neglect. If the Contractor fails to comply with such notice within a reasonable period, OWNER shall have the option to terminate the Contract, or to take out the Work wholly or partly out of the Contractor’s scope and complete it either by itself or through its agents at a reasonable price, and recover the expenses so incurred from the Contractor. OWNER shall then be entitled to retain all balance payment which may be due to the Contractor until the completion of the entire Work and the settlement of accounts between the Owner and the Contractor. The cost of execution of such Work, as aforesaid will be adjusted against the payment due to the Contractor. If the cost of execution exceeds the balance payment due to the Contractor, the OWNER shall at liberty to dispose off any of the Contractor’s material or equipment that may be at Site and apply the proceeds for payment of the difference of such cost or recover the balance by process of law, or from any money due to the Contractor.

22

8.0 Clean-up Work at Site:

During execution of the contract, the Contractor shall at all times keep the working & storage areas neat and clean. On completion of erection he shall remove all temporary structures, debris and leave the premises in a clean condition.

9.0 Defect liability:

The Contractor shall guarantee that all material, machinery and components, supplied, fabricated, designed and installed by him shall be free from defects due to faulty material and / or workmanship. The plant shall perform satisfactorily and the efficiency of the system / any components shall not be less than the specified. The period for defects liabilities shall be twelve (12) months from the date of commissioning and handing over of the plant. During this period any or all components found to be defective shall be replaced or repaired at no extra cost to OWNER.

10.0 Statutory Compliance:

The Contractor at his own cost shall comply with all statutory regulations required for this Work. All statutory liabilities of payment of ESI/PF or other statutory payment as may be applicable will be borne by the Contractor.

11.0 Conditions of Contract:

Any printed conditions and conditions contrary to the conditions of Contract in Contractor’s offer will be treated as null and void unless specifically agreed by OWNER in writing.

12.0 Safety:

All equipments shall be complete with necessary safety devices wherever a potential hazard to personnel exists, and with provisions for safe access of personnel to and around equipment for operational and maintenance functions. These shall include not only those usually furnished with elements of machinery but also covers, guards, crossovers, stair ways, ladders, platforms, handrails etc. which are necessary for safe operation of the plant.

13.0 Contract Labour Act & Minimum Wages Act:

Contractor shall ensure that all formalities like obtaining all permissions and licences Payment of wages etc. as required by law are fulfilled by him at appropriate stipulated times. Contractor shall be responsible for all legal liabilities concerning the labour employed by him at site.

14.0 Arbitration:

Any dispute, disagreement or question arising out of or relating to or in consequence of the agreement of fulfillment or the validity of enforcement thereof which cannot be settled mutually shall, within thirty days (or such longer period as may be mutually agreed upon) from the date that either party inform the other in writing that such dispute or disagreement exists be settled through arbitration in accordance with the procedure laid down by the Arbitration and Conciliation Act, 1996 or any modification thereof for the time being in force shall be applicable. The Architect shall act as sole arbitrator and all process involving arbitration shall be his responsibility.

23

15.0 System / Equipment / Ancillary Work erection completeness:

If the following activities have been completed satisfactorily then only erection of an equipment / system / ancillary Work shall be considered as complete. System / Equipment: a. Leveling, alignment of the base-frame, tightening of mounting bolts, alignment of

drives. b. Installation of all accessories and instruments, which form a part of the equipment. c. Cleaning and charging of lubricant. d. Leak testing / any other applicable testing.

Ancillary Work like Ducting / Piping / Electrical Work: Ducting:

a. Assembly of a complete section of duct from one end point to another, including

all dampers, flexible connections, access doors, frames, bracing etc. b. Leveling & alignment, fixing of all supports. c. Cleaning the duct from inside and blanking off open ends temporarily to prevent

entry of dust & dirt, if necessary. d. Smoke testing / pressure testing of ducts in presence of Site In charge. Piping:

a. Assembly of all flanges, valves and specialties. b. Fixing of all permanent supports and removal of temporary supports. c. Hydraulic testing of the piping as per specifications. d. Flushing of the entire piping to remove dirt & mud. e. Application of red-oxide primer on all pipes & supports.

Ancillary Work like Electrical Work:

Electrical Panels & Cabling:

a. Permanent supporting & clamping of cables in position. b. Fixing of glands and lugs and terminating the cables on the terminals of

equipment / panel. c. Leveling, alignment and assembly of sections of the panel in its final location and

fastening the same to foundation. Cleaning the panel from inside & outside and verification of all components.

16.0 Pre-Commissioning:

The Contractor shall carry out various tests for each system as given below on completion of the installation. Any defects or shortcoming found during the tests shall be quickly rectified or made good by the Contractor at no extra cost to Owner. The Pre-commissioning tests shall include but not be limited for:

a. Meggar testing of the Electrical panel, cabling and motor windings. b. Verify correctness of installed fuse link ratings. Test and check the proper functioning

of switchgear, starters, contactors, indication lamps and safety controls. c. Test operation of control circuits, safety interlocks and correctness of field instrument

connection. d. Where ever applicable operate electric motors without coupling with the loads. If

required correct the direction of rotation of motor.

24

e. Ensure the shafts of machines are free & not jammed. Couple the motors & check the alignment of coupling. Operate the motor in no load condition & check the proper functioning of lubrication system and other accessories.

f. Check the proper function of all control and safety instruments and devices. Calibrate the same if required. Adjust the set points and verify the same by simulating tripping condition.

g. Operate the plant for continuous trial operation for at least 1 day and take readings of performance parameters maintained. Make adjustments, if required, until satisfactory performance is achieved. The plant must be run for minimum 12 hours after all adjustment and settings are completed and satisfactory results are achieved.

h. Following parameters have to be assured by the Contractor; - TR Produced by Air Flow - Air Quantity in all specified area - Electric power consumption for all AC equipments.

17.0 Commissioning & Handing over:

On successful completion of the trial run of the AC system, the Contractor shall submit a report on the trial run to the Owner /AC Consultant, enclosing the log-sheets of readings noted and details of the set points adjusted etc. If the Report is found satisfactory AC consultant shall advise the Owner to take over the plant for operation. Unless & until the plant is taken over by the Owner, Contractor shall be responsible for safety, security and operation of the plant. Contractor shall provide necessary staff for the same and ensure that insurance cover is extended over the plant to Owner.

18.0 Peak Test for AC system:

The Contractor shall carryout continuous running test for 12 hours during peak summer & monsoon, when the ambient conditions are closed to the design ambient conditions. All parameters as specified in “Pre-commissioning” above shall be noted and should be submitted to Owner / AC Consultant. All Necessary corrective action shall be taken by Contractor as per the instruction of Owner / AC consultant.

19.0 Training :

Contractor will arrange for training of Engineers / Technicians of Doordarshan Kendra Ahmedabad in operation and maintenance of the plants after Commissioning.

25

SYSTEM DESCRIPTION & BASIS OF DESIGN

A) SYSTEM DESCRIPTION:

Replacement of old AC system with same new AC system required long shut down time. So we replace old chilled water –AHU AC system with new VRF-AHU system.In this system we will replace water cooled chiller, chw water pump, cooling tower, cdw pump, chw & cdw water pipe and valve accessories, AHU ,AHU room plenum with new Air cooled VRF system, copper Piping , AHU ,AHU room plenum.

All AC system VRF ODU located on terrace of the Building.

B) BASIS OF DESIGN:

1.0 Outdoor design conditions: Summer: 41o C D.B. / 22.8o C W.B. Monsoon: 33.3o C D.B. / 28.3o C W.B.

2.0 Design parameter:

(For AC areas) Inside Temperature 22± 2º C Inside % Rh Not control Final Filtration Level 95% down to 10 Micron

26

ANNEXURE - E

TECHNICAL SPECIFICATION

A) EQUIPMENTS:

VARIABLE REFERIGERANT FLOW (VRF) TYPE SYSTEM:

The VRF system shall be multi-split type with scroll compressor for application with R410A refrigerant and shall be composed of AHU (IDU) and outdoor unit (ODU) with a distributed refrigeration cycle, electrical components and enclosing cabinets. Both IDU & ODU shall be properly assembled, internally piped & wired, thoroughly tested and charged with refrigerant at factory and shall be topped up at site after erection. Each refrigeration cycle shall be equipped with scroll compressor, a solenoid valve, heat exchanger, an accumulator and a 4-way valve and flare connection parts. OUTDOOR UNITS: In outdoor compressor units, compressors shall be hermetically sealed scroll and designed for continues operation at high ambient temperature. Each ODU should be a combination of at least a fixed speed and variable speed scroll compressor. All variable speed scroll compressors should have protection for electronic circuits and elimination of electromagnetic sound. The unit shall have all necessary safety device like H.P. switch, fan motor safety thermostat, overload protector, fusible plugs, fuses, etc. for trouble free operation of the unit. The ODU shall be air-cooled, made of copper tube with extended Al. fins. The condenser coil shall be multi-pass, cross-finned tube type, equipped with highly efficient aluminum fins bonded properly to oxygen free copper tubes. The coil shall be thoroughly cleaned, dehydrated & tested for leakage at factory. The ODU cabinets shall be fabricated out of heavy gauge steel, properly formed for close fit and structural rigidity. All access panels shall be easily removable. All sheet metal panels shall be finished with powder coating for protection against humid weather protection. The ODU condenser fans shall be step less driven & designed to achieve low condensing temperatures & silent continuous operation.

AIR HANDLING UNITS (VRF COMPATIBLE):

Construction: The AHU shall be double skin type, constructed out of extruded aluminum hollow section framework and double skin panels and shall be filled with minimum 25mm thick injected PU Foam insulation of minimum density 38 kg/m3. Thermal break is required & the same should be of proven design.

The AHU panels shall be made out of 22/24 g G.I. sheet pre-coated. Hinged access doors with gaskets and handles designed for air tight closing shall be provided for access to all internal components of AHU. Separate sections shall be provided for housing blower/motor, cooling coils, filters and mixing chamber. Micro switches are required for the access doors where ever it is required.

All the components of the unit shall be of proper design and quality to ensure vibration free and noiseless operation.

Detailed specifications of components of the AHU shall be as follows:

27

Fan: Fan shall be DIDW type with backward curved impeller, statically and dynamically balanced, supported on self-aligning type ball bearings on both ends of the shaft. Drive shall be V-belt type. Common base frame of fan and motor shall be supported on vibration isolators. Fan shall be selected considering outlet velocity lower than 1800 fpm.

Fan Motor: Fan motor shall be T.E.F.C., IP55, Squirrel Cage induction type suitable for AC 415±10%, 3 phase, 50 Hz power supply with ‘B’ class insulation.

Coil section: Cooling coils shall be Dx coil of suitable size to take care of specified load. The coil shall be made out of at-least 12.5 to 15mm OD copper tubes having aluminum fins firmly bonded to tubes. The fins spacing shall be 12 to 13 fins per inch. All bends/joints shall be enclosed within unit for protection against sweating. Sufficient space shall be there in the coil section to accommodate electrical heaters (if applicable). Each coil shall have its own insulated drain pan. Drain pan to be in zero retention type in SS-304 construction.

Pre-Filters: Filters shall be of H.D.P.E filters of flange/box type construction, shall be washable. These filters shall have 95% efficiency down to 10 microns.

Micro-vee filters:- (If specified) Fine filters shall be made out of synthetic non woven media, flanged type construction and shall be capable of filtering air down to 3 micron with efficiency of 95% . The casing shall be made of aluminum.

HEPA Filters (0.3 micron) Section: (If specified) The HEPA filters shall be Hi flow type having aluminum anodized casing and filter media shall be imported micro glass paper designed to remove particles down to 0.3 microns from air stream with an efficiency exceeding 99.97%. The filters shall have sturdy flanged type casing, with soft neoprene gasket to ensure leak tight mounting. The filters should be usable up to 75 mm WC pressure drop. The mounting arrangement should be capable of passing the DOP Test. Each filter shall be leak tested at works with DOP test before dispatch. The filters shall be tested again at site after installation. The supplier shall provide the necessary document for the testing.

B) ANCILLARY WORKS: Ducting:

Ducts shall be fabricated as per IS-655 from galvanized steel sheets of ducting quality and conform to IS-277. The duct construction shall be as per the following

Max Side Thickness of

Sheet

Type of Joints Type of Bracing

Up to 750 24G 25 X 3 mm MS Angle Flange

None

751 to 1500 22G 25 x 3 mm MS Angle Flange

25 x 3 mm MS Angle @ 1.2 mtr.

1501 to 2250 20G 40 x 3 mm MS Angle Flange

40 x 3 mm MS Aangle @ 1.2 mtr.

Above 2251 18G 50 x 3 mm MS Angle Flange

50 x 3 mm MS Angle @ 1.2 mtr.

28

Duct shall be fabricated as per the above specification & the same shall be supported on hangers as per the following :

Duct Size (mm) Maxm. Dist. Between Two supports(m)

Support Angle Support HangerRod dia (mm)

Up to 750 2.4 25 x 3 mm 6

751 to 1500 2.4 40 x 3 mm 10

1501 to 2250 2.4 50 x 5 mm 12

Above 2251 2.4 50 x 5 mm 12

Duct shall be fabricated as per the approved drawing & the same shall be independently supported from the building construction. The hangers shall be fixed to nearest civil / M.S. structure by M.S. angle cleats. The duct running over false ceiling shall be supported independently from the civil / M.S. structure above. In no case a duct shall be supported from the false ceiling hangers or be permitted to rest on a hung ceiling. Soft neoprene rubber gasket of uniform 3 mm thickness shall be used as gasket between flange joints. The gasket shall be fixed with a suitable adhesive to the flange. Galvanized hexagonal full threaded nut-bolts of minimum 6 mm dia. Shall be used for fastening the flanges & spacing between two nut-bolts shall not exceed 125 to 150 mm. Fans shall be connected to duct work by a double canvass sleeve. Each sleeve shall be minimum 150mm long, securely bolted to duct and units. Each sleeve shall be made smooth and the connecting ductwork rigidly held in line with unit inlet or outlet.

DUCTING INSULATION:

Thermal insulation (ducting):

Complete ducting including bends, flanges, damper, and supports shall be insulated with closed cell nitrial rubber with al foil surface for ducting not exposed to atmosphere. For exposed to atmosphere ducting cover closed cell cross link polyethylene insulation with 2 successive layers of glass fiber cloths of 7 mil with mastic. Apply UV paint over this surface after 36 hrs of insulation. Alternative procedure is to go for 28 G Al. cladding of exposed closed cell nitrial rubber insulation. The external surface of the duct is to be cleaned thoroughly. Apply uniformly a suitable grade of adhesive on surface of duct & get it cured. Once the adhesive is properly cured then stick the insulation material to the clean surface of duct. The insulation joints shall be overlapped with a self adhesive tape of the same material. The tape shall be minimum 1 mm thick & 50 mm wide.

Diameter (mm) Thickness mm (G)

75 to 250 0.50 ( 26G)

275 to 350 0.50 ( 26G)

375 to 600 0.63 ( 24G)

650 to 900 0.80 ( 22G)

950 to 1250 1.00 ( 20 G)

1300 to 1600 1.25(18G)

29

A strip of same insulation material of suitable height shall be used to cover the complete height of flange so that the flange joint shall be neatly covered with insulation. All dampers, bends & other joints shall be insulated in such a way that the insulation material is overlapped properly & not causing any bulging or stretching.

Above is the tentative procedure for applying ducting insulation. AC contractor must take the applying procedure of thermal insulation along with required accessories from the approved make of insulation manufacturer / their authorized representative & submit the same to Consultants approval. AC contractor is required to prepare a mock-up at site for the above & take the approval from Consultant / Client. Insulation of the ducting will be measured on flat surface basis of GI duc Dampers: Dampers shall be opposed blade type louvered dampers of robust construction and tight fitting made from 16g / 18g G.I. sheet. Dampers shall be provided with suitable links, levers and quadrants as required for their proper operation, control or setting in any desired position.

REFERIGERANT PIPING:

ODU & IDU shall be connected with refrigerant piping. All piping connection for the units should be performed inside the unit. The refrigerant piping should be insulated with nitrile rubber of minimum 19 mm thickness. All lateral & longitudinal joints should be suitably sealed so that a chance of condensation is avoided. All exposed (outside) refrigerant piping cover up the pipe section with the help of 36 G Al sheet. All joints of refrigerant piping should be pre-insulated type.

Drain piping:

From each cooling unit to the designated drain point using heavy duty rigid PVC pipes & fittings, insulate the same where ever it is necessary and sealed properly with leak proof sealant at joints & bends. Minimum 1” size should be there for drain pipe for 1 unit & the size should be suitably higher for more units.

The drain piping shall be of 9Kg/cm2 class rigid PVC pipe. The piping shall be insulated with suitable thickness nitrile rubber sleeve. Insulation shall be sealed by BOPP adhesive tape. The outlet of drain pan shall be connected to the drain piping by a flexible pipe with an appropriate adaptor. All pipe support / clamp shall be painted with red oxide primer & 2 coats of synthetic enamel finish paint. AC contractor must take an approval from AC consultant for the PVC drain piping & insulation material & applying procedure of insulation before applying the same on drain piping.

Provide screw on type plastic / PVC vermin net at the outer end of drain pipe to prevent vermin / rodent entering drain pipe. At the time of execution plug the end of drain pipe to prevent cement & dust entering the drain pipe.

Electric work:

Electric Panel: (If required separately)

The licensed electrical contractor shall carry out the electrical work. Installation & testing of electrical work shall be as per IS:732 while earthing of electrical panel shall be as per IS:3043. The complete electrical work shall be carried out as per relevant rules of Indian Electricity board & local governing bodies.

The panel shall be fabricated from high quality 16-gauge sheet, stiffened and suitably reinforced. It shall be painted with seven-tank process and the final paint coat shall be stove

30

enameled. The housing shall be of sectionalized construction. The space shall be provided for separate vertical bus droppers and cable alley of minimum 200 mm width for each panel section. The construction of the panel shall be such that it remains dust and vermin proof.

Motor feeders above 7.5 KW shall be provided with ammeters. Minimum size of power wiring shall be 2.5 mm sq. Cu / 4.0 mm sq. Al. Control wiring shall be done with 2.5 mm sq. stranded copper conductor PVC insulated wires. Indicating instruments shall be taut-band type only.

All overload relays shall be with built-in SPP. All spare contacts shall be wired up to terminal block.

For case of cabling wherever it is possible circuit breakers and large isolating switches shall be positioned below the bus-bar chamber. To achieve a neat & symmetrical arrangement all meters and indicating lights shall be located adjacent or on the unit with which these are connected. Facility shall be provided for termination of all normal types of cables entering from above and clamps shall be provided to support the weight of cables. Necessary Nameplates shall be fixed on the panels to indicate the equipment of circuit controlled by the switches. All push buttons shall have 2 NO and 2 NC contacts.

Cabling & Earthing work:

The power wiring shall be suitable for 415V, 3ph, 50 Hz, 4 wire supply. Wiring for motors shall be carried out in PVC sheathed and steel wire or tape armored cable.

The control wiring shall be in PVC insulated and PVC sheathed, multi core, stranded copper cable (minimum 2.5 mm2 Cu) with the required number of cores.

Power cables and wire shall be of copper or aluminum of 1100 V grade, control wires of copper 660 V grade ad shall confirm to IS: 1554 / IS:694.

Cabling shall be carried on walls or in racks or in cable trays suspended from hangers or laid in trenches as required. Where more than one cable is running, proper spacing shall be provided to minimize the loss in current carrying capacity.

The radius of bends for cables shall not be less than the specified minimum radius by the manufacturer to ensure that no undue stress is caused to cable.

For cables passing through pipes, PVC/Neoprene rubber bushes shall be provided at the ends. For cables passing through floors or walls, pipe inserts shall be provided and opening shall be sealed.Cables shall be terminated using weather proof double compression brass nickel plated cable glands and tinned copper crimped lugs.

PVC type Heavy gauge conduit, metal saddles of approved type shall be used for conduting. Bends and elbows shall be of inspection type where required. All joints shall be watertight. Conduits shall be secured to the switches, junction boxes etc., by threaded couplers. Flexible PVC conduits shall be used for connections with vibrating equipment. Suitable means to isolate each motor in case of emergency shall be provided as per IS: 900

The main panel shall be connected to the main earthing stations by means of G.I. Strips as per Indian electricity rules and IS: 3043. All electrical equipment shall be provided with two separate earth connections. All earthing connections shall be visible for periodical checking.

Earthing Conductors size shall be: Equipment Earth Conductor Size Motor up to 10 HP G.I. Wire 10 gauge Motor above 10 HP 25mm x 3 mm G.I. strip Testing & Commissioning: All the Equipment installations shall be tested in accordance with Indian Electricity Rules and IS:732 before commissioning. Test Report of a licensed electrical contractor shall be furnished in this regard.

31

LIST OF APPROVED MAKES

Sr. Equipment / Material Makes

1 VRF/ODU Samsung/LG / Voltas 2 AHU Zeco / Chauhan 3 Centrifugal fan for Nicotra / Kruger 4 G.I. Sheet Tata / Jindal / Nippon / Llyod Steel / Essar5 Copper pipe Mandev / Rajco / Totalline 6 Installation Material: a) Nitrial Rubber Armacell / K- Flex b) Accoustic Glass Wool UP Twiga 7 Electrical : a) Motor Crompton / ABB b) Switchgears Siemens / L&T / Schneider c) Ammeter / Voltmeter AE / IMP d) Breaker / MCCB / MCB Siemens / L&T / Schneider e) Push Button Siemens / L&T / Schneider f) Rotary Switch / Ind. Lamp Kaycee / Recom / Schlager g) Cable i) Armored Cable / Flexible cable Gloster / Universal/ Polycab / KEW h) Energy Meter Siemens / L & T / Schneider

32

SAFETY, HEALTH & ENVIRONMENT (SHE) POLICIES

General:

1. All the employees of the contractor shall undergo Safety orientation prior to Working at site.

2. Contractor shall ensure all his employees follow the site rules. 3. Contractor shall provide an identification token or card to his employees. 4. Contractor shall produce a list of employees on site to Security daily. 5. Vehicles used to bring material shall meet the site-specific requirements. 6. Material will not be permitted to enter site after 17.00 hrs. If any urgent material

is required, contractor shall obtain prior permission from the CLIENT’s contract Administrator.

7. Women employees will not be permitted to work beyond site working hours. 8. All the contract employees shall wear minimum following when they are in site.

Minimum requirements are: a) For Civil workers-Plastic Shoe, Helmet, Safety glass and Leather gloves. b) For Carpenters, Electrician-Safety shoe, Helmet, Safety glass and Leather

gloves. 9. Contractor shall provide the above and the same will be checked at regular

frequency. If found not in good condition, the same is to be replace by contractor immediately. If the contractor is not responding, Contact Administrator has all the rights to replace them at our cost and back charge to the Contractor.

10. Working area shall be barricaded and signs posted by the contractor. 11. Contractor shall ensure that his employees are not entering in to the other places/

facilities in the plant. 12. Contractor shall organize weekly morning meeting with all his employees and take

lead in conducting safety meeting. 13. Contractor shall take prompt action against the discrepancies noticed during

various audits. 14. Client Contract Administrator has all the right to execute disciplinary action

against any of the contract employee, if fond violating site safety rules. 15. Contractor shall attend the schedule meeting conducted for Client’s co-ordination. 16. Only a qualified electrical person is permitted to work on electrical equipment. 17. No one is permitted to work on energized circuit. 18. Necessary safety precautions to be taken by all personnel working above 1.5 mtrs.

level. 19. Special permission is to be obtained to work beyond Site working hours. 20. SHE policy should be followed as per the owner policies from day one. Equipment: 1. All the rotating equipments shall have proper guards in place. 2. Contractor shall obtain prior permission to bring in equipments or chemicals. All

the equipments shall undergo inspection by Client’s qualified personnel prior to use. (If required). Inspection tags shall be displayed all the time.

3. Only Metal H-Frames shall be used for building scaffolds. Complete scaffold shall have proper footing, Bracing, working platform (deck sheet), Toe guards, Handrail, mid rail and access Ladder.

4. Only metal ladders shall be used for all elevated work. 5. Contractor shall not use single insulated wires. Only double insulated cables are

Permitted with proper joints. 6. Contractor shall arrange mechanized lifting of material to the first floor and

Above.

33

Environmental Policy:-

We are committed to conduct our operation with respect and care for the environment. Following the commitment, we will:

- Conserve Natural Resources - Minimize the releases to air, water and land. - Address waste management & efficient use of resources. - Comply with the corporate commitment towards responsible management of Chemicals. - Comply with the applicable environmental legislative and regulatory requirements. - Maintain a safe & healthy workplace for all employees. - Implement the policy by setting dynamic objectives and targets to achieve continual improvement.

* * * * *

34

ANNEXURE - F

CHECK LIST FOR ELIGIBILITY OF TENDER Sr.No. Checklist Point Compliance

By TendererYes / No

Supporting Documentary Evidence

Remarks

1 Original Equipment Manufacturers or their

Authorised dealers / Distributors

2 Certificated of Satisfactory performance of a

similar work from at least three actual users

3 Income Tax clearance Certificate

4 Dealership Certificate

5 Copy of PAN Card

6 Demand Draft of EMD Enclosed

7 Compliance statement of Technical specification

in the format provided in the Tender

35

PRASAR BHARATI (BCI) O/oTHE ADDITIONAL DIRECTOR GENERAL(WZ))

ALL INDIA RADIO & DOORDARSHAN DOORDARSHAN KENDRA COMPLEX

9TH FLOOR, P.B. MARG, WORLI MUMBAI-400 030.

                                                         CORRIGENDUM In continuation of this office Tender Notice advertisement (No. DAVP 22506/11/0005/1112 RO dated 23/02/2012),published for the works of Supply, Installation, Testing and Commissioning of AC Plant air cooled (VRF) System at DDK Bhopal & DDK Ahmedabad,the dates are extended as follows:- 1. Last date for  sale of both the tender documents : 15/05/2012(By post)     

: 22/05/2011(By hand) 2. Last date for submission of tender: 29/05/2012 at  15.00Hrs.  (for DDK Bhopal) 

                                                            :30/05/2012 at 15.00Hrs(for DDK Ahmedabad) 3. Date of Opening the tender         : 29/05/2012 at  16.00Hrs. (for DDK Bhopal) 

                                                            :30/05/2012 at 16.00Hrs(for DDK Ahmedabad) Other conditions are unchanged & remain same. The details are available on www.tenders.gov.in  

Tenderers  may  contact  the  Dy.  Director  /    Director,  TV  Project  Section  for  any clarification, if required. (Tel.No. 24985609/ 24985617 & PABX‐24928773) 

36

PRASAR BHARATI ( BCI)

O/o ADDITIONAL DIRECTOR GENERAL ( E - WZ) ALLINDIA RADIO & DOORDARSHAN DOORDARSHAN KENDRA COMPLEX, 9th FLOOR, P.B.MARG WORLI, MUMBAI - 400 030 PRESS TENDER NOTICE ON behalf of President of India, the Additional Director General (E)(WZ), All India Radio & Doordarshan, Mumbai - 30 invites tenders for the following works from reputed contractors who fullfill the prescribed qualification criterion. The tender documents maybe obtained from the cashier, Prasar Bharati (BCI), Office of the Additional Director General (E)(WZ), AIR & TV, 101, 3rd Floor, Old C.G.O. Building, M.K.Road, Mumbai - 400 020 between 11.00 hrs to 15.00 Hrs on wall working days at a cost of Rs. 1000/- (Rupees One Thousand Only ) each tender document payable in cash or by DD Drawn in favour of " Prasar Bharati (BCI) Additional Director General (E)(WZ)". AIR & Doordarshan, Mumbai". CORRIGENDUM: The Dates are extended for Issue, Submission & Opening of the following tenders (Published on 04.01.2012) in news paper & availbale on net. www.allindiaradio.org.

1 Name of Work 1. SITC of AC 2. SITC of AC 3. SITC of 4. SITC of 5. SITC of HT 6. SITC of LT 7. SITC of 11 KVA / Plant AIR cooled Plant AIR cooled Lighting Grid Lighting Grid Panel at Panel at 415 V 250 KVA (VRF) system at (VRF) system at at at at at Sub-Station at DDK, Bhopal DDK,Ahmedabad DDK, Bhopal DDK, Ahmedabad DDK,Ahmedabad DDK,Bhopal HPT, Bhuj

2 Estimated Cost Rs. 1,40,00,000/- Rs. 1,40,00,000/- Rs. 60,00,000/- Rs.60,00,000/- Rs.12,00,000/- Rs.11,00,000/- Rs.12,00,000/-

3 Earnest Money Rs.2,80,000/- Rs.2,80,000/- Rs.1,20,000/- Rs.1,20,000/- Rs.24,000/- Rs.22,000/- Rs.24,000/- Deposit

4 Last Date of issue of 12.03.2012 12.03.2012 16.03.2012 16.03.2012 21.03.2012 22.03.2012 23.03.2012 tender

5 Last Date, Time for 15.03.2012 16.03.2012 19.03.2012 20.03.2012 26.03.2012 27.03.2012 28.03.2012 Receipt of Tender 15.00 Hrs 15.00 Hrs 15.00 Hrs 15.00 Hrs 15.00 Hrs 15.00 Hrs 15.00 Hrs

6 Date & Time for 15.03.2012 16.03.2012 19.03.2012 20.03.2012 26.03.2012 27.03.2012 28.03.2012 opening the Tender 16.00 Hrs. 16.00 Hrs. 16.00 Hrs. 16.00 Hrs. 16.00 Hrs. 16.00 Hrs. 16.00 Hrs. (Tech. Bid)

7 Qualification Criterion (1) Only Original Equipment Manufacturer or their Authorized dealer / distributors are eligible. for work (2) Request for Tender Document will be considered only from those firms who have successfully and satisfactorily completed atleast three Similar works for Doordarshan or similar Organization. (3) The Tenderer should be CPWD/State Electrity Board approved Electrical Contractor having valid Electrical Supervisor License.

8 Contact Tel. No. Tenderers may contact TV Project Section, O/o Additional Director General (E) (WZ), AIR & Doordarshan, Doordarshan Complex,

P.B. Marg, Worli, Mumbai - 400030 for clarifications, if any. Telephone No. 022-24928773, 022-24985617

37