Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on...

104
TENDER FOR DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF 2 X 55 TR SCHROLL CHILLERS WITH ASSOCIATED WORKS FOR RABINDRA MANDAP AT BHUBANESWAR. Estimated Cost : Rs 50.00 lakhs (Approx) Time of Completion : 3 months Cost of tender paper : Rs. 10,000.00 EMD to be deposited with tender : Rs. 50,000.00 Date of sale : From dt.10.7.07 to dt.17.7.07 within 11 hours to 13 hours Date of Submission : dt.21.7.07 up to 17.00 hours Date of opening : dt.23.7.07 at 15.30 hours MR. No. & Date : Issued to : ISO 9001& 14001 CORPORATION

Transcript of Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on...

Page 1: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

TENDERFOR

DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF 2 X 55 TR SCHROLL CHILLERS WITH ASSOCIATED WORKS FOR RABINDRA MANDAP AT BHUBANESWAR.

Estimated Cost : Rs 50.00 lakhs (Approx)

Time of Completion : 3 months

Cost of tender paper : Rs. 10,000.00

EMD to be deposited with tender

: Rs. 50,000.00

Date of sale : From dt.10.7.07 to dt.17.7.07 within 11 hours to 13 hours

Date of Submission : dt.21.7.07 up to 17.00 hours

Date of opening : dt.23.7.07 at 15.30 hours

MR. No. & Date :

Issued to :

ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION

ISO 9001& 14001 CORPORATION

Page 2: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

Sir,

1. After careful examination of the above specification together with the general conditions referred therein, we hereby offer to supply 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 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 General Manager (Elect), IDCO Bhubaneswar - 751 022 along with the tender.

No of Corrections: Page NoSignature of the Tenderer

1

Page 3: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

Orissa Industrial InfrastructureDevelopment Corporation(A Government of Orissa Undertaking)IDCO Towers, Janpath, Bhubaneswar- 751022Phones: (0674) 2542784, 2540820, Fax: 2542956Email: [email protected]

No. BBSR/HO/ELECT/PPC/E-4700/36/2007-08/12550 Dated: 05.7.07

CORRIGENDUM TO TENDER CALL NOTICE NO.11885 DT.30.6.07

In partial modification to Tender Call Notice 11885 dt.30.6.07, the Screw type Chillers

may be read as Scroll type Chillers. All other criteria in the above tender call notice shall remain

unchanged.

General Manager (Elect) I/c

No of Corrections: Page NoSignature of the Tenderer

2

ISO 9001& 14001 CORPORATION

Page 4: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

Orissa Industrial InfrastructureDevelopment Corporation(A Government of Orissa Undertaking)IDCO Towers, Janpath, Bhubaneswar- 751022Phones: (0674) 2542784, 2540820, Fax: 2542956Email: [email protected]

No. BBSR/HO/ELECT/PPC/E-4700/36/2007-08/11885 Dated: 30.6.07TENDER CALL NOTICE

1. Sealed tenders are invited from experienced and reputed Air Conditioning Manufacturers/ AC Contractors for design, supply, erection, testing and commissioning of 2 x 55 TR Screw chillers with associated works for Rabindra Mandap at Bhubaneswar as per brief details indicated in the table below.

2. The tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria. Completion of similar works during the last 5 years. Copy of valid VAT registration certificate. Firms not possessing

OVAT Registration shall be liable to get them registered with Orissa Sales Tax Department within one month from the date of placement of order and submit the Registration certificate and clearance failing which payment shall not be released.

Copy of valid PAN number / EPF Registration Documents in support of having service facilities at Bhubaneswar/

Cuttack 3. Bidding documents may be purchased from the office of the undersigned

or Divisional Head, Electrical from dt.10.7.07 to dt.17.7.07 within 11.00 hours to 13.00 hours on payment of non-refundable amount as indicated in the table below in the shape of cash.

4. The document can also be downloaded from our Website at www.indcoindia.com. In that case the cost of the bid document shall be submitted alongwith the tender in the form of demand draft drawn in favour of “Orissa Industrial Infrastructure Development Corporation” payable at Bhubaneswar in a separate cover. The offer shall be considered only if the authority is satisfied about the fulfilment of eligibility criteria by the firm. IDCO shall not be responsible for any delay/ difficulty/ inaccessibility of the downloading facility. In case of any discrepancy between the tender documents downloaded from Internet

No of Corrections: Page NoSignature of the Tenderer

3

ISO 9001& 14001 CORPORATION

ISO 9001& 14001 CORPORATION

Page 5: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

and the master copy available in the office, the master copy will prevail. No claim on this account will be entertained.

5. Bids must be accompanied by Earnest Money in the shape of Demand Draft for an amount as given in the table below payable at Bhubaneswar and drawn in favour of “ Orissa Industrial Infrastructure Development Corporation”. Bids without required amount of Earnest Money will not be taken into consideration.

6. The sealed bids must consists of 3 (three) parts i.e. (i) Commercial Bid (ii) Technical Bid (iii) Price Bid. Bid must be delivered to the office of the undersigned on or before the 17.00 Hrs of dt.21.7.07 by Registered post / speed post only. The commercial and technical bids will be opened on dt.23.7.07 at 15.30 Hrs in presence of the bidders or their authorised representative, if any. If the office happens to be closed on the date of submission of the bids, the bids will be received and opened on the next working day of opening of the office at the same time and venue. Other details can be seen in the bidding documents.

7. The authority reserves the right to reject or accept any or all the bids or parts without assigning any reason thereof.

8. In case of any difficulty, please contact Mr. M. Mohanty, Dy.M. (Elect) over Tel-2541766 during office hours.

9. The authority reserves the right to accept or reject any or all the offers without

assigning any reason thereof.

Pkg No Name of the Work Estt.

AmountBid

SecurityCost of Bid Documents

Stipulated Period of

completion1 Design, supply, erection,

testing and commissioning of 2 x 55 TR Screw chillers with associated works for Rabindra Mandap at Bhubaneswar.

50.00Lakhs

Rs 50,000.00

Rs. 10,000.00 3 months

General Manager (Elect) I/c

No of Corrections: Page NoSignature of the Tenderer

4

Page 6: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

PROPOSAL PARTICULARS

1.0 Bidder’s Complete Company Name :

2.0 Bidder’s proposal Number :

3.0 Bidder’s proposal Date :

4.0 Bidder’s proposal Validity :

5.0 Name and Designation of the Officer of the Bidder to whom all references shall be made for expeditious technical co-ordination.

:

6.0 Whether EMD deposited? (Yes / No) :

If so, give reference. :

If not, give reasons. :

7.0 Whether registered with D.G.S. & D / E.P.M.? (Yes / No)

:

If so, what is the Registration Number? :

Whether Photostat copy of the D.G.S. & D / E.P.M. reference letter enclosed? (Yes / No)

:

8.0 Whether Photostat copy of currently valid STCC & ITCC and Sales Tax Registration No. Furnished? (Yes / No)

:

9.0 Terms of Payment:

a) Terms of payment as per owner’s specification are acceptable. (Yes / No)

:

b) If not, specify the terms of payment :

10.0 Delivery and completion

a) Terms of Delivery / Completion Period as per owner’s specification are acceptable. (Yes / No)

b) If not, specify the terms of Delivery / Completion Period (in months) from the date of issue of Letter of Intenti) Supply of material :

No of Corrections: Page NoSignature of the Tenderer

5

Page 7: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

ii) Installation, testing and commissioning of works complete in all respect.

:

b) Is Delivery / Completion Period guaranteed under Penalty/ Liquidated Damage as per GCC? (Yes / No)

:

11.0 Conformance:

a) Is materials offered 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

a) From the date of commissioning at site :

b) From the date of despatch :

13. Whether after sales service facilities are available at Bhubaneswar. (Yes / No)

If Yes, give address & details

If No, location nearest service centre

14. Whether tenderer is a manufacturer of approved models of diesel engine? (Yes/No)

If not, whether the tenderer have the authorisation from the engine manufacturer? (Yes / No) (Give supporting documents)

15. Whether tenderer is a manufacturer of approved models of alternators? (Yes/No)

If not, whether the tenderer have the authorisation from the alternator manufacturer? (Yes / No) (Give

No of Corrections: Page NoSignature of the Tenderer

6

Page 8: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

supporting documents)

No of Corrections: Page NoSignature of the Tenderer

7

Page 9: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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.

No of Corrections: Page NoSignature of the Tenderer

8

Page 10: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

SECTION - 1(Formats & Deviations)

FORMAT FOR BANK GUARANTEE AS EMD

DatedBank Guarantee No.

Ref. No.

ToM/s. Orissa Industrial Infrastructure Development Corporation,IDCO, IDCO Towers, Janpath,Bhubaneswar - 7, 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 “Design, supply, erection, testing and commissioning of 2 x 55 TR Scroll chillers with associated works for Rabindra Mandap at Bhubaneswar” and M/s. having its Registered Head Office at (hereinafter called the ‘Tenderer’) who wished to participate in the said tender for “Design, supply, erection, testing and commissioning of 2 x 55 TR Scroll chillers with associated works for Rabindra Mandap at Bhubaneswar” and the owner, as a special favour, have agreed to accept an irrevocable and unconditional Bank Bid Guarantee 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) incorporated under law and having one of our branches at Bhubaneswar and our Registered Head Office at do hereby unconditionally and irrevocably guarantee and undertake to pay to the ‘Owner’ immediately on demand 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 M/s on whose behalf this guarantee is issued.

No of Corrections: Page NoSignature of the Tenderer

9

Page 11: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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 2001 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”.

No of Corrections: Page NoSignature of the Tenderer

10

Page 12: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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

No of Corrections: Page NoSignature of the Tenderer

11

Page 13: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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

No of Corrections: Page NoSignature of the Tenderer

12

Page 14: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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 anyAmount by which the Bid Price will

changeIncrease (Rs.) Decrease (Rs.)

No of Corrections: Page NoSignature of the Tenderer

13

Page 15: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

List of Testing Facilities to be Extended During Factory InspectionThe Bidder shall tabulate the Routine and Acceptance tests to be conducted as per IS

Specification and the Testing facilities, which would be extended by him or the manufacturer

during the factory inspection before despatch of materials. Sample format of Inspection and test

plan shall be enclosed for detailed activity of the job. Additional sheets may be attached, if

required.

Sl No

Name of the Test Whether required as per IS Specification

Whether Testing Facility Available

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

No of Corrections: Page NoSignature of the Tenderer

14

Page 16: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

LIST OF MAKESThe Bidder shall tabulate the offered make of the major materials in the

following proforma.

S.NO. MATERIAL DESCRIPTION MAKE OF MATERIALS

01.

02.

03.

04.

05.

No of Corrections: Page NoSignature of the Tenderer

15

Page 17: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

DETAILS OF SIMILAR WORKS DONE DURING LAST THREE YEARSThe Bidder shall tabulate the details of similar works done during last five years by him or the manufacturer, on whose

behalf he is quoting, in the following proforma.

Sl No Name of Client & Postal Address

Description of Work

Contract Value

Commence-ment Date

Scheduled Completion

Time

Actual Date of

Completion

Reasons for Time Over-run, if any.

No of Corrections: Page NoSignature of the Tenderer

16

Page 18: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

DETAILS OF SIMILAR CONCURRENT WORKSThe Bidder shall tabulate the details of similar works presently being undertaken by him or the manufacturer, on whose

behalf he is quoting, in the following proforma.

Sl No Name of Client & Postal Address

Description of Work with capacity

Contract Value

Commence-ment Date

Scheduled Completion

Time

Expected Date of

Completion

Reasons for Time Over-run, if any.

No of Corrections: Page NoSignature of the Tenderer

17

Page 19: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

ANNUAL TURNOVER STATEMENT The bidders shall indicate herein his annual turnover during preceding 3 years based on the audited balance sheet/profit & loss account statement.

FINANCIAL YEAR ANNUAL TURNOVER (Rs.) NET WORTH (Rs.)

2003-2004

2004-2005

2005-2006

NOTE 1. Copies of audited balance sheets with profit & loss account statement for last 3 years are enclosed along the bid.

2. Bidders shall work out Net worth on following basis.

Net worth: Reserve + capital - accumulated loss

No of Corrections: Page NoSignature of the Tenderer

18

Page 20: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

INSTRUCTION FOR THE TENDERERGeneral Instructions:

The work put to tender pertains to Design, supply, erection, testing and commissioning of 2 x 55 TR Scroll chillers with associated works for Rabindra Mandap at Bhubaneswar. 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, erection, testing and commissioning of 2 x 55 TR Scroll chillers with associated works for Rabindra Mandap at Bhubaneswar including obtaining statutory clearances of the work on turnkey basis complete in all respect.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 three parts, each part being sealed in separate envelope.

Part I will contain the letter of application, proposal particulars, deviations, List of testing facilities to be extended during factory inspection, List of make of major materials, details of similar works done during last three years, details of similar concurrent works, annual turnover statement, VAT clearance certificate, PAN, VAT registration certificate and EMD.

Part II will cover the technical bid with required drawings, general conditions, special conditions and Guaranteed technical particulars.

Part III will cover only the price bid.Each envelope shall be duly sealed and super-scribed with ‘Commercial Bid’,

‘Technical Bid’, and ‘Price Bid’ respectively. All the three envelopes shall be put inside another envelope, super-scribed with “Design, supply, erection, testing and commissioning of 2 x 55 TR Scroll chillers with associated works for Rabindra Mandap at Bhubaneswar, Date of Opening: Dt. ” and sealed properly. The Commercial Bid and Technical bid in Part (i) & (ii) 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.

No of Corrections: Page NoSignature of the Tenderer

19

Page 21: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

Receipt and Opening of Tender:Tenders as described under Clause - 3 above shall be received in the Office

of the General Manager (Elect), IDCO, IDCO Towers, Janpath Bhubaneswar and shall be opened on the scheduled date.

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 & 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 Waybill.

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

correspond 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, Income Tax Clearance

Certificates and Sales Tax Registration Number along with EMD contained in Part iii envelope. Tenders not accompanied with these documents shall be liable for rejection at the discretion of the purchaser.

Nature of ContractThe work put to tender as described under clause -2 being a job contract in

nature shall be treated as “Indivisible” works contract. Therefore this contract shall be subject to “Sales Tax on works contract”.

No of Corrections: Page NoSignature of the Tenderer

20

Page 22: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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

cancelled 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.

No of Corrections: Page NoSignature of the Tenderer

21

Page 23: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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, IDCO,

Electrical Division, First Floor, IDCO Towers, Janpath, Bhubaneswar or his authorised representative.

Consulting Engineer:The “Consulting Engineer” shall mean the General Manager

(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.

No of Corrections: Page NoSignature of the Tenderer

22

Page 24: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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:

1. Invitation to Tender2. Instructions to Tenderers3. General Terms & Conditions of Contract4. Technical Specification5. Contract Agreement6. Contractors’ tender proposal including clarification letters7. Letter of Intend8. Work order9. 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 / Engineer-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.

No of Corrections: Page NoSignature of the Tenderer

23

Page 25: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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: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 & 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

No of Corrections: Page NoSignature of the Tenderer

24

Page 26: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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 entitles to payments generally as follows.

i.Supply of Materials: 80% of the value materials shall be paid after receipt, 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.

10% shall be paid after completion of erection work. Balance 10% shall be paid on completion, satisfactory commissioning,

performance tests and after final acceptance by the Engineer-in-charge, subject to your submission of performance B.G. and acceptance thereof.

ii. Erection of Materials: 80 % shall be paid for the progress made during the month on monthly

progress bill against certification by the Engineer -in-charge. 10 % shall be paid after completion of erection and test on completion up

to the satisfaction of the Engineer-in-charge. Balance 10 % shall be paid on completion of satisfactory commissioning

performance guarantee test and after final acceptance by the Engineer-in -charge, subject to your 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.

No of Corrections: Page NoSignature of the Tenderer

25

Page 27: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

Taxesi. 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 of any other tax on materials required for the work and also tax on

works contract shall be payable by the contractor and 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 Sales Tax 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 contractor or any extension thereof he shall be liable at the desecration 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 Divisional Head, Electrical Division, IDCO, First Floor, IDCO Towers, Janpath, Bhubaneswar. 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

No of Corrections: Page NoSignature of the Tenderer

26

Page 28: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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 removes by the contractors. If the proceeds of the above sale of the contractors materials tools and tackle, construction plant etc. are insufficient to

No of Corrections: Page NoSignature of the Tenderer

27

Page 29: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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.

No of Corrections: Page NoSignature of the Tenderer

28

Page 30: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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

No of Corrections: Page NoSignature of the Tenderer

29

Page 31: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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 submit earnest Money to be deposited as

indicated in the NIT.ii. The Bid Guarantee offered shall be in one of the following alternative forms:

a) A crossed Bank Draft in favour of IDCO, Bhubaneswar.b) An irrevocable Bank Guarantee of any Nationalised schedule Bank

operable at its Brach 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.

No of Corrections: Page NoSignature of the Tenderer

30

Page 32: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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 when-ever 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 15% (fifteen 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.

No of Corrections: Page NoSignature of the Tenderer

31

Page 33: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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.

The contractor shall get the entire installation of rising mains inspected and cleared by the Electrical Inspector, Government of Orissa before commissioning. All registration and statutory inspection fees, if any in respect of his work pursuant to this contract shall be to the account of the contract. However, any registration, statutory inspection fees lay fully payable under the provision of the India Boiler Regulations and any other statutory laws and its amendments from time to time during erection in respect of the plant equipment ultimately to be owned by the purchaser, shall be to the account of the purchaser. Should any such inspection or registration need to be rearranged due to the fault of the contract of his sub-contractor; the additional fees for such inspection and/ or registration shall be borne by the contractor.

No of Corrections: Page NoSignature of the Tenderer

32

Page 34: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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 & 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

No of Corrections: Page NoSignature of the Tenderer

33

Page 35: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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

No of Corrections: Page NoSignature of the Tenderer

34

Page 36: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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 & 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.

Recovery of Damage:Nothing contained in the conditions or in any other part of this contract shall

be construed as preventing the purchaser from the contractor any damage to which the purchaser may be entitled in law as a consequence of any breach by the contractor of any of the terms of the contract.

No of Corrections: Page NoSignature of the Tenderer

35

Page 37: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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 3 (three) months from the date of L.O.I.

Safety Regulations:Without prejudice to the general obligations under the statutes the

contractor shall ensure the safety of all the workmen, materials and 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

No of Corrections: Page NoSignature of the Tenderer

36

Page 38: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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 cognisance.

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

No of Corrections: Page NoSignature of the Tenderer

37

Page 39: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

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.

No of Corrections: Page NoSignature of the Tenderer

38

Page 40: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

Clarification Desired by the Tenderer:1. 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.

2. 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.

3. 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.

Consignee:The D.M./ J.E., in charge of the works under Divisional Head, Electrical

Division, IDCO, First Floor, IDCO Towers, Janpath, Bhubaneswar - 22 shall be the Consignee.

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.

No of Corrections: Page NoSignature of the Tenderer

39

Page 41: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

TECHNICAL SPECIFICATIONS

INDEX

1.00.0 INTENT OF THE SPECIFICATION

2.00.0 GENERAL INFORMATION

3.00.0 SCOPE OF WORK AND SERVICES COVERED UNDER THIS SPECIFICATION

4.00.0 WORK AND SERVICES TO BE PROVIDED THE PURCHASER

5.00.0 PERFORMANCE AND MATERIAL REQUIREMENT

6.00.0 DESIGN AND CONSTRUCTIONAL REQUIREMENT

7.0.0 ERECTION AND MAINTENANCE TOOLS

8.00.0 SPARES PARTS

9.0.0 FIELD TEST

10.00.0 SPECIAL CLEANING, PROTECTION AND PAINTING

11.0.0 DRAWING, CURVES AND INFORMATION REQUIREDWITH TENDER PROPOSAL

12.0.0 RECOMMENDED MAKE

SCHEDULE - I TECHNICAL PARTICULARS

SCHEDULE - II DEVIATION FROM THE SPECIFICATION

PART - III PRICE TABULATION SHEETS.

PART - IV COMPREHENSIVE MAINTENANCE CONTRACT

No of Corrections: Page NoSignature of the Tenderer

40

Page 42: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

SPECIFICATION FOR AIR-CONDITIONING WORK AT RABINDRA MANDAP AT BHUBANESWAR,ORISSA.

PROJECT : AIRCONDITIONING WORK

CLIENT : DEPARTMENT OF CULTURE,GOVT. OF ORISSA. ARCHITECT : M/S. ORIARCH PVT. LTD.

CONSULTANT : M/S. SONAIRE SERVICES

1.00 INTENT OF THE SPECIFICATIONThis specification is intended to cover the design, manufacture, testing and

delivery, duly packed for railway transport to site, for complete Air-conditioning work as specified herein after for the proposed Rabindra Mandap at Bhubaneswar, Orissa.

The scope of the specification also includes the complete erection, final check-up, testing and commissioning at the site of the entire equipments to be supplied under this specification.

GENERAL INFORMATION

2.1 The Department of Culture, Govt. of Orissa, proposed to renovate the air-conditioning system of Rabindra Mandap. The Auditorium, Stage, Projection room, Foyer & Balcony come under the scope of air-conditions.

2.2 BASIS OF DESIGN

OUTSIDE DESIGN CONDITION

Summer : 105F (40.5C) DBT 82F (27.7C) WBTMonsoon : 90F (32C) DBT 86F (30C) WBT

INSIDE CONDITION

DBT : 75F 3F (24C+ 2C) DBTRH : 60%

NOISE LEVEL SHOULD NOT EXCEED 35 NC

2.3 REFRIGERATION LOADThe proposed area to be air-conditioned is divided into Auditorium, Stage,

Foyer Projection room & Balcony. Based on the above basis of design, the cooling

No of Corrections: Page NoSignature of the Tenderer

41

Page 43: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

load is calculated for each area and details of building and technical data are furnished as table-I

Table – I – Building and Technical data.

Floor Area Name Area (sq ft)

Height (ft)

Occupancy Lighting (kW)

Fresh Air

(cfm)

Dehumidified Air(cfm)

Cooling Load(TR)

Installed Equipment

Ground Auditorium & Balcony

7200 26 850 7.5 8500 20000 86 45TRx2 Chiller &

40x2 AHUGround Stage 2550 30 30 9 450 7500 16 8.5TRx2 D.

SplitGround Foyer 1600 14 150 2 750 400 10 5.5TRx2 D.

SplitFirst Projection

Room9000300

12 4 2 40 2000 5 5.5TR D. Split

The total cooling load for entire areas is calculated to be 117TR.

For this Auditorium & Balcony 2 x 45TR air-cooled scroll chiller unit with two chilled water pumps shall be provided. One stand by pump shall be provided. The positions of AHU’s are shown in the drawings. For other area Ductable Split scroll shall be provided.

SCOPE OF WORK AND SERVICES COVERED UNDER THIS SPECIFICATION.REFRIGERATION UNIT (AIR COOLED SCROLL CHILLER UNIT)

Air-cooled water chiller unit having minimum capacities as mentioned below capable of cooling water from 54 deg. F to 45 deg. F (12.22 deg. C to 7.22 deg. C)

45 TR capacity - Two units.Each water chilling unit shall comprise of :

COMPRESSORType : scroll, semi hermatic/hermatic type.Capacity : At least 45 TR.Refrigerant : Freon – 22Suction Temp. : + 35 FCondensing Temp. : + 130 F.Accessories : Suction and discharge stop valves, safety valve,

oil failure switch, high pressure and low pressure cut out switch, foundation bolts, pressure

No of Corrections: Page NoSignature of the Tenderer

42

Page 44: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

gauges with boards, setting and overhauling tools, automatic capacity control arrangement with unloaded starting device and RCC foundation with vibration isolation device.

Drive motor : Squirrel cage, gas cooled unit shall be fitted with

anti recycle device to allow switching on after natural cooling of compressor motor and auto star delta starter suitable for 415 10% V, 50 Hz, 3 phase AC supply.

3.01.02 AIR COOLED CONDENSER

Type : Up right with 3 or 4 row coils, self enclosed and shall

be suitable for outdoor installation in tropical climate.

Construction : 3 or 4 row copper coils according to manufacturer’sStandard design with aluminum fins, secondary surface mechanically bonded to the primary surface of 3/8” or 5/8” OD seamless copper tubes, sub-cooling circuit with liquid accumulator to provide sub cooling of the liquid by 2F (1.1 C), factory tested under water to 425 Psig air pressure. Condenser must be designed for high ambient temperature.

Air inlet temperature into the condenser: 105 deg. FMinimum fouling factory on airside: 0.00065 hr. sq. ft F/BTU

Fans : Axial flow type, horizontally mounted (directly driven by motor) slow speed fans of low noise level.

Fan Blades : Statically and dynamically balanced cast aluminiumalloy blades.

Fan Motor : Shall be designed for class F (induced draft) for handling hot air and suitable for running at 415 V, 3 phase, 50 Hz supply.

Accessories : Safety valve, Hot gas connection, Liquid Trap, Purging

No of Corrections: Page NoSignature of the Tenderer

43

Page 45: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

Valve, Fusible plug, Charging valve, fan guard, motor guard etc.

CHILLER

Type : Horizontal direct expansion type.Construction : Shell and tube type construction or plant type with

necessary gas and liquid and water connections. Thermal insulation with expanded polystyrene foam of 50 mm thickness and the flange covers shall be insulated and removable. Thermo wells, purging cock on waterside shall be provided.

Fouling factor : 0.00065 Hr. Sq.Ft F/B.T.U ACCESSORIES

Common base frame for compressor, condenser and chiller fabricated from MS angles and channels etc., anchor bolts, nuts, hot gas piping, cold gas piping all of seamless steel pipes, insulation of cold gas piping with 65 mm thick polystyrene foam, liquid valve, liquid strainer cum driver, liquid indicator oil, refrigerant etc. Necessary supports and supporting structure for the pipes etc. shall have to be supplied.CONTROLS

Thermostatic Control Arrangement for control of Temperature of Chilled Water, Antifreeze Thermostat, and Operating Thermostat, Safety Controls as mentioned earlier. Thermostatic Expansion Valve/Electronic Expansion Valve Control with Solenoid valves for pump down cycle, refrigerant line valve etc. The units must have micro processors based control with all safety protection and the devices needed for automatic operation of the plant.MICRO PROCESSOR BASED PROGRAMMABLE LOGIC CONTROLLER

PLC should be the central executive diagnostic routine control center of the air-cooled liquid chiller machine. Functions like; reading inputs, display controls, demand limit, head pressure control, cooling range compensation by measuring both return and leaving fluid temperature, safety trips and also functions as circuits breaker for electronic processor and relay boards are to be taken care of by the ‘PLC’. It also should be capable to step control to minimize the power consumption.

Nevertheless the following safety and controls are to be provided with and to be executed by the programmable logic controller.

No of Corrections: Page NoSignature of the Tenderer

44

Page 46: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

THERMISTORSThe microprocessor should have the following thermistors for temperature

sensing inputs to control capacity, fan cycling and electronic/thermostatic expansion valves.

Cooler leaving chilled fluid temperature. Cooler entering fluid (return) temperature. Saturated condensing temperature. Cooler saturation temperature. Return gas temperature entering into the compressor cylinders. (In option) remote temperature sensor.

ELECTRONIC EXPANSION VALVE & CONDENSER FAN CONTROL.The flow of refrigerant to satisfy the various load demand is controlled with

electronic expansion valve under the command of programmable logic control. NOT ESSENTIAL, OPTIONAL.CAPACITY CONTROL

With analytic control, according to the ‘Load-demand’ energizing of outdoor fans, choosing of the compressor-unloading factor of alteration of it is to be done by the ‘PLC’. Further cooling, setting on/off other compressor/compressors and speed control with the sensing of temperature deviation from set point and rate of change of chilled fluid should also be satisfied with ‘PLC’.HIGH TEMPERATURE AND LOW TEMPERATURE OVERRIDE

Features to allow chiller to add capacity quickly during load variation and prevention of maximum leaving chilled fluid temperature from over shooting the set point and possibly causing a nuisance trip-out by the freeze protection is to be a part of ‘PLC’ of control.SAFETY CONTROLS

(A) OIL PRESSURE SAFETY

To control safety cut out of compressor in case of pressure differential is below minimum set point.(B) LOSS OF CHARGE SAFETY

To control safety cut out in case system pressure drops below set point.(C) HIGH PRESSURE CUT OUT

To control shut down the compressor if compressor discharge pressure increases to a Set point.

No of Corrections: Page NoSignature of the Tenderer

45

Page 47: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

(D) GROUND CURRENT SAFETY

Safety opens on sensing of current to ground in compressor windings in Excess of a certain amount of current.(E) COMPRESSOR ANTI – CYCLING

This features limits compressor anti-cycling.

(F) LOSS OF FLOW PROTECTION

To provide a protection by temperature differences between entering and leaving fluid temperature sensors if cooler temperature drops to a 35 deg. F (1.8 C).(G) SENSOR FAILURE

Failure of the safety and control are also to be detected by the ‘Programmable Logic Controller.START UP AND OFF CYCLE

Sequential operation of crankcase heater, control and control box heater, Electronic Expansion valves and pumping down of cooler during start up or off cycle is also under the command of ‘PLC’.

Besides sensing inputs, diagnostic study and controller operation of the parts, ‘PLC’ is to be provided with display board to record and highlight the related data and code/status of the Air Cooled Chilling Machine. PUMPS

Chilled Water Pump setDuty : Water at 45 deg. F temperature.Type : Back pull out typeCapacity : 135 USGPM Head : 100 Ft. WC. (31.4M WC)Qty. : 3 Nos. (1 Standby)

ACCESSORIES

Pump Motor common base frame, motor coupling, coupling guard, vibration isolator pads; foundation bolts units.

Suitable Motor for above pump set AC 415 V x 50 Hz with automatic star delta.3.03 AIR HANDLING UNIT

No of Corrections: Page NoSignature of the Tenderer

46

Page 48: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

TYPE

Horizontal, floor mounted double skin self enclosed with sheet metal in an MS structure of sectionalised construction filter section with filter, Coil Section with cooling coil,. Fan Section with blower shall constitute each unit. Blowers shall be statically and dynamically balanced. The outer and inner casing shall be of 0.6mm thick Galvanized Steel. The insulating material shall be 25mm thick PUF sandwiched between two panels. The AHUs shall have stainless steel insulated drain pan. Blower shall be NIKOTRA/COMEFRI/KRUGER make and shall be DIDW backward curved impeller.ACCESSORIES

Foundation base frame, vibration isolating pads, bolts, flexible connection on airside, motor, v-belt, v-pulley belt guard, insulation of the units etc.COOLING COIL

6 Row Deep (see table-II), copper tube with aluminum fins, 12fpi.FILTERS

Washable synthetic type air filter, capacity 90% efficiency down to 10 micron.FACE VELOCITY

500 fpm max.PRESSURE

All AHUs shall develop 50 mm minimum static pressure.MOTORS

Shall be suitable for 415 V, 3 Phase, 50 Hz supply and TEFC Type.

** All AHUs are controlled by 3-way motorized diverting Valves with PID controller, thermostat including its electrical i.e. 24V Transformer etc.

3.04. PIPING

M.S. class2 Piping (Indian Standard) for chilled water system from the water chilling unit to the air handling units and back to the chilling units. Drainpipe in the drain point shall be provided. All drainpipes shall be of G.I. 3.05. PIPE LINE ACCESSORIES

All valves as shown in the schematic diagram including gate valve. Ball valves, Butterfly valves, Check Valves, Y-Strainer, Drain Valves, Purge Valves,

No of Corrections: Page NoSignature of the Tenderer

47

Page 49: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

pressure and temperature gauge cock etc. shall be supplied for Chilled Water Pipes, Cocks, Connection as required for services, maintenance and operation shall be provided. Chilled water expansion tank with insulation. Flexible joints shall be provided at each pump inlet & outlet.3.06 DUCTING & AUXILIARIES

Ducting as shown in the layout drawings, including SA Grilles, Diffusers, Fresh Air Dampers shall be supplied. Duct hangers, supports, and supports with Vibration isolating pad over the supports shall be supplied. Joints shall be leak tight reasonably. Ducting wherever shown in the drawing is to be insulated as per specification.FIRE DAMPER

Supply air ducts near the AHU shall be provided with Fire Damper having rating to stand at least one hour in fire. The Fresh Air Dampers also shall be rated for 1 hours in fire. All fire dampers shall be operated with solenoid interconnected with the fire system through the Fire System’s contacts.3.07 PIPE INSULATION

All chilled water piping inside or outside the building shall be insulated with 50 mm thick thermocole in pipe section or Eq, finished with pipe wrap PVC adhesive tape and then chicken wire mesh and 12 mm thick sand cement plaster on top. Insulation on pipes outside the building shall be covered with 28 SWG Al. Sheet. All drain pipes from the chilled water system and the condensate drain from the AHU’s shall be insulated with 25 mm thick PUF and finished suitably if seen from outside.3.08 DUCTING INSULATION

Acoustic insulation of ducting wherever shown in the drawing shall be done with 12 mm thick Rigid Board R.B. fibreglass crown 200, 48 Kg/Cum density with perforated Al. sheets (28SWG) and tissue paper up to 20 ft. from blower mouth. Thermal insulation over ducting shall be done by 25mm thick Al foil faced R B fibreglass (24Kg /m3) covered with chicken wire mesh. 3.09 AUXILIARIES

Sufficient quantity of refrigerant and oil as first charge and as spare for one year operation, sufficient quantity of oil for starter, control piping, instrument and other auxiliaries, necessary for installation, commissioning safe operation and maintenance of the plant.3.10 ELECTRICAL

No of Corrections: Page NoSignature of the Tenderer

48

Page 50: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

MCC with all switchgear, main switch fuse units, power & control cable and wiring, isolators, starters, control panel shall be supplied as per requirement. IDCO shall provide adequate capacity power feeder cables at two ends of MCC. There shall be a single MCC for whole system.

Contractor shall also include control wire for indication/operating/safety/ heaters. All control wires shall be included on Lump sum basis in respective system. Control wires for 3-way valves, thermostats shall be included in the AHU price.

The contractor shall draw his double earthing from his own ground electrodes. At least two ground earthing mains with electrodes shall be provided near the AC Plant Room by the contractor.

All cables shall be taken in suitable cable trench, cable trays, racks to be supplied by the AC contractor. Cable saddles wherever required may also be provided after approval by the consultant.

Separate control panel with audio and visual annunciation has to be provided. All Star–delta starters shall be fully automatic type. All starters shall be fitted with single-phase preventer over and above the over load protection and under voltage protection. Autotransformer starter shall be provided with Phase sequence protection also. Motor protection relay of approved make having instants earth circuit shall be used for protection of compressor motor.

The Annunciation panel shall include a common loud toned siren, one acknowledge pushbutton and test pushbutton and individual visual indication windows. In the event of a fault the particular window will glow and the siren will start sounding. Pressing acknowledge push button will silence the siren out but the window will remain lighted till the fault is rectified. Pressing the test button will result in sounding of the siren and lighting up of all the windows so long as the button is kept pressed.3.11 CIVIL WORK

R.C.C. / P.C.C. foundation of all machines like chiller units, pumps, AHU and foundation work, cutting of walls and making good of them for taking the pipes.3.12

Spares parts for 3 year’s operation and maintenance. List to be furnished in the annexure.

No of Corrections: Page NoSignature of the Tenderer

49

Page 51: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

3.13Special tools and tackles include tools boxes for erection, operation,

maintenance and overhauling of the system. 3.14

Two sets of drawings, data and instruction manual of the entire system and manufacturers literature of the components.3.15

Erection testing and commissioning at site of the equipment system.3.16

Supply and application of final painting at site.

The items mentioned above are for broad guideline of the bidders. Any other item or services needed for safe, trouble free commissioning / operation of the plant and equipment mentioned herein shall also be supplied.4.0 WORK AND SERVICES TO BE PROVIDED BY THE PURCHASER

False ceiling and Building work if any excluding foundation of the machines and Wooden frames for grilles either on false ceiling or on walls and false ceiling insulation.

Adequate supply of power at 415V, 3 phase, 50 Hz, 4 wire in two feeders in the A.C. Plant Room.

Supply of make up water at an ambient temperature.

5.0 PERFORMANCE AND MATERIAL REQUIREMENT

5.01The supplier shall have to guarantee maintaining an inside condition 24 1

deg. C DBT and humidity not exceeding 60% RH UNDER THE PEAK SUMMER condition after getting themselves satisfied notwithstanding the capacities specified in the tender document.5.02

The capacities of the refrigeration units, pumps, air-handling units, etc shall be at least as mentioned under scope of work.CODES & STANDARDS

Terms And Definitions The following terms have been used in the tender specifications, drawings etc.

IS Bureau of Indian StandardsASHRAE American Society of Heating Refrigeration & Air-conditioning

No of Corrections: Page NoSignature of the Tenderer

50

Page 52: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

Engineers, USAASMA American Society of Mechanical EngineersASA American Standard AssociationBS British StandardsCMH Cubic Meter Per HourRPM Revolutions Per MinuteKCal/Hr. Kilo Calories Per HourHz Hertz (Cycles per second)Kg/CM2 Kilograms Per Square CentimeterSAG Supply Air GrillsSAD Supply Air DiffuserSAF Supply Air FiltersFD Fire DamperVCD Volume Control Damper

STANDARDS, CODES AND REGULATIONS.

The codes, regulation as detailed below shall be followed in this contract wherever applicable. In

case of discrepancy between the provision in the codes regulation and the client's Engineers

specifications, the stringent of the two will the applicable for this contract.

1. Safety code for air conditioning (revised amendment 1)

IS659:1964 (reaffirmed 1991)

2. Safety code for mechanical refrigeration IS660:1963 (reaffirmed 1991)3. Air cooled heat exchanges (amendment

1)IS10470:1983 (reaffirmed 1991)

4. Packaged air conditioner (amendment 1991)

IS8148:1976 (reaffirmed 1991)

5. Hermetic compressors IS10617: Part I, II and III 1983 (reaffirmed 1991)

6. Thermostats for use in refrigeration etc. IS11338:1965 (reaffirmed 1991)7. Metal duct work IS655:1963 (reaffirmed 1991)8. Steel for general structural purpose IS2062:1992

Welding IS3589Refrigerant As per ASHRAE/IST Air

conditioning & Refrigeration institute Standards

9. Copper alloy gate globe check valve for IS778:1980

No of Corrections: Page NoSignature of the Tenderer

51

Page 53: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

water lines10. Butterfly valve IS13095:199111. Steel pipe flanges IS639212. Gaskets IS638:1979 (reaffirmed 1993)13. Mild steel tubes and fittings IS1239: Part I & II14. Dual plate check valve for water lines AP19415. Colour code for the identification of pipe

linesIS2379:1963

16. PVC insulated electric cables for working volts upto & including 1100 volts

IS1554 (Part I)

17. HRC cartridge fuse links upto 650 volts IS2208:197618. Inspection and testing of installation IS732 (Part III):197919. Specification for three phase induction IS32520. PVC insulated (heavy duty) cables for

working voltage upto 1.1 KV and upto 11KV grade respectively.

IS694:1977 (Part I & II)

21. Code of practice for electrical wiring installations

IS732:1989

22. Code of practice for earthing IS3043:196623. Horizontal centrifugal pumps IS162024. Bourden tube pressure and vacuum

gaugesIS3624

25. Glossary of terms used in refrigeration and air conditioning

IS3615

26. Circuit breaker AC IS2516:1980 (Part I & II)27. Contactors for AC for voltage upto 1100

VoltsIS2959:1975

28. Low voltage switchgear and control gear assemblies

IS8623:1993 (Part I & II)

29. Specification for cable glands IS482130. Code of selection, installation &

maintenance of switchgear and control gear

IS10118:1982 (Part I & II)

31. Conduits for electrical installations IS9537:1981 (Part I to IV)32. Permissible limits of noise level for

relating electrical machinesIS12065:1987

33. Code of practice for installation and IS3106:1966

No of Corrections: Page NoSignature of the Tenderer

52

Page 54: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

maintenance of motors34. Centrifugal fans (1st revision) IS894:1987 (reaffirmed 1991)35. Electrically welded steel pipes for water,

gas and sewageIS3589

36. Gun metal gauge, globe and check valves for general purposes

IS778

37. Axial flow fans IS3588:1987 (reaffirmed 1991)38. Method for testing panel type air filters

for AC purposesIS7613:1975 (reaffirmed 1991)

39. Expanded polystyrene for thermal insulation purposes (1st revision)

IS2312:1967 (reaffirmed 1991)

SAFETY CODES

The following IS codes shall be followed:

Safety code for mechanical refrigeration IS 660Safety code for air conditioning IS 659Safety code for scaffolds & ladders IS 3696Code of practice for fire precaution in welding & cutting operations IS 3016Code for safety procedures and practices in electrical works IS 5216Code of practice for safety and health requirements in electrical & gas welding and cutting operations.

IS 3696

6.0 DESIGN & CONSTRUCTIONAL REQUIREMENT Velocity in the discharge and suction pipe of the refrigerant shall not

be so high as to create vibration and noise. Instrument piping for gauge, switches etc., shall be of copper only. The pipes shall be of plain end (i.e. suitable for welded connection) as

far as possible. Counter – flanges, for connection to flanges on valves or equipment

shall be of IS: 226 plate or superior and shall preferably be slip on type, suitable for welding on the piping.

All bolts and nuts shall be of black hexagonal carbon steel type as per IS: 1333 and with the material and other requirements as per IS: 1367.

Spacing and location of hangers shall conform to preferred engineering practice.

Hangers and supports shall be made up of structural steel sections. The design of the hangers and supports shall provide for suitable

No of Corrections: Page NoSignature of the Tenderer

53

Page 55: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

protection to insulation on the pipes, where applicable. All materials for anchor and hangers shall be furnished by the tenderer.

7.00 DESIGN AND CONSTRUCTIONAL REQUIREMENT

7.01 AIR HANDLING UNIT

The unit casing shall have double skin construction. The casing shall have a perimeter frame with a wholly modular system based on standardised panels and reinforced vertical sections. The panels shall be constructed such that they comprise of two layers of galvanised steel sheet 0.6-mm thick sandwiching the 25mm thick PUF insulation in between. The fixing of each panel to the perimeter frame shall be from inside the unit. No external panel fittings will be acceptable. All external panel and frame surfaces shall be coated with a highly durable factory – applied, heat hardened polyester based powder paint.7.01.02

The fan shall be backward curved, double inlet double width centrifugal type. The motor shall be mounted outside or inside the fan casing and shall be connected to the common fan shaft by a V-belt drive complete with removable guard. 7.01.03

The coil shall be consisting of seamless copper tubes with Al fins (12fpi). Vent & drain connections shall be provided entire headers. Coil face velocity shall not exceed 500 FPM of air. The coils shall have aluminium plate fins with belled collars and bonded to Copper tubes by mechanical expansion.7.01.04

The drip pan shall be made of Stainless steel with pressed insulation and proper bituminous painting.7.01.05

The filter assembly shall consist of adequate number of panel type washable synthetic filter sections, held together in a common housing and shall be accessible from both sides of the units outer causing efficiency of filter shall be 90% down to5 microns as per AFI code. Each filter section shall in general consist of :

Filter panels of synthetic filter media having a casing on the outside. Housing frame to held all the filter panels in order to form a Bank.

The frame shall be of M.S. Construction adequately strong. 7.02.0 DRIVE MOTORS

7.02.01

No of Corrections: Page NoSignature of the Tenderer

54

Page 56: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

All motors shall be squirrel cage or slip ring induction type of required BHP. The BHP rating of the motor shall provide for specified margin over driven equipment rated BHP, where so asked for under driven equipment specification.7.02.02

All motors up to 7.5 HP shall be suitable for direct-on-line starting and motors above 7.5 HP but up to 60 HP shall have automatic star-delta starting arrangement except motors for compressors. The starter panel shall comprise of MPCB, contactors, time switch, push buttons, LED type indicating lamps, Ammeters, HRC fuses of suitable rating for type-II coordination.

a) 415 Volt 10%, 3 phase, 50 CPS 3% (if the motor rating is less than 1 KW, then the tenderer can offer motor rated for 240 Volt 5% single phase, 50 CPS 3% supply.

b) Class – B insulation for all motor.c) Ambient temperature 45 deg. C for air handling unit fan motors and 50

deg.C for all other equipment motors.d) Suitable for tropical condition with fungus protection etc.

7.02.03 The type of enclosure for the motors for the following equipment shall be

TEFC

Refrigerant Compressors if applicable Chilled Water Pump.

7.02.04 The motor main terminals shall be terminated into separate moisture proof

detachable type terminal boxes. The terminal boxes shall be fitted with glands suitable for PVC sheathed single wire armoured and overall PVC Sheathed aluminium conductor cables.7.02.05

Each motor shall have (2) grounding pads.7.02.06

Motors shall be provided with lifting attachment like lifting lugs eye belt etc.7.02.07

The Motors shall be capable of three (3) equally spread starts per hour under normal service conditions and two (2) starts in quick succession with cold machine at room temperatures.7.03.0 PUMPS

No of Corrections: Page NoSignature of the Tenderer

55

Page 57: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

7.03.01 Each pump shall be horizontal back pull out type Coupled to electric drive

motor mounted on a common base plate.7.03.02

Pump head-capacity characteristic shall be gradually rising from operating to shut off point without any zone of instability. The pump BHP flow characteristic shall preferably be non-over loading type beyond rated capacity point.7.03.03

Operating speed of the pumps should not preferably be more than 1500 RPM.7.03.04

Material of the pump shall preferably be as follows (all materials shall be of tested quality):

a) Casing : Cast Ironb) Impeller and wear ring : Cast Iron c) Shaft : Carbon Steeld) Shaft Sleeve : Bronze.

7.03.05 Pump shall be provided with suitable bearing sized adequately to take the

maximum possible unbalance.7.03.06

Pump and drive motor shall be directly coupled through a flexible coupling. Suitable coupling guard shall be provided for each pump.7.03.07

All integral piping required for sealing, cooling etc. shall be supplied with pump.7.03.08

The rated BHP of motor shall be provided for 10% margin over the rated BHP of the pump. For other electrical particular of the motor refer to the specific conditions under “Drive Motor”.7.03.09

The design of the pumps shall conform to the relevant IS Codes and Standards of Hydraulic Institute of U.S.A. or approved equivalent.7.03.10

The pumps shall have flexible connections at inlet and outlet.

No of Corrections: Page NoSignature of the Tenderer

56

Page 58: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

7.04.0 CHILLED WATER LINE VALVES AND SPECIALITIES

7.04.01 Valves of 50 mm size and above shall be cast iron body flanged end. Valves

of size below 50 mm shall be of bronze body and screwed end. Valves stem and trim shall be of bronze (applicable for gate valve). Butterfly valves shall be of approved makes as required. Cast iron castings shall conform to IS-210 Grade 20 or equivalent. Bronze Body shall conform to ASTM B-16 or equivalent. Bronze stem shall be from forgeable bronze as per BS-1400-CN2 or equivalent. Flange drilling for Cast Iron Body valves shall be as per applicable Indian Standard.

Y-strainer shall have 20-mesh Brass or stainless steel or equal screen and cast iron or fabricated steel body. The design shall permit easy removal of screen. Wherever there is no blowing valve, a removable plug shall be provided in the outlet.WATER PIPING

Chilled Water Main Piping shall be supplied at least Class – 2, MS conforming to IS : 1239 up to 8” NB Pipe. The circulating water pipe shall have plain end (i.e. suitable for welded connection) as far as possible. Flanges and counter flanges for valves etc., shall be made of IS: 226 steel and shall preferably be slip on type, suitable for welding on pipes. Gaskets in water shall be 3 mm thick red rubber and full face. Spacing and location of hangers shall conform to preferred engineering practice. Piping installation shall be carried out with vibration elimination fitting wherever required. Hangers and supports shall be made of structural steel sections. The design of the hangers and supports shall provide for suitable protection to insulation on the pipes, where applicable. All materials shall be included by the tenderer. All drain water pipes shall be of at least class–2 quality GI. Drain lines shall be provided with cleaning plug in the connection at suitable location.MCC & CONTROL CUM ANNOUNCIATION PANEL

The contractor shall design the rating of switchgears, meters, fuses, push buttons etc required in the MCC and Control-cum-Annunciation Panel as per criteria laid down below and submit it for approval. The control air annunciation panel in the Air-conditioning plant room shall incorporate at least the following devices. Control switches complete with red and green indication lamps for the following equipment.

No of Corrections: Page NoSignature of the Tenderer

57

Page 59: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

i) Refrigerant compressors.ii) Chilled water pumps.iii) All Air Handling Units.iv) Annunciation system consisting of Amber indicating lamps for visual

indication and common loud siren for audio indication for the following malfunctioning/events

I) For each of the compressors the following Motor trip Oil safety switch cut off. Suction side refrigerant low pressure cut off. High pressure cut off of refrigerant.

II) Trip of each chilled water pumps.a. Trip of fan for Air handling unit.b. In the event of a fault, the particular lamp shall glow and shall remain

lighted until the fault is rectified, and the horn will start sounding. Pressing acknowledge button shall silence the horn but the lamp will remain lighted till the fault is rectified.

c. Switch fuse units, relays, contactors indicating lamps for operations of refrigerant compressor, crankcase oil, electric heater, pumps air handling unit fans

d. Ammeters for compressor motor, pumps, fans for AHU one voltmeter shall be provided.

e. Nameplates with approved inscription for the above items as required.

f. Earthing for all equipments and isolators with suitable sized GI conductors shall be provided by the tenderer as per IS code.

MCC & Control cum Annunciation panel shall have following features

i) Suitable for mounting on floor on a curve channel to be furnished by the Contractor. This is applicable only for air-conditioning plant.

ii) Constructed of smooth sheet steel of not less than 16 BWG thickness and Stiffened suitably.

iii) Vibration dampener and kick plate.iv) Internal electric illumination if necessary.v) Space heater, if necessary.

No of Corrections: Page NoSignature of the Tenderer

58

Page 60: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

vi) Dust tight construction with ventilation louvers, if needed, louvers opening shall be fitted with suitable filters to avoid dust from entering into the panel.

vii) Two coats of primer followed by finish painting of approved shade.viii) Suitable hinged door.

7.06.03 Each motor shall be controlled by suitable rating MPCB followed by starters.

Necessary relays and contractor required for the control system specified shall be furnished by the contractor and shall be mounted within the respective control panel.7.06.04

All AHU’s shall have local indicating cum isolating and switch ON button at each station as per I.E rules.7.06.05

Each panel shall be supplied shop-wired, assembled and tested. Each terminal shall be suitably numbered and shall be of industrial heavy-duty type. At least 10% spare terminals shall be provided.7.06.06

All controls shall be rated for 240 volt single phase 50 CPS.7.06.07

All indicating lamps shall filament type with series resistance.7.06.08

All internal wiring shall be done with 710.029 inch copper conductor PVC Insulated 1100 Volt grade cable.7.07.0 CONTROLS AND INSTRUMENTATION

Beside safety controls for compressors like High-low pressure cut out, oil pressure cut out, antifreeze thermostat etc. the following shall also be provided.

The pressure indicators and temperature indicators shall have 100 mm size dials. The pressure gauge shall be complete with isolating cocks/valves. Syphone or gauge severs shall also be furnished where so required considering the nature of the fluid.7.08.0 INSULATION

7.08.01

No of Corrections: Page NoSignature of the Tenderer

59

Page 61: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

Following shall be the minimum insulation thickness (excluding cement plaster layer) for various equipment and pipeline:Chilled water circulating pump : 50 mm thick polystyrene foam / 30 mm

PUFChilled water piping : Minimum 50 mm thick thermocole inside

And 65 mm thick outside the building Insulation on pipes and equipment in outside building shall be covered with Aluminium sheet 28 SWG. All other pipes shall have pipe section, pipe wrap tape facing finished with sand, cement plaster 12 mm thick.

Inside surface of air handling units cooling coil section and fan section after coil for single skin AHU

: 25 mm thick PUF with Aluminium foil finish, fixed with cris-cross wire and joined with Al. Tape adhesive. Not applicable for double skin AHUs.

Acoustic insulation up to at least from the air handling unit mouth as per drawing.

: 12 mm RB Fibreglass crown 200 (48 Kg/Cum) or equivalent covered with perforated Aluminium sheet 28 G 50% perforation and tissue paper.

Thermal insulation over ducting : 25mm A1 foil faced R B fibreglass insulation (24 kg/Cum) density, covered with chicken wire mesh.

7.08.02 Insulation roll or slab shall be attached with equipment, piping or ducts with

Bitumen (85/25 or 80/40) CPRX sticking compound of Shalimar TAR Products or approved equivalent. Insulation clips shall be used as necessary. The insulation mass shall be covered with 500 gram polythene sheet with 50-mm overlap and sealing all joints. Above the polythene sheet, hexagonal wire netting shall be provided butting all joints and shall be laced down with GI Wire. The hexagonal wire netting shall conform to IS: 3150 and shall be of type N-2 and shall be galvanized. Above this, shall be applied 12 mm thick sand cement plaster in two layers.7.08.03

Cement plaster shall be provided over the insulation mentioned above to give a smooth finish on the surface of insulated equipment.

No of Corrections: Page NoSignature of the Tenderer

60

Page 62: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

7.08.04 Extra insulation thickness shall be provided at pipe hangers and special care

shall be taken to seal the insulation and hangers member penetrations and instrument tappings.7.09.00 DUCTING WORK

7.09.01 Velocity of air in any section of duct shall not exceed 9 M/Sec.

7.09.02 The general layout of the ducting and location of air handling units, grilles,

diffusers etc., shall conform to the arrangement shown in the drawings enclosed with the specification.7.09.03

Ducting shall be fabricated at site from galvanized steel or aluminum as specified.7.09.04

The construction of ducts shall conform to IS : 655 in so far as applicable.7.09.05

All duct seams shall be filled with bitumastic cold emulsion or equivalent vapour seal. 7.09.06

All duct supports shall be provided at centres preferably not exceeding 2.5-metre. The duct supports shall consist of structural steel angles and if required flats and jointed by bolting. Whenever duct support angles are to be fixed with reinforced concrete roof/ floor slab, the anchoring screw shall be connected with duct support angles by means of intermediate angle plates with bolted connection, so as to facilitate early erection and dismantling. For protecting the insulation from damage, duct support saddles of proper length shall be used at each support point for the entire width of the interface between insulated duct bottom surface and the top of the angle iron support member. The saddle plate shall be made from galvanized steel or aluminium.7.09.07

Canvas or equal flexible connection shall be provided at each connection between ductwork and AHU so as to isolate vibration.7.09.08

No of Corrections: Page NoSignature of the Tenderer

61

Page 63: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

Damper blades shall be manufactured of minimum 20 BWG Sheet Steel. All diffusers and grilles shall be made up of extruded aluminum section finished in powder coating of approved colour. Return air grilles on mezzanine platform shall be made of Flat Iron resting on concrete slab. Design of diffusers, grilles etc. shall be made by he contractor matching the lighting fitting and the décor of the office.ELECTRICAL WORK

Work shall be carried out in accordance with the specifications, local rules I.E. Act. 1910 as amended up to – date and rules issued there under, regulations of the local Fire Insurance Association and Indian Standard Code of Practice No. IS-732-1963. For items of work not covered by any of the above regulation of Electrical the 13th edition of the Institution of Electrical Engineers, London, shall apply. Definition of terms shall be as in the IEE Rules.WIRING SYSTEM

Wiring shall be carried out in concealed or open conduit as stated in the schedule or shown in the drawings. PVC sheathed armoured aluminium conductor cables shall be used where indicated. Wiring shall be suitable for a 3 phase, 50 Hz, 4 wire supply with 415 volts between phase and 240 volts between phase and neutral. The voltage and frequency of supply shall be subject to variations permissible under the Indian Electricity Act and rules.

a) All materials shall be of the best quality complying with the appropriate I.S/ B.S. Specifications. Materials used shall be subject to the approval of the project supervisor and samples to the approval of the furnished where required. All switchgear shall be suitable for a system short-circuit capacity of 25 MVA at 400 Volts.

b) The iron switches shall be of the heavy-duty pattern with a quick make and break action and fuses shall be of the HRC type. The switches shall be able to carry rated current continuously without excessive temperature rise or softening or welding of contacts. Provision shall be made for the incoming and out-going conduits or cable glands as indicated in the drawings. Earthing lugs also be provided.

c) Conduits shall be black enamelled heavy gauge (16 SWG) upto 30mm and 14 SWG over 30-mm size with electric threads and shall comply with I.S. specification.

d) Conduit accessories such as junction boxes, couplers etc., shall be properly treated and true. Junction boxes shall be provided with gasketed covers to render them dust and damp proof.

No of Corrections: Page NoSignature of the Tenderer

62

Page 64: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

e) The main panel shall be constructed of high quality heavy gauge sheet steel stiffened and reinforced by a sturdy angle iron framework. The steel sheets shall cover the panel on all sides and special measures shall be taken to ensure that it is termite and vermin proof. The housing shall be sectionalised construction.

f) The bus bars and connections shall consist of hard drawn high conductivity Aluminium strip with PVC sleeves of appropriate phase colour. The bus bars shall be mounted edge wide on insulated bases, which will permit sufficient movement for compensation of temperature stresses while still provided as well as proper bracing to withstand the electromagnetic forces produced during short circuits. The neutral bus bar shall be rated for 50% of the phase rating.

g) The assembly shall be given a coat of primer paint and two coats of battleship grey or any other colour approved. Nameplates to indicate the equipment or circuit controlled by the switches shall be fixed on the panel.

h) Distribution Boards shall be of totally enclosed ms sheet metal construction conforming to I.S. 2675: 1963 an fitted with suitable HRC fuse/ MCB as specified or indicated on the drawings.

CABLES LAYING

a) Cables shall be laid generally in accordance with Indian Standard Code of Practice.

b) Cables shall be laid in trenches or buried or carried on walls as stated in the schedule, indicated on the drawings or approved by the projects supervisor. Where more than one cable is running, proper spacing shall be provided to minimise the loss in current carrying capacity.

c) Cable shall be suitably supported with wooden cleats mounted on M.S. supports when run on walls on in a trench. When buried, they shall be covered with a layer of soft earth and protected with cement concrete tiles.

d) Special care shall be taken to ensure that the cables are not damage at bends. The radius of bend of the cables when installed shall be sufficiently large to ensure that no undue stress is caused on the insulation.

No of Corrections: Page NoSignature of the Tenderer

63

Page 65: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

e) Where cables pass through pipes, wooden bushes shall be provided at the ends, when these pass through floors or walls the cable holes shall be sealed in a manner approved by the project supervisor.

f) With each cable, two numbers of earth conductors or sizes specified under sub-head “Earthing” shall be provided.

7.10.04 EQUIPMENT WIRINGS

a) For all 3 phase 415 Volts equipment, wire used shall be 660 volts grade. Underground cables shall be of 1000 volts grade.

b) Final connections to the equipments shall be through flexible wiring particularly for equipment mounted on guide rails end, which are liable to be moved.

c) Final sub-circuits for feeding motors shall be from separate ways in the DB. No looping shall be employed.

d) An isolator shall be provided near each motor whenever the motor is away from the supply panel by more than 50 ft. or separate from the panel through a partition, barrier or ceiling.

7.10.05 EARTHING

a) All switches/Isolators shall be connected to the earth and the size of earth conductor shall be as follows depending upon the size of the cable connected with the switch/Isolator.

Cross sectional area of the current Carrying conductor (Sqmm)

Size of earth G.I. conductor (SWG)

1. 4/6/10 102 16/25/35 63 50/70/95 44. 120/150/185 25 225/240/300/400 25 mm x 4 mm strip

b) The contractor shall include earthing of his own for his equipment. The bidder shall include construction of two independent earth pits at least 3 m apart as per IS – 3043 near the AC Plant Room and shall provide necessary conductors suitable for handling the requirement for 2 x 45 TR units.

c) Earthing for Air handling units shall also be taken from the above earth electrodes drawn through the tunnel. The earthing shall consist of an earth type connection to an independent plate made of copper. Earth

No of Corrections: Page NoSignature of the Tenderer

64

Page 66: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

plates shall be buried in a pit of 1.2 x 1.2 M at minimum depth of 3 M below ground. The connection between main bars shall be made by means of three 10 mm brass studs and fixed at 100 mm centres. The pit shall be filled with cake breeze, rock salt loose soil. A GI pipe of 20 mm dia with perforation on a periphery shall be placed vertically over the plate to reach ground level for watering. (Fig. 15 of IS – 3043 – 1987 should be followed otherwise permitted by Consultant / Employer.

CONTROL/INDICATION/INTERLOCKING/WIRINGThe control/indication/interlocking wiring shall be done with 1.5-sqmm PVC

insulated and PVC sheathed copper conductor cables of 2/3/4/6 crores as per requirement. All the machines as detailed in the drawing shall be remote controlled at control/indication panel as specified in the specification.8.00.00 ERECTION AND MAINTENANCE TOOLS

The supplier shall furnish a complete set of all special tools., wrenches, etc., with necessary tool boxes as required for erection, maintenance, overhaul or complete replacement of any equipment supplied under this specification. The supplier shall enclose a list of such tools.9.00.00 SPARE PARTS

The supplier shall furnished and quote separately for the recommended essential spares for at least three year’s trouble free operation of the plant.10.00.00 FIELD TEST

Overall performance of the air-conditioning system as well as individual equipment shall be tested after complete installation at site. This test shall carried out to determine whether the plant meets the performance requirements specified herein and shall be to be establish the correctly supply of equipment. All testing and calibrating instruments required for this purpose shall be supplied by the contractor. Over and above the after completion to ensure this factory working of all equipment. Within six (6) months from the date the equipment is placed in services, it shall be tested by the Purchaser.

The contractor shall perform all pre-commissioning test as required by the purchaser in accordance with the provisions of CIBSE. The requirements of such tests are presented in Annexure.SPECIAL CLEANING, PROTECTION AND PAINTING

Internal and external surfaces of all parts shall be cleaned to remove loose scale and dirt. All sharp edges shall also be removed welded rods, studs and other

No of Corrections: Page NoSignature of the Tenderer

65

Page 67: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

foreign objects shall be removed prior to final assembly. Excess oil and grease shall be removed by wiping. All parts shall be painted with 2 coats of rust preventing paint before despatch of material.DRAWINGS, CURVES AND INFORMATION REQUIRED WITH TENDER PROPOSAL

Besides submitting the enclosed technical particular sheets duly filled in, the proposal shall also include the following drawings, curves and information. Preliminary equipment layout drawings of the air conditioning plant room, Preliminary ducting layout drawing in case the layout are not agreeable with those shown in the drawings enclosed with specification.

Manufacturers catalogues and literatures incorporating outline and sectional drawings for the following equipment and ducting details.

Compressor Condenser Air handling units (fan, cooling coil air filter etc.) Drive motor for various equipment as applicable. Pumps

Manufacturers catalogue and literature on air conditioning system instrumented and controls, Sectional drawing for air diffusers and grilles as applicable, Manufacturers data sheets for filter and refrigerant.

Spare parts Data Special tools and Tackles Data Deviation from the specification Schedule of Price.

No of Corrections: Page NoSignature of the Tenderer

66

Page 68: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

RECOMMENDED MAKES

SL NO EQUIPMENTS RECOMMENDED MAKES

1. Chiller Blue Star/ Voltas/ Carrier/ Own make2. Pumps Kirloskar/KSB/Mather & Platt3. Air Handling Units Blue Star/ Voltas/ Carrier/ Zeco/

Edgetech4. Fans / Blowers Nicotra / Kruger / Comefri5. Vibration Isolators Dunlop Resistolex6. Pipes and Pipe Fittings TATA/ITC/Zenith/Sail/Ajanta/Jindal7. Insulation Beardsell, Lloyd,Twiga8. Controls Tata Honeywell (Landis & Gyr)/

Johnson/ BELIMO9. Water duty butterfly valves Audco / inter valve / Crawy & Ray/

Advance/ Shakti10. Water duty check valves Advance / Audco / Inter valve/Shakti11. Balancing valves Advance / Audco12. Water line other valves &

strainess Crawlay & Ray/ S. Koley / Steam & Minning

13. Pressure gauge / Temperature gauge

Emerald / H. guru

14. Control valves Siemens / Honey well15. G I Sheets Jindal / Sail / VSP / Nipon16. Switches/Isolators L&T/ Siemens/ ABB17. HRC Fuses & Control fuses L&T/ Siemens/ABB/ GE/18. Contractors Siemens/L&T/ ABB/ GE19. D.L. Relay Siemens/L&T/ ABB/ GE 20. P. B. Stations Siemens/L&T/ ABB/ Cutler Hammer 21. Meters AE/IMP/ Conzerv/ Saltzer22. Power Cables/Control Cables CCI/Incab/Gloster/ Finolex/ NICCO/

Polycab/ Havells23. Control wires Finolex/CCI/ L&T/ Havells24. MCC ESS/ Technocrat Enterprisers/ Utkal

Electrical Industries/ Genpower Electric/ RT Enterprise/ System Syndicate/ Neptune

Note: Make of any materials not specified above shall be approved by the Consultant/ Engineer-in-charge prior to use.

No of Corrections: Page NoSignature of the Tenderer

67

Page 69: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

SCHEDULE - I

TECHNICAL PARTICULARS

1.00.00 REFRIGERANT COMPRESSOR PARTICULARS

MANUFACTURER : NO OF UNITS

MODEL NO. : REFRIGERANT

TYPE :……………………………………………………………………………………………… PERFORMANCE DIEMENSION………………………………………………………………………………………………Condensing temperature C : Number Bore mm Stroke mm………………………………………………………………………………………………Evaporating temperature C : Cylinders………………………………………………………………………………………………Capacity in Kcal/hr. : R P M………………………………………………………………………………………………B. H. P. Required : Lubrication type………………………………………………………………………………………………H.P. Recommended……………………………………………………………………………………………… MATERIAL………………………………………………………………………………………………Cylinder PistonConnecting rod Crank shaftCrank pin Crank pin bearingCrank shaft bearing ……………………………………………………………………………………………… AUXILLARIES SUPPLIED………………………………………………………………………………………………High pressure gauge Crank case heaterLow pressure gauge ThermostatOil pressure gauge Base plateHigh pressure switch Automatic unloading deviceLow pressure switch Pressure relief valveOil failure switch Automatic unloaded……………………………………………………………………………………………… Remarks on the following items………………………………………………………………………………………………1. Lubricating System ?2. Vibration isolation arrangement ?3. Water cooling system of compressor head?4. Full motor specifications to be given?

No of Corrections: Page NoSignature of the Tenderer

68

Page 70: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

2.00.00/3.00.00 HEAT EXCHANGER PARTICUALRS………………………………………………………………………………………….Manufacturer………………………………………………………………………………………….Model No.……………………………………………………………………………………………T y p e…………………………………………………………………………………………….Service Condenser Chiller……………………………………………………………………………………………. Performance Data…………………………………………………………………………………………….Fluid temperature : Tube side Shell side ……………………………… C Inlet C Outlet

Velocity M/Sec.No. of passesHeat exchange Kcal/Hr.LMTD C (Including correction factor)Overall heat transfer co-efficient Kcal/Hr. M CFouling factor in Hr – M – C/KcalSurface area mPressure drop metre of water head……………………………………………………………………………………………… C o n s t r u c t i o n………………………………………………………………………………………………Design pressure in Kg/cm Test pressure in Kg/cm………………………………………………………………………………………………Items Material Qty. Outside dia Inside dia Nominal thickness Specialty………………………………………………………………………………………………Type………………………………………………………………………………………………tube sheet………………………………………………………………………………………………Shell………………………………………………………………………………………………Auxiliaries provided Tube Side Shell Side………………………………………………………………………………………………Thermo wellsPressure gauges / connectionVent. Connection with valvesDrain connection with valvesRelief valveFusible plugAntifreeze thermostat………………………………………………………………………………………………

No of Corrections: Page NoSignature of the Tenderer

69

Page 71: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

4.00.00 CENTRIFUGAL PUMP: …………………………

Manufacturer : Model No. :Total No. required : Type :……………………………………………………………………………………………… PERFORMANCE………………………………………………………………………………………………Rated capacity, Litres / Min. : Efficiency rated capacity :Total head at rated capacity mm W G :: Pump input H.P. :Permissible suction lift W.G. : Drive Motor H.P. : Pump Speed r.p.m. : Design conforms to IS /BS :……………………………………………………………………………………………… CONSTRUCTION………………………………………………………………………………………………No. of stages : Material of construction :Pump Bearing : Ball Casing Roller Impeller Journal Impeller wearing ring Casing wearing ring Shaft Shaft Sleave Stuffing box Stuffing box housing Scalling……………………………………………………………………………………………… ACCESSORIES SUPPLIED………………………………………………………………………………………………Pump motor base frame :: Coupling guard

Coupling :: Pressure gaugesANCHOR BOLTS Suction Delivery

No of Corrections: Page NoSignature of the Tenderer

70

Page 72: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

DUCT WORK

Maximum air velocity - Metres/Minutes ::9.01.01 Main supply ducts ::9.01.02 Branch Supply ducts ::

9.02.00 Layout of ducting location and number of :: air grilles and diffusers etc. conform to the arrangement shown in the drg.

9.03.00 Ducting to be fabricated at site ::

9.04.00 Construction of ducts conforms to IS – 655 ::

9.05.00 Type of duct seam filter material ::

9.06.00 Duct supports provided ? ::

9.06.01 Spacing, centre to centre metres ::

9.06.02 Type of construction ::

9.06.03 Material of construction ::

9.06.04 Fixing arrangement with reinfor- concrete :: work conform to the requirement of spen.

9.06.05 Length of insulation protection saddle at each :: duct support, mm

9.07.00 Flexible connection between duct work and :: fan units.

Material ::

Thickness, mm :: 9.08.00 Supply air diffusers ::

10.00.00 Extra insulation thickness provided at pipe :: pipe hangers.10.00.01 Type of insulation work for valves, flanges :: and vessels connection.

No of Corrections: Page NoSignature of the Tenderer

71

Page 73: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

MISCELLANEOUS INSTRUMENTS ………………………………………..Humidistat ::11.01.01 Name of Manufacturer ::11.01.02 Model number ::11.01.03 Number furnished ::11.01.04 Type ::11.02.00 Thermostat ::11.02.01 Name of manufacturer ::11.02.02 Model number ::11.02.03 Number furnished ::11.02.04 Type ::11.03.00 Pressure indicators ::11.03.01 Name of manufacturer ::11.03.02 Type ::11.03.03 Dial size, mm ::11.03.04 Pressure indicator in refrigerant line equipped :: with gauge saver ?11.03.05 Each pressure indicator complete with isolating :: valve or cock.11.03.06 Furnished each pressure indicator as shown :: relevent drawing and as specified ?11.04.00 Temperature indicaters ::11.04.01 Name of manufacturer ::11.04.02 Type ::11.04.03 Type of element ::11.04.04 Dial size, mm ::11.04.05 Furnished each temperature indicator as shown :: in relevent drawing and as specified 11.05.0 Humidifiers for AHU as specified herein provided ::11.06.0 Special filters as specified herein provided ? ::

12.00.00 MISCELLANEOUS PARTICULARS ………………………………………..12.01.00 Performance guarantee of all equipments, guarantee for inside conditions based on given outsides conditions and load design parameterrs as per :: Yes / No clause no.5.00.00

12.02.0 The spare provided for different equipments as shownin the drawings is adequate for to equipment :: Yes / Nosupplied confirmed.

No of Corrections: Page NoSignature of the Tenderer

72

Page 74: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

SCHEDULE - II

SPARE PARTS DATA

Enclosed with the proposal item wise list and unit prices F.O.R. site properly

packed for transportation and protected from weather and finally painted for

spare parts included in the price quotation of.

SLNO. LIST OF SPARE PARTS UNIT PRICE…….. …………………………. ……………

No of Corrections: Page NoSignature of the Tenderer

73

Page 75: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

SCHEDULE - III

SPECIAL TOOLS AND TACKLES DATA………………………………………………

No of Corrections: Page NoSignature of the Tenderer

74

Page 76: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

PART – IIIPRICE TABULATION SHEETS

SCHEDULE OF EQUIPMENTS / BILL OF QUANTITIES FOR AIR-CONDITIONING WORK AT

RABINDRA MANDAP, BHUBANESWAR.

SL NO. DESCRIPTION QTY. UNIT RATE

(Rs)TOTAL

AMOUNT (Rs)1.0 SITC of Air cooled scroll semi-

hermatic type chilling unit of 45 TR Capacity, 54 deg. F to 45 deg. F including refrigerant, oil & Auxiliaries etc as in clause 3.01. R- 22 duty 2 nos.

Rate in words:

2.0 SITC of ductable Split Unit, R-22 duty with hermetically Sealed scroll Compressor with outdoor & indoor units, refrigeration pipe, electrical etc.

(a) 8.5 TR Ductable Split 2 Nos.

Rate in words:

(b) 5.5 TR Ductable Split 3 Nos.

Rate in words:

2.01 MS welded platform for maintenance for ODUs including safety case 5 Nos.

Rate in words:

3.0 SITC of pumps for chilled water duty including all accessories capacity: 135 USGPM, Head: 100 ft. as in clause 3.02 & 7.03. 3 Nos.

Rate in words:

4.0 SITC of Air Handling Units / Fan Coil Units as in clause 3.02 & 7.03.

AHU

40TR, 12000 CFM, 50mm WC sp, 6 Row Coil, FM, Horizontal. 2 Nos.

Rate in words:

No of Corrections: Page NoSignature of the Tenderer

75

Page 77: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

SL NO. DESCRIPTION QTY. UNIT RATE

(Rs)TOTAL

AMOUNT (Rs)5.0 Chilled water Piping Work.

5.01 SITC of MS class II water pipes for chilled water flow insulation.

All fitting, hangers/support shall be included in pipe rates

(a) 125 MM NB 85M

Rate in words:

(b) 100 MM NB 35M

Rate in words:

5.02 SITC of GI drain water piping with insulation.

25 MM NB 32M

Rate in words:

5.03 SITC of Butterfly Valves

100 MM NB 14 Nos.

Rate in words:

5.04 SITC of Check Valves

100 MM NB 3 Nos.

Rate in words:

5.05 SITC of Balancing Valve

100 MM NB 4 Nos.

Rate in words:

5.06 SITC of Three way motorized valves with operating thermostats.(one size lower than pipe size)

80 MM NB 2 Nos.

Rate in words:

No of Corrections: Page NoSignature of the Tenderer

76

Page 78: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

SL NO. DESCRIPTION QTY. UNIT RATE

(Rs)TOTAL

AMOUNT (Rs)5.07 SITC of MS Y-Strainer.

100 MM NB 5 Nos.

Rate in words:

5.09 SITC of Gate Valve

25 MM NB 5 Nos.

Rate in words:

5.10 SITC of Purge Valve 4 Nos.

Rate in words:

5.11 SITC of GI Expansion Tank 500 ltr. with 50 MM NB makeup, quick fill, supply, drain gate Valves and float Valve & 65mm thermocole insulation. 1 No

Rate in words:

5.12 SITC of Pressure indicator with stopcock 100 mm dia 0 – 5 Kg/cm2

pressure. 10 Nos.

Rate in words:

5.13 SITC of Temperature indicator Mercury type 8 Nos.

Rate in words:

6.00 Duct Work

6.01 G.I. Ducting including dampers, turning vanes, splitter dampers etc. as per required.

(a) 20 G 20 Sqm

Rate in words:

(b) 22 G 400 Sqm

Rate in words:

(c) 24 G 280 Sqm

Rate in words:

No of Corrections: Page NoSignature of the Tenderer

77

Page 79: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

SL NO. DESCRIPTION QTY. UNIT RATE

(Rs)TOTAL

AMOUNT (Rs)6.02 Supply Air Grilles with VCD, Powder

coated extruded aluminium 6 Sqm

Rate in words:

6.03 Supply Air strip line diffusers Diffuser with VCD, Powder coated extruded aluminium, 6” size. 3.5Sq.M

Rate in words:

6.04 Return air grill without VCD powder coated extruded aluminium. 6 Sqm

Rate in words:

6.05 R.A. Slot 75 mm thick 27 M

Rate in words:

6.06 F.A. damper with bird & rain protection screen. 0.9 Sqm

Rate in words:

6.08 Ducting Insulation

6.08.01

Duct Thermal Insulation 25mm thick RB fibreglass. 670 Sqm

Rate in words:

6.08.02

Duct Acoustic Insulation 12mm thick RB fibreglass. 130 Sqm

Rate in words:

6.09 Repairing of existing duct including cleaning, de-rusting, repairing of holes by 22 G GI sheet, and providing duct thermal and acoustic insulation complete as required 50 Sqm

Rate in words:

7.00 Electrical Work

7.01 Electrical control panel MCC 1 No

Rate in words:

No of Corrections: Page NoSignature of the Tenderer

78

Page 80: Sir, document 2 x 55 tr ac.doc · Web viewThe tender documents shall be issued to the firms on production of the following documents regarding fulfilment of eligibility criteria.

SL NO. DESCRIPTION QTY. UNIT RATE

(Rs)TOTAL

AMOUNT (Rs)7.02 Electrical Power & Control Cable work

including double earthing as per specification / Drawings.

(a) 3 C 120 SQMM Al. 10 M

Rate in words:

(b) 3 C 10 SQMM Al. 125 M

Rate in words:

(c) 3 C 6 SQMM Al. 215 M

Rate in words:

(d) 3 C 4 SQMM Al. 100 M

Rate in words:

8.00 RCC/PCC foundation of all machinery and other civil and masonry work as per specification. LOT

Rate in words:

TOTAL

TOTAL IN WORDS

No of Corrections: Page NoSignature of the Tenderer

79