TATA INSTITUTE OF FUNDAMENTAL RESEARCH final.pdf · 11) All necessary lifting/working tools and...

27
TATA INSTITUTE OF FUNDAMENTAL RESEARCH Autonomous Institution of the Department of Atomic Energy, Government of India HOMI BHABHA ROAD, NAVY NAGAR, COLABA, MUMBAI - 400 005. Telephone : 022-2278 2890,2897, 2588, 2232 E-mail: [email protected], [email protected], [email protected], [email protected] Website www.tifr.res.in Ref.: TIFR/PD/CA17-121/170796 August 08, 2017 NIT cum Tender Document (TWO PART LIMITED TENDER) for the following requirements: Supply, Installation, Testing and Commissioning of Low Conductivity Water Cooling System (LCWCS) for mini-ICAL project at IICHEP, Madurai. As Per Attached Tender Document Tender No. TIFR/PD/CA17-121/170796 Estimate Cost Rs. 21 Lakh Type of Tender Two Part Limited Tender Date of Publishing 08.08.2017 Pre Bid Meeting On 21.08.2017 at 10.30 AM at Inter-Institutional Centre for High Energy Physics (IICHEP), VRS Complex, Adapalanchi Main Road, (Opposite to Madurai Kamraj University), Palkalai Nagar, Madurai, 625021, Office Phone: 04522457004 Names of contact persons: Mr. Siva Rama Krishna B (Email: [email protected] , Phone: 9658082863) Mr. K.C.Ravindran (Email: [email protected] , Phone: 9442774075) Last Date for Submission of Tender 04.09.2017 on or before 14.00 Hours Date of Opening Bids 04.09.2017 at 15.00 Hours (Only Technical Bid) Both Technical Bid (Part A) and Financial Bid (Part B) to be submitted within the due date and time in separate envelopes and marked on top as Part A and Part B. These two sealed envelopes should be further put in one Master Envelope superscribed with the Tender No., Due Date in Bold Letters. Please see attached sheet for conditions of tender.

Transcript of TATA INSTITUTE OF FUNDAMENTAL RESEARCH final.pdf · 11) All necessary lifting/working tools and...

TATA INSTITUTE OF FUNDAMENTAL RESEARCH Autonomous Institution of the Department of Atomic Energy, Government of India

HOMI BHABHA ROAD, NAVY NAGAR, COLABA, MUMBAI - 400 005. Telephone : 022-2278 2890,2897, 2588, 2232

E-mail: [email protected], [email protected], [email protected], [email protected] Website www.tifr.res.in

Ref.: TIFR/PD/CA17-121/170796 August 08, 2017

NIT cum Tender Document (TWO PART LIMITED TENDER) for the following

requirements:

Supply, Installation, Testing and Commissioning of Low Conductivity

Water Cooling System (LCWCS) for mini-ICAL project at IICHEP,

Madurai.

As Per Attached Tender Document

Tender No. TIFR/PD/CA17-121/170796

Estimate Cost Rs. 21 Lakh

Type of Tender Two Part Limited Tender

Date of Publishing 08.08.2017

Pre Bid Meeting

On 21.08.2017 at 10.30 AM

at Inter-Institutional Centre for High Energy Physics (IICHEP), VRS Complex, Adapalanchi

Main Road, (Opposite to Madurai Kamraj University), Palkalai Nagar, Madurai, 625021,

Office Phone: 04522457004 Names of contact persons:

Mr. Siva Rama Krishna B (Email: [email protected], Phone: 9658082863) Mr. K.C.Ravindran (Email: [email protected],

Phone: 9442774075)

Last Date for

Submission of Tender 04.09.2017 on or before 14.00 Hours

Date of Opening Bids 04.09.2017 at 15.00 Hours (Only Technical

Bid)

Both Technical Bid (Part A) and Financial Bid (Part B) to be submitted within the

due date and time in separate envelopes and marked on top as Part A and Part B.

These two sealed envelopes should be further put in one Master Envelope

superscribed with the Tender No., Due Date in Bold Letters.

Please see attached sheet for conditions of tender.

Ref.: TIFR/PD/CA17-121/170796

TECHNICAL SPECIFICATIONS AND SCOPE OF WORK

Name of the Work:

Supply, Installation, Testing and Commissioning of Low Conductivity Water Cooling

System (LCWCS) for mini-ICAL project at IICHEP, Madurai.

Site of work:

Madurai Distance of Site from Madurai International Airport: 30.3 km Distance of Site from Madurai Railway Station: 13 km Duration of Contract:

Four calendar months from the issue of the work order.

List of general instruction:

1) Bidders are requested to visit the site to understand the actual scope of work

given in Schedule ‘B’ against each item before quoting for the job. Bidders

must visit the site to assess the total scope of work.

2) Rates quoted by bidder should be inclusive of all taxes, freight, insurance etc.

and shall remain firm throughout the currency of the contract.

3) Contractors have to arrange the movement of their staff at the project site.

4) All material shall be new and of best quality confirming to the relevant

standards/specification wherever applicable. Material test certificate has to be

submitted along with material wherever applicable. All material will be

inspected by the department person before delivery.

5) Tools & tackles. All necessary tools and tackles like lifting arrangement,

bearing pullers, spanners, hammers, filler gauge, alignment instrument set,

meggar, clamp meter, vibration meter, thermometer, instruments for

measurement, welding machine & gas cutting set etc. should be arranged by

contractors.

6) Safety: All necessary safety gears like hand gloves, rubber gloves, apron,

boiler suit, helmet, safety belt, safety shoes, welding screen, goggles etc. to be

provided to the staff by contractor. Department shall not be held responsible

for any accident during the work.

7) Insurance: The tenderer shall insure at their own cost all the material during

transit from site to factory or factory to site as well as during storage at site till

the equipment’s are commissioned and handed over to the users.

8) Insulation of the pipe lines should be carried out after hydro testing of the

pipeline is cleared by the department.

9) Any breaking of wall required to install the pipelines or supports shall be

made good after installation.

10) Control and Instrumentation power Supply:

Available power supply for Control & Instrumentation is 415V/230V. The

armoured cables required to connect the instrument to DB/Power

Panel/controllers etc shall be in the scope of the bidder and the cost of the

cables required for the same shall be included in the respective items.

11) All necessary lifting/working tools and tackles such as scaffoldings, chain

pulley blocks, ropes, spanner etc. have to be arranged by the contractor.

12) After completing the fabrication job the entire site should be properly

cleaned.

13) Unless otherwise specified all the material to be used is SS 304L.

14) All SS fittings viz., aligning connections, elbows, tees, reducers, etc. shall

be welded by inert gas tungsten arc welding (GTAW) process. All the items

with flanges should be supplied with matching flanges. Flanges shall be used

on pipe ends connecting valves etc. & shall conform to ASME B16.5 in class

150 rating.

15) Drawing and Test Documents:

a) Schematic drawing of Low Conductivity Water Cooling System is provided by

the department.

b) Detailed site drawing shall be prepared by the bidder before supply of

materials for quantity finalization and for laying of pipe lines, equipments

due to space constraint. The job shall be carried out only after drawing

approval.

c) 3 set of as-built drawings along with soft copy of the drawing in AutoCAD

format shall be submitted by the bidder after execution of project. The

drawings generated shall be the property of TIFR.

d) All the documents of the related project like Test certificates, Test reports,

Dimensional reports, Manuals etc. shall be submitted in 3 Sets (1 Original +

2Copy) in bounded form after execution of project before the final bill.

Brief scope of the work to be carried out by the bidder includes S.I.T.C of Low

Conductivity Water Cooling System which includes complete integration of

Mechanical, Electrical, Control and Instrumentation work required for the smooth

operation of the system as per the following specification.

Clause No. 1.0: S.I.T.C of 8.3TR refrigeration unit

The item No. 1.0 includes supply, installation, testing and commissioning of 8.3 TR

refrigeration unit. The refrigeration unit should consist of condensing unit (comprising of

compressor and air-cooled condenser) capable of handling 8.3TR. The condensing unit

should be connected to the SS 304L storage tank of 500ltrs capacity through a thermal

expansion valve. The condensing unit should have inverter based technology for control

of the compressor along with the display panel for temperature monitoring of the DM

water. The thermal expansion valve incorporated between the condensing unit and the

storage tank should have adequate capacity. Evaporator coil having appropriate number

of turns shall be fabricated and fastened inside the storage tank and the cooling coil

(copper coil) connected to the evaporator coil carrying the refrigerant from the thermal

expansion valve shall be adequately insulated using appropriate insulation material. The

location at which cooling coil enters and exits the storage tank shall be adequately

sealed for leak proof joint. The storage tank has to be insulated appropriately for

maintaining temperature control of DM water. The refrigeration unit shall have the

following specifications:

Refrigeration Unit: Consisting of compressor, air-cooled condenser, evaporator coil,

expansion device, and interconnecting copper piping.

Type: Air Cooled Condensing Unit

Make: Voltas/Trane/Carrier/Blue Star

Capacity: 8.3TR (nearest TR available to be adopted)

Refrigerant: R 407C/R134a

Controller: Inverter based control

Display Panel: Digital Indicator with control switches

The following safety cut-outs and trips should be placed in the refrigeration unit:

i. High Pressure cut out for Compressor

ii. Low Pressure cut out for Compressor

iii. Low Motor current

iv. Under Voltage Trip

v. Anti-freeze trip

Expansion Valve:

Type: Thermostatic Expansion Valve Make: Sporlan/ Danfoss Evaporator Coil:

The material of evaporator coil must be copper and the coil’s diameter should not be less

than 10 mm having thickness not less than 0.5 mm. The evaporator coil should be

wound inside SS tank with appropriate support provisions inside the storage tank. The

design of the evaporator coil with a heat exchange area to extract heat from DM water

equivalent to 8.3 TR at 22oC water temperature is under the scope of the vendor and the

design calculations should be submitted within 3 weeks of time starting from the work

order date for approval from INO personnel before fabrication.

Storage tank:

The storage tank has the following specifications: Material : SS304L Thickness : 6mm Capacity : 500ltrs Stored Fluid : De-Mineralized Water Size : As per the site conditions.

Top Portion : Removable Cover with Fasteners.

Level Indicator: Suitable for DM water with CF8 flanged gate valves for isolation

purpose.

Drain Line: Pipe of 25 NB, SCH 40 welded to the tank at the bottom having appropriate

sized flanged type gate valve conforming to API 600/ class 150 standards.

Air Vent: Pipe of 25 NB, SCH 40 welded to the tank at the top having appropriate sized

flanged type gate valve conforming to API 600/ class 150 standards.

Overflow port: The storage tank should have overflow provision which will direct the DM

water to a collecting tank to store the excess DM water poured into the tank.

Filling port: Provision to fill the storage tank with the DM water has to be given using a

threaded port at the top of the tank covered with a threaded cap.

Inlet and Outlet flanged ports: In order to pump water from the tank an outlet and

return raised face flanged ports are to be given at the bottom and top of the tank of size

32NB.

Insulation: Elastomeric Insulation of 19 mm thickness with 24G Aluminium cladding as

per Clause A.

Rates of all the above items should be included with the item No. 1.0.

Clause No. 2.0: S.I.T.C of Mild Steel Structure

The item No. 2.0 includes supply, installation, testing and commissioning of mild steel

structure for supporting the storage tank. The specifications are as follows,

Material: Mild Steel (IS 2062)

i. Structure will be fabricated from I-beam/angle/channels/chequered plate

etc. as per site requirements.

ii. After fabrication two coats of red oxide and two coats of enamel painting to

be done.

iii. Structure should be fixed by PCC/anchor fasteners. The cost of fixing by

PCC/anchor fasteners shall be included in this item.

iv. Preferred make of angle, channel, chequered plate: SAIL/JINDAL

v. Structures have to be fabricated and installed at IICHEP Transit Campus,

Madurai.

Clause No. 3.0: S.I.T.C of single shaft vertical multistage inline centrifugal pump

with insulation

The item No. 3.0 includes supply, installation, testing and commissioning of single shaft

vertical multistage inline centrifugal pumps suitable for DM water complete with

elastomeric insulation and Aluminium cladding

Technical Parameters:

i. Preferred make : Grundfos/Mather & Platt/KSB

ii. Type : Vertical multistage inline centrifugal pump

iii. Capacity : Flow - 80 LPM, at8.0 Bar

iv. Working fluid : De-mineralized Water (20°C-27°C)

v. Efficiency of Pump : More than 60%

vi. Mounting : Base Pedestal (To be built by the vendor)

Material of construction:

i. Casing : SS -316

ii. Impeller : SS-316

iii. Shaft : SS-316

iv. Primary Seal for Pump : SiC

Pumps shall have other standard components like wearing ring, counter flanges etc.

Motor Specs:

i. kW/HP : Suitable for above capacity pumps

ii. Type of Motor : 3-Phase IE3 efficiency, VFD compatible

iii. Type of rotor : Squirrel cage rotor

iv. Type of starting : DOL

v. Voltage : 415 V

vi. Frequency : 50 Hz

vii. No. of Poles : 2

viii. Type of Enclosure : IP55

ix. Type of cooling : TEFC

x. Duty : S1-Continuous duty

xi. Type of connection : Star/Delta

NB:

Routine test certificate shall be submitted along with motor. The motor should be

connected to the electrical panel provided at the site. Armoured cables have to be

supplied by the vendor and installation of the cable between the pump’s motor and the

electrical panel is under the vendor’s scope. Additional mechanical seals are to be

supplied for exigencies during commissioning.

Pump and motor shall be properly aligned up to the permissible limit. Performance test

of the pumps with motor will be witnessed by the departmental representative at the

manufacturer works. Test Certificates of Pumps and motors shall be submitted. If

required RCC Pedestal to be provided for installation of pump and the cost of the same

shall be included in the item No. 3.0.

Insulation of the pump: Pump shall be insulated with 19 mm thick elastomeric

insulation and 24G Aluminium cladding as per technical specifications given under

Clause A. The cost of the insulation of the pump has to be included in item No. 3.0.

Onsite Testing: Capacity of the pump shall be tested at site with respect to the

performance curve obtained at factory.

Clause No. 4.0: S.I.T.C SS 304L seamless piping of following sizes with welding for

tees, elbows, flanges and with insulation

4.1) Size of 32NB, SCH 40

4.2) Size of 25NB, SCH 40

4.3) Size of 20NB, SCH 40

The item No.: 4.1 - 4.3 includes supply, installation, testing and commissioning of piping

of respective sizes complete with pipe fittings, bends, reducers, pipe supports, flanges,

High density PUF for pipe support, closed cell elastomeric insulation and 24G

Aluminium cladding as per the following specifications,

Material: SS-304L (Stainless steel designation, welded construction, schedule etc. of the

SS pipe shall be as per ASTM A312 of sizes given in schedule of quantities)

Make: JINDAL/TATA/PRAJ

Pipe support: C clamp or (MS / PCC) with high density PUF blocks should be provided

every 1.5 meters length/ as per site conditions. PUF Pipe supports shall of High density

with a density of 160Kg/Cum. Make: Beardsell. Cost of the same should be included in

the respective item No. from 4.1 – 4.3.

Insulation: The pipes should be insulated using closed cell elastomeric insulation of

19mm with 24G Aluminium cladding as per tech specs given under Clause A. Cost of the

same should be included in the respective item No. from 4.1 – 4.3.

Welding: The pipe fittings viz., aligning connections, elbows, tees, reducers, shall be

welded by GTAW welding process as per Clause B. 100% DP test for all the pipe weld

joints.

Flanges: Flanges shall be used on pipe ends connecting valves etc. & shall conform to

ASME B16.5 in class 150 rating. Cost of the same should be included in the respective

item No. from 4.1 – 4.3.

Pipe Testing: Test certificate of the pipe shall be submitted for review. Sample pieces

from pipe shall be cut by department representative and the mechanical, chemical and

IGC Practice E tests shall be witnessed by department representative. The hydro testing

of entire pipeline complete with valves etc after installation shall be done at 10 kg/cm2.

The hold time for pressure testing shall be 24 hours at site. Any leak/drop in pressure

shall be rectified and retested till the test is accepted and cleared by the department.

NB:

The pipes shall be thoroughly cleaned both inside and outside by using suitable wire

brushes before taking up for fabrication.

The layout of the piping shall be as per the approved layouts and as directed by the

Engineer-in-Charge or his authorized representative.

The pipes shall be laid in straight lines with necessary slopes. End connections to the

existing headers and pumps shall be made as required during planned plant shutdowns.

Flange joints shall be made with 3 mm thick neoprene gasket and suitable SS bolts, nuts

and washers on either side. Flange facings shall be true and perpendicular to the axis of

the pipe and bolt holes shall be staggered about center line.

Clause No. 5.0: S.I.T.C of CF8 Raised Face Flanged Gate Valve sizes with counter

flanges, hardware, gaskets and insulation for the following sizes,

5.1) Size of 32NB

5.2) Size of 25NB

The item No. 5.1 - 5.2 includes supply, installation, testing and commissioning of raised

face gate valves of respective sizes with counter flanges, bolts, nuts, washers, neoprene

gasket, closed cell elastomeric insulation and Aluminium cladding etc., as per the

following specification,

Technical Requirements:

Relevant Standards: API 600/ASME B16.34

i. Type : Raised Face Flange Type, Non-rising stem

ii. Material : CF8 (Equivalent to SS-304)

iii. Pressure Rating : Class -150

iv. Preferred make : Leader/Kirloskar/L&T valves/AUDCO

v. Working Fluid : DM water

Note: SS 304L counter flanges, nuts, bolts, washers, gasket etc., shall be supplied for

the purpose of installation.

Flanges: Counter Flanges conforming to ASME B16.5 in class 150 pressure rating shall

be GTAW welded on pipe ends for connecting them to the flange end of gate valve using

bolts, nuts, washers, and neoprene gasket. Cost of the same should be included in the

respective item No. from 5.1 – 5.2.

Insulation: The valves should be insulated using elastomeric insulation of 19mm thick

with 24G Aluminium cladding as per tech specs given under Clause A. Cost of the same

should be included in the respective item No. from 5.1 – 5.2.

Valve Testing: Hydro testing of 100 % valves shall be carried out for body and seat as per

API598 at OEM works in the presence of department representative. The department

representative shall witness the pressure testing of the valve at the maximum permissible

pressure (15 bar) of LCWCS. Test certificate of the same shall be submitted for review.

Clause No. 6.0: S.I.T.C of CF8 Raised Face Flanged Globe Valve with counter

flanges, hardware, gaskets and insulation for the following sizes,

6.1) Size of 32NB

6.2) Size of 25NB

6.3) Size of 20NB

The item No. 6.1 - 6.3 includes supply, installation, testing and commissioning of raised

face globe valves of respective sizes with counter flanges, bolts, nuts, washers, neoprene

gasket, closed cell elastomeric insulation and Aluminium cladding etc., as per the

following specification,

Technical Requirements:

Relevant Standards: BS 1873

i. Type : Raised Face Flange Type, Non-rising stem

ii. Material : CF8 (Equivalent to SS-304)

iii. Pressure Rating : Class -150

iv. Preferred make : Leader/Kirloskar/L&T valves/AUDCO

v. Working Fluid : DM water

Note: SS 304L counter flanges, nuts, bolts, washers, gasket etc., shall be supplied for

the purpose of installation.

Flanges: Counter Flanges conforming to ASME B16.5 in class 150 pressure rating shall

be GTAW welded on pipe ends for connecting them to the flange end of globe valve using

bolts, nuts, washers, and neoprene gasket. Cost of the same should be included in the

respective item No. from 6.1 – 6.3.

Insulation: The valves should be insulated using elastomeric insulation of 19mm thick

with 24G Aluminium cladding as per tech specs given under Clause A. Cost of the same

should be included in the respective item No. from 6.1 – 6.3.

Valve Testing: Hydro testing of 100 % valves shall be carried out for body and seat as per

API598 at OEM works in the presence of department representative.

The department representative shall witness the pressure testing of the valve at the

maximum permissible pressure of LCWCS. Test certificate of the same shall be submitted

for review.

Clause No. 7.0: S.I.T.C of Three piece flanged type Ball valve with counter flanges,

hardware, gaskets and insulation for the following sizes,

7.1) Size of 25NB

7.2) Size of 20NB

The item No. 7.1 – 7.2 includes supply, installation, testing and commissioning of Three

piece flanged type Ball Valves with counter flanges, bolts, nuts, washers, neoprene

gasket, closed cell elastomeric insulation and Aluminium cladding etc., as per the

following specification,

Technical Requirements:

Relevant Standards: ISO 17292

i. Type : Three piece flanged type ii. Material : CF8M (Equivalent to SS-316)

iii. Pressure Rating : Class -150 iv. Preferred make : Leader/Kirloskar/L&T valves/AUDCO

v. Working Fluid : DM water

Note: SS 304L counter flanges, nuts, bolts, washers, gasket etc., shall be supplied for

the purpose of installation.

Flanges: Counter Flanges conforming to ASME B16.5 in class 150 pressure rating shall

be GTAW welded on pipe ends for connecting them to the flange end of ball valve using

bolts, nuts, washers, and neoprene gasket. Cost of the same should be included in the

respective item No. from 7.1 – 7.2.

Insulation: The valves should be insulated using elastomeric insulation of 19mm thick

with 24G Aluminium cladding as per tech specs given under Clause A. Cost of the same

should be included in the respective item No. from 7.1 – 7.2.

Valve Testing: The department representative shall witness the pressure testing of the

valve at the maximum permissible pressure of LCWCS. Test certificate of the same shall

be submitted for review.

Clause No. 8.0: S.I.T.C of CF 32 NB Raised face flange Pressure Relief valve

complete with counter flange, hardware, gasket and insulation

The item No. 8.0 includes supply, installation, testing and commissioning of 32 NB

Raised Face Flanged Pressure Relief Valve with counter flanges, bolts, nuts, washers,

neoprene gasket, closed cell elastomeric insulation and Aluminium cladding etc., as per

the following specification,

Technical Requirements:

Relevant Standards: API 526

i. Type : Raised Face Flange Type

ii. Size : 32 NB

iii. Material : CF8M (Equivalent to SS-316)

iv. Pressure Rating : Class -150

v. Preferred make : Leser/Goetze

vi. Working Fluid : DM water

Note: SS 304L counter flanges, nuts, bolts, washers, gasket etc., shall be supplied for

the purpose of installation.

Flanges: Counter Flanges conforming to ASME B16.5 in class 150 pressure rating shall

be GTAW welded on pipe ends for connecting them to the flange end of pressure relief

valve using bolts, nuts, washers, and neoprene gasket. Cost of the same should be

included in the respective item No. 8.0.

Insulation: The valves should be insulated using elastomeric insulation of 19mm thick

with 24G Aluminium cladding as per tech specs given under Clause A. Cost of the same

should be included in the respective item No. 8.0.

Valve Testing: The department representative shall witness the pressure testing of the

valve at the maximum permissible pressure of LCWCS. Test certificate of the same shall

be submitted for review.

Clause No. 9.0: S.I.T.C of CF8 32 NB Raised face flange Non Return valve complete

with counter flange, hardware, gasket and insulation

The item No. 9.0 includes supply, installation, testing and commissioning of 32 NB Non

Return Valve with counter flanges, bolts, nuts, washers, neoprene gasket, closed cell

elastomeric insulation and Aluminium cladding etc., as per the following specification,

Technical Requirements:

Relevant Standards: BS 1868

i. Type : Raised Face Flange Type, Swing Check

ii. Size : 32 NB

iii. Material : CF8 (Equivalent to SS-304)

iv. Rating : Class -150

v. Preferred make : Kirloskar /Leader/L&T valves

vi. Working Fluid : DM water

Note: SS 304L counter flanges, nuts, bolts, washers, gasket etc., shall be supplied for

the purpose of installation.

Flanges: Counter Flanges conforming to ASME B16.5 in class 150 pressure rating shall

be GTAW welded on pipe ends for connecting them to the flange end of non-return valve

using bolts, nuts, washers, and neoprene gasket. Cost of the same should be included in

the respective item No. 9.0.

Insulation: The valves should be insulated using elastomeric insulation of 19mm thick

with 24G Aluminium cladding as per tech specs given under Clause A. Cost of the same

should be included in the respective item No. 9.0.

Valve Testing: The department representative shall witness the pressure testing of the

valve at the maximum permissible pressure of LCWCS. Test certificate of the same shall

be submitted for review.

10.0) Supply, Installation, Testing & Commissioning of accessories with welding

and insulation for the following

Clause No. 10.1: Y - Strainer with associated hardware

The item No. 10.1 includes supply, installation, testing and commissioning of Raised face

flange Y Strainer with counter flanges, bolts, nuts, washers, neoprene gasket,

elastomeric insulation and Aluminum cladding etc., as per the following specification.

Rates of all these items should be included with the corresponding item in item No. 10.1

Technical Requirements:

Relevant Standards: IS 12785: Strainer-type filters – specifications

i. Type : Raised face flanged Y strainer

ii. Size : 32 NB

iii. Material of Construction : Strainer shall be of approved make with S.S. 304

body designed for working pressure of 15 kg/cm2. Strainer shall have a

removable S.S304 filter screen with mesh size 60 mesh per sq. inch and

2.5mm perforations.

iv. Strainer shall be provided with flanges and counter flanges with nuts and

bolts are to be supplied. They shall be designed so as to enable blowing out

accumulated dirt, vent air and facilitate removal and replacement of screen

without disconnection of the main pipes.

Insulation: The Y strainer should be insulated using elastomeric insulation of 19mm

thick with 24G Aluminium cladding as per tech specs given under Clause A. Cost of the

same should be included in the respective item No. 10.1.

Clause No. 10.2: SS 316 Multi-Purpose Push-On Hose End Connector having following

specification,

The item No. 10.2 includes supply, installation, testing and commissioning of SS 316

Multi-Purpose Push-On Hose End Connector with welding, complete hardware,

elastomeric insulation and Aluminum cladding having the following technical

specifications,

Technical Requirements:

Body Material : SS 316

Connection 1 size : ¾ in.

Connection 1 type : Multi-Purpose Push-On Hose Insert

Connection 2 size : ¾ in.

Connection 1 type : Multi-Purpose Push-On Hose Insert

Connection 1 type : Tube Stube

Make : Swagelok

Part No. : SS-PB12-TA12

Welding: The Multi-Purpose Push-On Hose End Connector has to be welded to the pipe

end as per Clause B and the cost of the same has to be included in item No. 10.2. 100%

DP test for the weld joints.

11.0) Supply, Installation, Testing & Commissioning of instrumentation with

welding, hardware and insulation for the following,

Clause No. 11.1: Bourdon Tube SS 304 Pressure gauges with CF8 Ball Valves and SS

304 Siphon tube having ball valve at the end

The item No. 11.1 includes supply, installation, testing and commissioning of Bourdon

Tube SS 304 Pressure gauges with CF8 Ball Valves and SS 304 Siphon tube having ball

valve at the end having the following specification.

Technical Requirements:

Make : FEIBIG/WIKA/MICRO

Type : Bourdon tube

Material : SS 304

Range : 0 to 15 kg/cm2

Dial size : 100mm; 3/8" Bottom entry

Accuracy : +1% FSD

3/8” SS 316 threaded Ball valves

Note: SS 304L Barrel Nipple, Reducers, connectors, nuts, bolts, washers, gasket etc.,

shall be supplied and installed. A Heavy Siphon tube has to be procured for the same.

The cost of the same should be included in item No. 11.1.

Fittings: The fittings for installation of the instrumentation have to be procured and the

cost of the same has to be included in item No. 11.1.

Welding: The fittings shall be welded by GTAW welding process as per Clause B. The

cost of the same should be included in the respective item No. 11.1. 100% DP test for the

weld joints.

Clause No. 11.2: RTDs with SS Thermowell

The item No. 11.2 includes supply, installation, testing and commissioning of RTDs

complete with thermowell and Temperature Indicator with suitable mounting, suitable 3

core wire and fuse protection having the following specification.

Technical Requirements:

Type : PT 100 Class A, with mineral Insulated 3 wire and Aluminium Head.

Accuracy : +0.15 ºC at 100 ºC

Size : 6 mm Dia X 75 mm (L), SS Material.

Process Connection: ½“BSP (M)

Thermowell : Suitable for the above RTD along with SS Pipe welding Socket;

Temperature Indicator:

The temperature indicator should be connected to the above RTD with suitable cable

(with SS Protective sheath) suitable mounting arrangement and protective box as per the

following specification,

Input : PT 100 (3 wire)

Supply : 230 V AC

Range : 0.0 to 100.0 ºC

Display : Bright Red 7 Seg 3 1/2Dig, 12.5mm Height

Least Count : + 0.1ºC

Make : Nippon/Waaree

Fittings: The fittings for installation of the instrumentation have to be procured and the

cost of the same has to be included in item No. 11.2.

Welding: The fittings shall be welded by GTAW welding process as per Clause B. The

cost of the same should be included in the respective item No. 11.2. 100% DP test for the

weld joints.

Clause No. 11.3: Inline Flow meter

The item No. 11.3 includes supply, installation, testing and commissioning of inline flow

meter complete with suitable mounting having the following specification,

Technical Requirements:

Type : Flow indicator / indicating switch

Body : 304 SS

Paddle : 316 SS

Gauge Unit Seal : 316L SS Bellows

Seal ‘O’ Ring : Viton

Dial Size : 6"

Case : 304 SS weatherproof to IP:66 for 6" dial

Window : Toughened glass for 6” dial

Mounting : Inline version suitable for Horizontal pipes

Process Connection : Screwed

Flange : 304 SS

Make : Switzer

Part No. : UZ-020-K4-SL-0-A

Fittings: The fittings viz., reducers for installation of the instrumentation has to be

procured and the cost of the same has to be included in item No. 11.3.

Welding: The fittings viz., reducers shall be welded by GTAW process as per Clause B.

The cost of the same should be included in the respective item No. 11.3. 100% DP test

for the weld joints.

Clause No. 11.4: Inline conductivity sensor with junction box and display

The item No. 11.4 includes supply, installation, testing and commissioning of inline

conductivity sensor with junction box and display complete with suitable mounting

having the following specification,

Technical Requirements:

Type : 2 electrodes

Electrodes : SS 316

Body : SS 316

Range : 0 to 1000 μS/cm

Insulator : PCTFE

O-rings : Viton

Cables : Standard electrical cables part of the instrumentation

Junction box : Cast Aluminum

Display : Digital Indicator

Process Connection :¾ in. MPT

Accuracy : +/- 1.0 %

Make : Emerson/Mettler Toledo

Fittings: The fittings viz., reducers (if any), tees for installation of the instrumentation

has to be procured and the cost of the same has to be included in item No. 11.4.

Welding: The fittings viz., tees, reducers shall be welded by GTAW welding process as per

Clause B. The cost of the same should be included in the respective item No. 11.4. 100%

DP test for the weld joints.

Clause No. 11.5: Pressure Switch

The item No. 11.5 includes supply, installation, testing and commissioning of pressure

switch complete with suitable mounting having the following specification,

Technical Requirements:

Type : Pressure Switch

Pressure Regulation : 1.0 – 10.0 bar

Contact function : SPDT

Enclosure : IP66

Make : Danfoss/Schneider Electric

Fittings: The fittings for installation of the instrumentation have to be procured and the

cost of the same has to be included in item No. 11.5.

Welding: The fittings shall be welded by GTAW welding process as per Clause B. The

cost of the same should be included in the respective item No. 11.5. 100% DP test for the

weld joints.

Clause No. 12.0: Supply of De-mineralized water for commissioning and initial

charging of the system

The item No. 12.0 includes supply of DM water for the purpose of commissioning and

initial charging of LCWCS having the following specification,

Technical Requirements:

Conductivity Levels : Less than 1μS/cm

Capacity : 2500 ltrs

NB:

The supply of DM water having conductivity less than 1μS/cm at the site shall be carried

out with utmost care such that the conductivity levels of the DM water should not rise

during the transport and storage of the DM water.

Clause A: S.I.T.C of 19mm closed cell elastomeric Insulation and 24G Aluminum

Cladding

Cold insulation:

Chilled DM water pipes, valves, strainers, equipment, casing, plenum, and refrigerant

piping operating at temperature lower than the ambient shall be insulated in the manner

specified below.

The insulating material shall be Closed Cell Elastomeric insulation with a K-factor of not

more than 0.24 Btu.in/ft2.hr.ºF at 32 ºF (0.035 W/m.K at 0ºC) temperature or

equivalent. The thickness of the insulation shall be submitted for approval. Samples of

the materials shall be submitted for approval.

The insulation material should be water vapor resistance and good weathering

resistance, Low water vapor permeability. The insulation material should be fire

resistance, flame proof, non-toxic, non-corrosive to stainless steel and copper.

No insulation shall be applied until the pipe is satisfactorily pressure tested.

All joints shall be properly sealed with suitable adhesive like AEROSEAL. The adhesive

should be water vapor resistance so that it can prevent water or moisture from

penetrating the joints.

The Closed cell elastomeric insulation surface shall be completely wrapped with self-

adhesive Insulation foam tape (Like Aerotape).

All valves, fittings shall be insulated to the same thickness as specified for the main run

of piping. Valves, bonnets, yokes and spindles shall be insulated in such a manner as

not to cause damage to insulation when the valve is used or serviced.

Make : Aeroflex / Armaflex

Clause B: GTAW welding for connecting the components in the piping network

All the welding joints on SS Piping/SS Material shall be carried out by GTAW with

backing Gas and all the welding on MS Structure shall be carried out by Shielded metal

arc welding (SMAW). The Bidder shall submit the Welding Procedure Specification (WPS)

for approval. Procedure Qualification Records (PQR) and welder Performance

Qualification Record shall be submitted after testing the test coupon as per the WPS. All

the welding shall be carried out only by Qualified Welding Procedure and Qualified

welder. Cost of preparing WPS, PQR and welder Performance qualification record shall be

included in the respective items. All the process of WPS, PQR and Welder Performance

Qualification Record shall be carried out by NABL approved Lab in accordance with the

requirement of Section IX of the ASME Code.

Make of Welding Electrodes : Ador Welding Ltd/ESAB

BOQ (Price Bid)

Name of Work : Supply, installation, Testing and Commissioning of Low Conductivity Water Cooling

System (LCWCS)

for mini-ICAL project at IICHEP Transit Campus, Madurai - 625021.

Tender No:

Name of the Contractor:

Item

No. Item Description Qty Unit Rate

Total Amount

(Qty * Rate)

1.0

Supply, Installation, Testing & Commissioning of

8.3TR refrigeration unit as per the Clause No.: 1.0

of Tech. Spec.

1 Nos

2.0

Supply, Fabrication & Installation of Mild Steel

structure

as per the Clause No.: 2.0 of Tech. Spec.

100 kg

3.0

Supply, Installation, Testing & Commissioning of

inline vertical centrifugal pump

with insulation and suitable mounting base of

required dimesions as per the Clause No.: 3.0

of Tech Spec

a) Flow : 80 LPM

b) Head : 8 bar

c) MoC :

Impeller : SS 316

Casing : SS 316

d) Electric Motor :

Efficiency : IE3

Power Supply : 3 phase , 50Hz, 415 V

Additional mechanical seals should be procured

for exigencies

2 Nos

4.0

Piping :

Supply, Installation, Testing & Commissioning of SS 304L seamless piping of following sizes

for Schedule 40 with welding for tees, elbows, flanges and with insulation for the following Clause

No. : 4.0

4.1 32 NB, Schedule 40 Piping 18 m

4.2 25 NB, Schedule 40 Piping 30 m

4.3 20 NB, Schedule 40 Piping 57 m

5.0 Gate Valve:

Supply, Installation, Testing & Commissioning of CF8 Raised face flange Gate Valve complete with

counter flanges, hardware, gasket and insulation for the following Clause No.: 5.0

5.1 Size of 32 NB 5 Nos

5.2 Size of 20 NB 4 Nos

6.0 Globe Valve:

Supply, Installation, Testing & Commissioning of CF8 Raised face flange Globe Valve complete

with counter flanges, hardware, gasket and insulation for the following Clause No.: 6.0

6.1 Size of 32 NB 2 Nos

6.2 Size of 25 NB 2 Nos

6.3 Size of 20 NB 1 No

7.0 Ball Valve:

Supply, Installation, Testing & Commissioning of CF8M Raised face flange Ball Valve complete

with counter flanges, hardware, gasket and insulation for the following Clause No.: 7.0

7.1 Size of 25 NB. 2 Nos

7.2 Size of 20 NB 2 Nos

8.0

Supply, Installation, Testing & Commissioning of

CF8M

Raised face flange Pressure Relief Valve

complete with counter flanges, hardware, gasket

and insulation for the following Clause No.: 8.0

1 No

9.0

Supply, Installation, Testing & Commissioning of

CF8 Raised face flange Non Return Valve

complete with counter flanges, hardware, gasket

and insulation as per the Clause No.: 9.0

2 Nos

10.0 Accessories:

Supply, Installation, Testing & Commissioning of accessories with welding and insulation for the

following

10.1

Raised face flange type SS 304 Y strainer for

filtration

with counter flanges, hardware, gasket and

insulation

as per the Clause No.: 10.1

of Tech. Spec.

1 No

10.2

SS 316 Multi-Purpose Push-On

Hose End Connector 3/4 inches

as per the Clause No.: 10.2

of Tech. Spec.

6 Nos

11.0 Instrumentation:

Supply, Installation, Testing & Commissioning of Instrumentaion with welding, hardware and

insulation for the following

11.1

Bourdon Tube SS Pressure gauge with SS Ball

valves

and Siphon tube with pressure indication from 0-

10 kg/cm2

as per the Clause No.: 11.1 of Tech. Spec.

5 Nos

11.2

RTD with SS Thermowell with temperature

indication

from 0 - 40 oC as per the Clause No.: 11.2 of Tech.

Spec.

4 Nos

11.3 Inline flow meter as per the Clause No.: 11.3 of

Tech. Spec. 3 Nos

11.4

Conductivity sensor with Junction box and Display

having

range from 0–1000 µS/cm as per the Clause No.:

11.4

of Tech. Spec.

2 Nos

11.5 Pressure Switch as per the Clause No.: 11.5 of

Tech. Spec. 2 Nos

12.0

Supply of Demineralized water having

conductivity levels

less than 1μS/cm as per the Clause No.: 12.0 of

Tech. Spec.

2500 ltrs

Total

Add: Taxes (Please specify rate and amount of

applicable taxes)

GRAND TOTAL

TATA INSTITUTE OF FUNDAMENTAL RESEARCH Autonomous Institution of the Department of Atomic Energy, Government of India (A Deemed

University)

HOMI BHABHA ROAD, COLABA, MUMBAI – 400 005 (PURCHASE SECTION) Instructions to Bidder

1. PART “A” (Technical Bid) consisting of Technical Bid & Commercial

Terms and PART “B” (Price Bid) consisting of only Price shall be

submitted in separate sealed envelopes duly super scribed with the tender

enquiry number, and the due date in bold letters, addressed to the Admn.

Officer (Purchase), Tata Institute of Fundamental Research, Homi Bhabha

Road, Colaba, Mumbai – 400 005. The envelopes should be clearly marked

on top as either PART “I” or PART “II”. The two sealed covers should be

further put in a master cover super scribed with the Tender Enquiry No.,

Due Date in bold letters, addressed to the Admn. Officer (Purchase), Tata

Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai –

400 005. The sealed master envelop has to be delivered by hand/courier at

the security Gate Officer of TIFR on or before 14.00 hrs on the due date

specified. The technical bid will be opened in the presence of attending

tenderers at 15.00 hrs on the due date at Purchase Section, TIFR Mumbai.

Tenders submitted after 14.00 hrs. on due date will not be considered.

2. In case the PART „A‟ and Part „B‟ bids are not sealed in separate

envelopes the tender will be rejected.

3. The technical bid should not contain any indication of the price.

4. After scrutiny of Technical Bids, Price bids of only those bidders who are

shortlisted on technical basis will be opened at on later date. The opening

date, time and venue will be intimated to the technically successful bidder.

5. Bidders who have not accepted the job/order awarded to them or

withdrawn from the tender process OR whose EMD/Security deposit

has been forfeited in the past their bids will not be considered and

treated as ineligible / disqualified.

6. After downloading the documents please inform your company details such

as name, address, telephone nos., contact person an d email address etc.

by email to us. ([email protected], [email protected], [email protected],

[email protected]) to enable us to inform prospective bidder for any

corrigendum/changes if any; in the Tender document before due date.

7. Quotation must be valid for a period of 90 days from the due date.

8. Tenders containing correction, overwriting will not be considered. Late or

delayed/Unsolicited quotations/offers shall not be considered at all. These

will be returned to the firms as it is. Post tender revisions/corrections shall

also not be considered.

9. Tenderer should sign on all the pages of the technical bid and the price bid.

10. In case of any interpretational issues in this tender, the

interpretational decision of the TIFR shall be Final & binding on the bidder.

11. TIFR reserve the right to ask for or to provide any clarification,

changes after the release of this tender.

12. Tenders who do not comply with any of the conditions are liable to be

rejected.

13. The Institute shall be under no obligation to accept the lowest or any

other tender received in response to this tender notice and shall be entitled

to reject any tender without assigning any reason whatsoever.

14. TIFR reserves the right to place the order for part/reduced quantity

than what is specified in the tender

15. The delivery period should be specifically stated and earlier delivery may

be preferred.

16. Successful bidders will have to deposit Security money @ ie.10 % of the

contract value in the form of Bank Guarantee valid for a period of 60

days beyond the date of contractual obligations. Security amount will be

forfeited if the Firm /Supplier fail to perform any of the terms &

conditions of our Tender enquiry/ document.

17. The Supplier shall arrange to deliver the ordered materials within the mutually agreed delivery period mentioned in the order unless extended with / without penalty.

A) In case of delay in supply on the part of the supplier, a penalty @ 0.5% per week of order value will be charged for delayed period subject to maximum of 10% of order value.

B) The same rate of penalty shall be applicable for late installation of the equipment / instrument also.

18. Our standard Payment terms are as follows: The payment will be made only after delivery of the supply, satisfactory

installation, commissioning and performance of the item/equipment at

TIFR Mumbai and after certification by our technical expert/ Authorized

officer.

19. No Advance payment will be made to any local supplier except in case of

furnishing valid Bank Guarantee from any nationalized / scheduled bank and the B.G. shall be valid till the complete delivery is made at the site.

20. COMMENCEMENT OF WARRANTY PERIOD: The warranty period of an

item shall commence from the date of receipt of the item in good working condition and satisfactory installation/commissioning/demonstration at the project site. The warranty period and validity of Performance

Guarantee shall be extended for the period of delay in satisfactory installation and delay in warranty services

21. Specifications are basic essence of the product. It must be ensured that

the offers must be strictly as per our specifications. At the same time it

must be kept in mind that merely copying our specifications in the

quotation shall not make the parties eligible for consideration of the

quotation. A quotation has to be supported with the printed technical

leaflet/literature of the quoted model of the item by the quoting

party/manufacturer.

22. Pre bid meeting is scheduled in Madurai on 21.08.2017 at 10.30 am.

Bidder may visit for the pre-bid meeting and see the site/location.

23. Delivery place: Inter-Institutional Centre for High Energy Physics

(IICHEP), VRS Complex, Adapalanchi Main Road, ( Opposite to Madurai Kamraj University ), Palkalai Nagar, Madurai, 625021.

ADMINISTRATIVE OFFICER

(PURCHASE SECTION)

TIFR, MUMBAI