Tata Institute of Fundamental Research, Mumbai ...web.tifr.res.in/noticesdocs/AHUSPECNEW.RRS.doc ·...

280
TATA INSTITUTE OF FUNDAMENTAL RESEARCH Homi Bhabha Road, Colaba, Mumbai 400 005. A DEEMED UNIVERSITY www.tifr.res.in . Tel. : 22782316, Fax No. : 22804566 / 22804610 / 22804611 E-mail : [email protected] [email protected] Public Tender No. : TFR / PD / CA8 – 341 / PUB Due Date : 06 / 02 / 2009 Cost of Tender : Rs. 500 / - --------------------------------------------------------- ---------------------------------------------- Description of Materials “Air Handling Units supply, installation, testing & commissioning of new Single Skin AHUs along with associated ducting, insulation, piping , valves etc. including all allied works as specified in the Tender Document. … 01 Job. --------------------------------------------------------- ---------------------------------------------- Estimated Cost of work Rs. : 30,00,000/- Closing time and date : 13.00 Hours on 06.02.2009 Tender will be open at : 14.00 Hours on 06.02.2009 Tender to be submitted within the due date and time.

Transcript of Tata Institute of Fundamental Research, Mumbai ...web.tifr.res.in/noticesdocs/AHUSPECNEW.RRS.doc ·...

SPECIFICATION FOR AIR HANDLING UNITS

TATA INSTITUTE OF FUNDAMENTAL RESEARCH

Homi Bhabha Road, Colaba, Mumbai 400 005.

A DEEMED UNIVERSITY

www.tifr.res.in.

Tel. : 22782316, Fax No. : 22804566 / 22804610 / 22804611

E-mail : [email protected]

[email protected]

Public Tender No. : TFR / PD / CA8 – 341 / PUB

Due Date

: 06 / 02 / 2009

Cost of Tender : Rs. 500 / -

-------------------------------------------------------------------------------------------------------

Description of Materials

“Air Handling Units supply, installation, testing & commissioning of new Single Skin AHUs along with associated ducting, insulation, piping , valves etc. including all allied works as specified in the Tender Document. … 01 Job.

-------------------------------------------------------------------------------------------------------

Estimated Cost of work Rs. : 30,00,000/-

Closing time and date :13.00 Hours on 06.02.2009

Tender will be open at :14.00 Hours on 06.02.2009

Tender to be submitted within the due date and time.

Please see attached sheet for conditions of tender.

P. S. MURTHY

Purchase Officer

TATA INSTITUTE OF FUNDAMENTAL RESEARCH

Homi Bhabha Road, Colaba, Mumbai 400 005.

TERMS AND CONDITIONS

1. Quotation must be submitted giving complete details: in particular, the offers should clearly specify applicable taxes, make offered, warranty / guarantee terms, delivery charges, if the price quoted is ex-works / ex-godown / ex-shop.

2. Tender Forms can be obtained from the Purchase Section on payment of the tender fees ( non-refundable) of Rs. 500/- for each tender by Cash/Deamnd Draft in favour of Tata Institute of Fundamental Research, Mumbai, to the Cashier, Accounts Department, on any working day between 11.00 a.m. to 12.30 p.m. and 1.00 p.m. to 3.00 p.m.

3. The firm who wishes to download the specifications, terms and conditions may do so. While submitting the quotation, a DD of Rs. 500/- for each tender drawn in favour of Tata Institute of Fundamental Research, Mumbai may please be enclosed along with Technical Bid only.

4. Quotations must be valid for a period of 90 days from the date of opening of the tender.

5. Tenders shall be submitted in sealed envelope duly superscribed with the Technical Bid Tender enquiry Number and the Due date addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai 400 005 and delivered at the Security Gate Office before 1300 hrs on the due date specified. Tender will be opened in the presence of attending tenderers on the due date at 1400 hrs. on the same day.

6. Tender Document/Form is not transferable. Only the party who has purchased the tender shall be entitled to quote.

7. Tenders containing corrections, overwriting will not be considered.

8. Tenders which do not comply with the above conditions are liable to be rejected.

9. If equipment offered is to be imported, arrangements for import will be made by us.

10. After Scrutiny of technical bids, Commercial Bid will be invited only from the short listed

Venders.

11. 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.

12. We reserve the right to place the order for part/reduced quantity than what is specified in the tender.

PURCHASE OFFICER

TATA INSTITUTE OF FUNDAMENTAL RESEARCH

Technical Services

TENDER DOCUMENT

Replacement of very old Air Handling Units with Supply, Installation, Testing & Commissioning of New

Single Skin AHUs along with associated ducting, insulation, piping, valves etc. at TIFR, Colaba, Mumbai

CONDITIONS OF TENDER

1. Quotations must be submitted in duplicate giving complete details; in particular, the offers should clearly specify applicable taxes, make, offered, warranty/guarantee terms, delivery period and delivery charges, if the price is ex-works/ex-Godown/ex-shop.

2. Quotation should be valid for a period of 120 days from the date of opening of the tender.

3. Tenders in sealed envelopes duly superscribed with the Tender No. and due date, shall be addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005.

4. Tenders will be opened in the presence of attending tenderers on the date and time specified in the enquiry; in the event the due date declared is a holiday, the tender will be opened on the following working day.

5. This tender documents/form is not transferable.

6. Tenders containing erasures or alterations will not be considered.

7. Tenders which do not comply with the above conditions are liable to be rejected.

8. The Institute will not defray any expenses whatsoever incurred by the Bidders for the preparation of bids.

9.In case Bidder finds discrepancies or omissions from the specifications or other documents or has any doubt as to their meaning, he shall at once request in writing to the Purchase Officer, TIFR, who will for interpretation/clarification issue interpretation and clarifications as he may consider necessary in writing as an addendum. Copies of such addenda, if issued, shall be signed by the Bidder and shall form a part of his bid. Verbal clarifications given shall not be binding on the Institute.

10. Before submitting the bids, the Bidders shall make themselves fully conversant with the technical specifications and other documents as attached so that no ambiguity arises at a later date in this respect.

11. The owner reserves the right to postpone the date of submission and opening of bids.

12.The bidders shall quote in English their rates/prices both in figures, as well as in words against each item of the work as detailed in the enclosed Schedule of Quantities. In the event of any discrepancy between the quoted rates/prices in words and that quoted in figures, the rates/prices quoted in words shall govern.

13.The bidders must return the complete set of bid document. Each page of the bid document must be signed and dated by the bidder. Any bid not so signed and dated is likely to be rejected. All writing shall be in ink only. Any corrections in the entries in the Schedule of Quantities of this bid document, shall be initialed and dated by the bidder before submission of the bid. No parts of the bid document shall be altered, overwritten or amended by the Bidder

14.The Institute shall be under no obligation to accept the lowest or any tender received in response to this tender notice and shall be entitled to reject any tender without assigning any reason whatsoever.

GENERAL CONDITIONS OF CONTRACT

1.0 Definition of Terms :

1.1. In construing these general conditions and the specifications the following works shall have the meanings herein assigned to them unless there is something in the subject or context inconsistent with such works.

1.2 The term `Contractor’/`Supplier’/`Bidder’/`Vender’ shall mean the Tenderer whose tender has been accepted by the Owner and shall include the Tenderer’s heirs, successors and assignees approved by the Purchaser:

1.3 The `Purchaser’ shall mean Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005 and shall include the Purchaser’s heirs, successors and assignees.

1.4 The term `Sub-Contractor’ shall mean the firm or persons named in the contract for any part of the work or any person to whom any part of the work has been sublet with the consent in writing of the Engineer-In-Charge and shall include his heirs, successors and assignees approved by the Purchaser.

1.5 The Term `Inspector’ shall mean any person appointed by/or on behalf of the Purchaser to inspect supplies, stores or work under the contract or any person deputed by the Inspector for the purpose.

1.6 The term `Particulars’ shall mean, the following :

a) Specifications

b) Drawing

c) Sealed Pattern denoting a pattern sealed and signed by the Inspector.

d) Proprietary make denoting the produce of an individual firm.

e) Any other details governing the construction, manufacture and/or supply as existing for the contract.

1.7 The term `Engineer’ shall mean Engineer, Central Services, Tata Institute of Fundamental Research, Colaba, Mumbai or some other person for the time being or from time to time duly appointed in writing by the Owner to act as Engineer for the purpose of the Contract or in default of such appointment the Purchaser.

1.8 The term `Specification’ shall mean the specifications annexed to or issued with these Conditions of Contract.

1.9 The term `Site’ shall mean the place or places at which the Equipment is to be delivered or work done by the Contractor shall include where applicable the lands and buildings upon or in which the works are to be executed and shall also include the place or places at which fabrication and other work is being carried out by the Contractor.

1.10 `Electrical Equipment’, `Stores’, `Work’ or `Works’ shall mean and include equipment and materials to be provided and work to be done by the Contractor under the Contract.

1.11 The `Contract’ shall mean acceptance of the work order placed on contractor/supplier under section (2) of these conditions and shall include these conditions of Contract, Specifications, Schedule, Drawing, Letter of Intent of the Purchaser and any subsequent amendments mutually agreed upon.

1.12 `Tests on Completion’ shall mean such tests are prescribed by the specifications or have been mutually agreed to between the Contractor/Supplier and the Purchaser to be made before the equipment is taken over by the Purchaser.

1.13 `Writing’ shall include any manuscript, typewritten or printed statement under or over signature or seal as the case may be. Words importing `person’ shall include firms, companies, corporations and association of individuals whether incorporate or not.

1.14 Words importing singular shall also include plural and vice versa where context requires.

2.0 Contract:

2.1 Contractor/Supplier should send their acceptance letter on receipt of `Letter of Intent’ or work order within stipulated period. On expiry of said period or exorbitant delay in commencing or executing the work, the Purchaser shall not be liable to any claim from the Contractor/ Supplier for work entrusted to and may revoke the contract.

3.0 Work at Site:

3.1 The contractor should ensure that his people follow safe practices at work.

3.2 Access to the works shall be allowed only to the Contractor/Supplier, Sub-Contractors or his duly appointed representatives. The Contractor/ Supplier shall not object to the execution of work by other contractors or tradesman and shall afford them every facility for execution of their several works simultaneously with his own.

3.3 Work at the Purchaser’s premises shall be carried out at such time as the Purchaser may approve but the Purchaser shall give the Contractor/ Supplier all reasonable facilities for the same. The Contractor/Supplier shall provide sufficient fencing, notice boards etc. to guard the works and warn the public.

3.4 The Contractor shall obey Central, local and State regulations and enactment pertaining to workmen and labour and the Engineer shall have the right to enquire into and decide all complaints on such matters.

4.0 Delays:

4.1 The Contractor shall not be entitled to any compensation for any loss suffered by him on account of delays in commencing or executing the work, whatever the cause for such delays may be, including delays in procuring Government controlled or other materials and delay in obtaining instructions and decisions from Engineer-In-Charge. The Contractor shall, however, merit extension of time as hereinafter mentioned.

5.0Taking Over:

The equipment when erected at site shall be deemed to have been taken over by the Purchaser when the Engineer will have certified in writing that the equipment has fulfilled the contract conditions.

6.0 Extension of Time:

6.1 If the Contractor is delayed in the progress of work by changes ordered in the work, or by any cause, which the Engineer shall decide to justify the delay, then the time of completion shall be extended by a reasonable time. No such extension shall be allowed unless requests for extension are made in writing by the Contractor/Supplier to the Engineer within 15 days from the date of occurrence of the delay.

7.0 Other Damages:

7.1 The Contractor/Supplier shall be responsible for all injury to persons, animals or things and for all damage to the works, structure of, and decorative work in the property which may arise from operation or neglect of himself or any of his Sub-Contractor or of his or Sub-Contractor’s employees, whether such injury or damage may arise from carelessness, accident or any other cause whatever in any way connected with the carrying out of this contract. This clause shall be held to include any damage to buildings, whether immediately adjacent or otherwise, any damage to roads, streets, foot paths, as well as all damage caused to the works forming the subject of this contract by frost or other inclemency of weather. The Contractor/Supplier shall indemnify the Purchaser and hold him harmless in respect of all and any expenses or property as aforesaid and also in respect of any claim made in respect of injury or damage under any acts of Government or otherwise and also in respect of any award of compensation or damages consequent upon such claim.

7.2 The Contractor/Supplier shall reinstate all damage of every sort mentioned in this clause, so as to deliver up the whole of the contract works complete and perfect in every respect and so as to make good or otherwise satisfy all claims for damage to the property of third parties.

7.3The Contractor/Supplier shall indemnify the Purchaser against all claims which may be made against the Purchaser, by any member of the public or other party, in respect of anything which may arise in respect of the works or in consequence thereof and shall, at his own expense, effect and maintain, until the work has been ‘taken over’.

7.4The Contractor/Supplier shall also indemnify the Purchaser against all claims which may be made upon the Purchaser whether under the Workmen’s Compensation Act or any other statute in force during the currency of this contract or at common law in respect of any employee of the Contractor/Supplier or of any of his sub-contractor and shall at his own expense effect and maintain until the work has been `Taken Over’, with an approved office.

7.5 The Purchaser, with the concurrence of the Engineer, shall be at liberty and is hereby empowered to deduct the amount of any damages compensation costs, charges and expenses arising or accruing from or in respect of any such claims or damages from any sums due to or become due to the Contractor/Supplier.

GENERAL INFORMATION TO BIDDERS

1.On behalf of Tata Institute of Fundamental Research (hereinafter referred to as the Institute) bids are invited for design, supply, installation, testing & commissioning of Air- Conditioning system for INO Laboratory with associated ducting, Insulation, refrigerant piping, cabling etc at TIFR on Homi Bhabha Road, Navy Nagar, Colaba, Mumbai-400 005.

2. The Air-conditioning system shall be installed in stand alone Laboratory building. The Laboratory building is situated near the Animal House. It is only a ground floor structure.

3. It is important that the bidder must satisfy himself before quoting that the space provided is adequate for installation of his plant along with all equipments and accessories as no extra space can be provided. The tenderers must visit the site and take the actual measurement before quoting. The bidders shall furnish a fully dimensioned layout for his Package unit, with all equipment and accessories along with quotation.

4. Bidder shall furnish the data called for in data sheets and the schedules in the standard Proforma to facilitate correct evaluation of his bid in a most expeditious manner. It is in the interest of the bidder to submit the bid in above manner with complete technical details, failing which it is likely that his bid may not be considered.

5. Bidder shall be deemed to have carefully examined the specification in its complete form and to have fully informed and satisfied himself as to the details, nature, character and quantities of the work to be carried out, site conditions, and other pertinent matters and details.

6.It is the intent of the owner/purchaser to incorporate these specification documents in the final contract order for the supply of material, equipment and services. Bidders are required to review these documents and clearly state in their proposals the acceptance of the same. Exceptions, if any shall be clearly stipulated in appropriate bidding schedule. The final contract between purchaser and vendor shall be subjected to such changes, if any, mutually agreed upon by purchaser and vendor and included in the main text of the contract/order.

7.Bidder shall clearly specify all the deviations with respect to this specification in the appropriate schedule.

8.SCHEDULE OF QUANTITIES TO BE FURNISHED BY VENDORS

8.1All equipments mentioned in the enclosure should conform to the respective technical specifications. Only main items of the tender have been brought out specifically in this schedule, however all accessories as per specification or otherwise should be furnished at the time of quotation with cost of individual item.

8.2Tenderers are required to fill in unit rates for all the items mentioned in the enclosure and any additional items quoted by them in the Financial Bid. In absence of the unit rates, the offer may be considered as invalid.

8.3All the equipments supplied shall be as per the ‘List of Approved Make’ attached .

9.ITEMS TO BE FURNISHED BY THE PURCHASER:

9.1Following shall be furnished by the purchaser:

9.1.1Building, foundations and trenches.

9.1.2Water and power for testing and commissioning.

10.SERVICES SUPPLIED BY PURCHASER DURING ERECTION:

The purchaser will provide for the contractor following services during the performance of work.

10.1Temporary electric power at 415 V, 3 ph., 50 Hz at one point only which will be within 50 M of location of works free of cost. Water shall be provided free of cost for testing and commissioning.

10.2The contractor shall make his own arrangement for supply, erection and dismantling on completion of works of his temporary distribution system, distribution panels and other equipments he may require to take the power from the purchaser's supply points.

10.3The contractor's temporary distribution system shall be subjected in every respect to the approval of the purchaser and shall be arranged so as to avoid any interference with other operations on the site.

10.4The purchaser will not hold himself responsible for the consequences of any interruptions to the continuity of the power supply or power system voltage and frequency fluctuations.

10.5The electric power shall not be used for heating purposes.

10.6Electrical power made available to the contractor, during testing and commissioning for the refrigeration unit is free of charge.

10.7There is no EOT crane or mono rail to assist in erection work. Tenderer should provide suitable derricks & tripods for lifting heavy load.

11.SERVICE SUPPORT, SPARES & TOOLS:

11.1The bidder shall provide in detail the Service Support Set-up in Mumbai of the manufacturer or himself and lead time for replacement of faulty parts and for providing technical service. The entire system will be on comprehensive AMC with the supplier after the expiration of the guarantee period.

11.2The tenderer shall furnish complete set of tools & wrenches for making adjustments, repairs & preventive maintenance including those required for erection.

12COMPLETION DRAWINGS (FINAL DRGS) & MANUALS:

12.1The contractor shall submit tracings in original with five prints of all installation drawings based on which equipments are installed & commissioned.

12.2Contractor shall supply the following literature in four sets:

a.Start-up, operation and maintenance instructions of Air-conditioning unit and its parts.

b.Installation instructions.

c.Field wiring diagrams.

d.Operation and Maintenance Manual of electrical parts used in the same.

.

INSTRUCTIONS TO BIDDERS & SPECIFIC

NON-TECHNICAL REQUIREMENTS

1.The details in respect of Earnest Money, Security Deposit

a)Earnest Money Deposit:

Bidder must deposit Rs. 60,000/- towards EMD along with the tender failing which tender will be rejected. EMD will be accepted in the form of Bank Draft only favouring Registrar, TIFR, Mumbai.

b)Security Deposit:

5% (i.e. five percent) of the gross value of the work will be deducted from the Contractor’s bill towards Security Deposit.

c)Refund of Security Deposit:

The Security Deposit (5%) will be refunded to the contractor after the expiry of defect liability period.

d)Defect Liability Period:

12 (twelve) calendar months from the date of Institute’s satisfactory completion certificate will be taken as defect liability period.

e)Bidders other than successful bidder will be refunded the EMD submitted by them within 12 months from the date of opening of the tender and no interest shall be paid against the said deposit.

f)In case the successful bidder fails to undertake the said work, his EMD amount will be forfeited.

g)The EMD paid shall be part of Security Deposit, i.e. 5% of the Contract value which will be refunded after expiry of Defects Liability period.

2.No interest will be payable on the deductions towards Security Deposit/ Earnest Money.

3.The Bidder shall submit the copy of their PAN card.

4.Prices and rates quoted shall include cost of all materials, labour, plant, equipment, temporary work, tools, setting out, supervision, transport, taxes, royalties, octroi and any local tax or levy payable on all transactions, insurance and everything necessary for due performance of work under this contract.

5.Prices and unit rates shall be valid even if the contract is split.

6.Contract should be fixed rate contract. No escalation in prices of the materials during the currency of the contract is permitted. However any statutory variations like change in excise duty, taxes etc. if levied after award of the work shall be paid on production of proof of such changes. .

7.a)Site Visit:

The bidders may like to visit the work site before submitting their bids to get conversant with site conditions, which may affect the work.

b)Location of Site:

Tata Institute of Fundamental Research

Navy Nagar, Colaba, Mumbai-400 005

8.The work should be completed within 6 months from the date of issue of Purchase Order.

9.Work shall commence at site within 2 months from the date of issue of letter of Purchase Order.

10.The Contractor should plan and give his daily program for execution of work in advance so that no disturbance is created in the routine working of the Institute.

11.Turnover Tax/Works Contract Tax:

Turnover tax applicable to this contract shall be mentioned clearly and included by the bidder in his bid. No claim shall be entertained by the owner thereafter.

12. Date of Taking Over:

Site shall be deemed to have been taken over by owner when Engineer In-Charge certifies the completion of work in all respect as per tender conditions and specification.

13.Income Tax as per the prevailing rates will be deducted from the progressive bills.

14.The contractor shall not without the consent in writing of the Owner assign or sublet the contract.

15.No labour below the age of 18 years shall be employed at site.

16.Contractor shall be liable to pay workman compensation to his labour as per prevailing rules for any accident occurring at our site.

17.The contractor shall pay wages to his workmen as per the Statutory Minimum Wages Act.

18.The Contractor shall provide all risk insurance for his men, material and machines and absolve us of all risk and liabilities whatsoever pertaining to his men, material and machines.

19.The Contractor will arrange for photo passes of his personnel and get the same endorsed by our Establishment/Security Department before beginning the work.

20.The Contractor will ensure that his workmen follow safe practices at Work.

21.The Contractor will work from 8.00 a.m. to 6.00 p.m.

22.No labour camp etc. will be allowed to be put up inside or in the vicinity of the Institute.

23Any dispute arising from this contract will be referred to two arbitrators one to be appointed by you and one by us. The two arbitrators, in the event of their disagreement will appoint an Umpire. The decision of the Umpire shall be final and binding. The arbitration will proceed as per Indian Arbitration Act, 1940, as amended up to date.

24.The contractor should ensure that his engineer/supervisor is present at site throughout the progress of works till completion.

25. Terms of Payment:

Payment of pipe lines shall be made as per unit length i.e. per running mtr./feet.

25.1.1 Unless otherwise agreed to in writing between the Purchaser and the Contractor/Supplier, payment for the delivery of the equipment approved by the Inspector will be made as follows:

a) 70% of the Contract value against delivery, prorata of the value

of goods delivered and after checking the same at site.

b) 15% on completion of erection.

c) 10% on commissioning and final inspection and testing at site.

d) 5% against PBG valid for 12 months from the date of handing over or after expiry of the Defect Liability period as stated in Clause 1d) page 11.

26. The bidder should submit technical data sheet, drawings, any other technical detailed asked for in the tender with Part II i.e. Technical Bid of the Tender.

27. The schedule of quantities and rates shall be read in conjunction with the specification, tender drawings, other tender documents, relevant IS Codes, Engineering hand books, etc. the Contractor shall not rely merely on the description given in the Schedule of Quantities.

28. The quantities mentioned in “Bill of Quantities” are estimated quantities. However the payment shall be made as per actual quantities measured at site, after completion of work.

29. Contractor will be fully responsible for lifting, shifting and handling Institute’s properties such as any articles and materials lying nearby to proper place as instructed by Site In-Charge.

30. All the materials used shall be used only after approval and tests of the Engineer-In-Charge as per specifications.

31. All the debris shall be removed by the Contractor at his cost to any nearest BMC approved dumping yard.

32. Storage and custody of material, till the time of handing over to TIFR, shall be the responsibility of contractor.

33. The contractor after award of work, should submit detailed schedules showing program and order in which contractor proposes to carryout the work with dates and estimated completion time for various parts of work. This should be submitted in the form of Bar-chart.

34. The Engineer can instruct the contractor to make any alteration, omission, or variation in work. The difference in cost due to instruction shall be added or deducted from contract price as the case may be in accordance with the rate applicable in the contract.

35. DEVIATION FROM THE SPECIFICATIONS:

The Contractor must tender for the equipment as herein specified but may submit alternate proposals for modifications to details where such modifications offer technical advantages and will make cost savings to the owner. The basis and details of calculations of operating cost and the net expected final saving shall be indicated wherever such a claim is made. The acceptances or otherwise of alternate proposal/deviations/ modifications etc. will be decided solely by the owner.

36. Inspection of Material & Equipment:

Supplier shall arrange for inspection/testing of AHUs at his works. TIFR will have liberty to inspect/test the parts of AHUs during the manufacturing/assembly. No charges will be paid extra towards inspection/testing. The bidder shall make necessary arrangements for travel, boarding & lodging for 3 engineers of TIFR deputed for inspection & testing of the AHUs at manufacturer’s premises.

BASIS OF DESIGN & SCOPE OF WORK

1.1Design Parameters for selection of air handling unit & its components shall be:

Maximum face velocity across prefilter-400 – 450 Ft./Min.

Maximum face velocity across coils-450 – 500 Ft./Min.

Maximum fan outlet velocity

-1600 Ft./Min.

Maximum fan speed

-800 RPM

Maximum fan motor speed

-1500 RPM

1.1 Piping shall be sized for the following design parameter

Maximum flow velocity

-8 Ft./Sec.

= 2.5 Mtrs./Sec.

Maximum friction

-5 Ft. per 100 Ft. run

1.3Design parameters for duct design shall be

Max. flow velocity [S.A. Duct]

-1200 Ft./min.

= 365 Mtr./min.

Max. flow velocity [R.A. Duct]

-800 Ft./min.

= 240 Mtrs./min.

Max. friction drop

-0.1” WG/100 Ft. run

= 1 cm WG/100 M run

Max. velocity at supply air diffusers-500 Ft./Min.

= 150-200 Mt./Min.

2.0The proposed new AHUs will be put after replacing the old AHUs, which are in running position. The contractor shall have to carry out the work in short span of time (during shut down), preferably during weekends including Sunday. The contractors need to work day and night to ensure minimum disturbance to users.

3.0The contractor should inspect the site before quoting and ascertain for himself the nature, character and extent of work to be executed and should include all items and services necessary, whether specially mentioned or not in the specifications, scope etc. to meet with the intent and purpose of these specification.

4.0After award of work contractor should submit the GA drawing as well as data sheet of AHU, parts etc. for engineer’s approval. He shall start the manufacturing only after the approval.

5.0 All AHUs with the motor above 5 HP should use the flat type belt for transmission of power (“Habasit-Iakoka” make flat belt only). Below 5 HP motor, a regular V-type belt of Fenner make should be provided.

6.0 The static pressure & air flow rate mentioned in the tender are maximum for the purpose of designing the components. However it is contractor’s responsibility to prove the airflow rate at the time of commissioning. He can use V belt pulley at initial stage and later on replace with flat belt once system stabilizes.

7.0 During the replacement of AHU contractor shall cut/modify the existing header/coil connection as per the new requirement. The new piping shall be paid on RMT basis as per the tender rate. Similarly ducting connection includes cutting/modifying the existing ducting including making new plenum, if necessary. The new ducting shall be paid on Sqft basis as per tender rate.

8.0 The manufacturer of AHU should have the single space for assembly & testing of AHU preferably at his work, where different section of AHU like casing, coil etc. manufactured.

9.0 Supplier shall arrange for inspection/testing of AHU at his works. TIFR will have liberty to inspect/test the parts of AHU during the manufacturing/assembly of AHU. No charges will be paid extra towards inspection/testing. The bidder shall make necessary arrangements for travel, boarding & lodging for 3 engineers of TIFR deputed for inspection & testing of the AHUs at manufacturer’s premises.

10.0 Ceiling suspended type AHU should have intermediate anti vibration device to stop transmission of vibration to ceiling.

11.0 There are various sizes of insulated piping in the institute on which the layers of sand cement plaster required. Bidder should quote his rate of sand cement plaster of various sizes as per item no. 16 of BOQ.

12.0 Spare Motor with pulley shall be provided on extended shaft for Two AHUs (23500 CFM & 9000 CFM Catering to Pelletron Building)

13.0 Power supply shall be given by TIFR at AHU motor as per requirement but the termination at motor end (With Copper Lugs) shall be in the scope of contractor.

14.0 Out of eight AHUs, 4 AHUs of Pelletron block, one AHU for `C’ Block Mezzanine & one AHU (ceiling suspended) of Pent House are to be replaced on one to one basis, whereas the remaining two AHUs capacity have been changed. It is the responsibility of successful bidder to prove the capacity of each AHU. Mere quoting on the basis of tender will not absolve the successful bidder from proving the capacity of AHUs.

15.0All welding must conform to the requirements of applicable IS standards. All welding procedures and details shall be subject to the approval of Engineer In-Charge. All necessary arrangements for working at heights above the floor level like scaffolding, rope etc. shall be arranged by the Contractor. All materials, equipments, tools & tackle, shifting and lifting arrangement and other necessary items required to carry out the work shall be arranged by the Contractor. All other necessary equipments, arrangements like welding machine, gas cutter, welding rods, drill bits, drilling machine, grinder, gas cylinders for gas cutting etc. shall be arranged by the Contractor. Electricity & water needed for carrying out the work shall be provided free of cost by TIFR.

16.0The Contractor shall make arrangements to store his tools, equipments etc. in his own tool box having proper locking arrangements. Material required for carrying out the work such as flanges, nuts and bolts, rubber gasket, pipes etc. shall be provided by the Contractor. All the above material shall be of high standards and subjected to the approval of the Engineer In-Charge.

17.0The work shall be carried out with least disturbance to the users. The shut down if any required for carrying out the works shall be minimum and advance intimation to be given. Shut down periods will be intimated for the work to be taken up after obtaining the necessary approval form the Users.

18.0The Contractor shall inspect the site and ascertain for himself the nature and extent of work to be executed and shall include all the items and services necessary whether specifically mentioned or not in the tender specification, drawing, so as to meet the intent and purpose of this specification.

TECHNICAL SPECIFICATIONS

1.SCOPE :

The scope of this section comprises the supply, installation, testing and commissioning of single skin air handling units of the size and capacity set forth in the Schedule of Equipment.

2.0 CABINET TYPE:

2.1The unit shall be of sectionalized construction consisting of Fan section, coil section, Filter section and drain pan.

2.2Metallic casing shall be fabricated from 16 Gauge galvanized sheet steel ribbed and reinforced for structural strength and rigidity. 16 Gauge hot section channels shall be used for reinforcing .It shall be sectionalized construction with proper sealing at the joints to make the joints air tight. Fan section and panels with bearing supports shall be reinforced with heavy gauge channels. For AHUs supported on floor, leg packages shall be provided for attachment to the Fan and Filter sections, raising the height by 350mm. All edges shall be formed inter locking to stiffen and support the weight and shall be secured with galvanized nuts and bolts.

2.3Fan impeller shall be of forward curved blade centrifugal type. Impeller shall be of double width double inlet type. Two or three wheels shall be provided for each AHU. Blower section (includes Scroll, impeller blades, etc.) shall be fabricated from 16 gauge galvanized sheet steel. Fan housing shall be made of die formed side sheets with stream lined inlet and guide vanes to ensure smooth air flow into the fans. Fan shaft shall be of solid cold rolled carbon steel, ground and polished. The whole assembly shall be statically and dynamically balanced for smooth operation.

Fan shaft bearing shall be of heavy-duty type selected for an average operating life of 100,000 hours. Bearing shall be self-aligning type. They

shall be permanently lubricated. Bearing housing shall be fabricated from malleable iron and suitably supported from outside.

Fan motor shall be mounted on an adjustable sound isolating base located on the top surface above the AHU.

2.4Cooling Coils shall be of the fin and tube having Aluminum fins firmly bonded to Copper tube (Seamless solid drain). Capacity of the coil shall be as required under the Schedule of Equipment. Velocity of air across coil face shall not exceed 500 CFM. Tube shall be of 5/8” O.D. and with 10-12 fins per inch. Coils shall be tested at 300 psig Nitrogen pressure in presence of our engineers. Shut off valve (Butterfly type) at the inlet and outlet of coil to be provided. Proper purging and drain arrangement to be made on header of coil. Copper tube gauge

thickness shall not be less than 20 SWG. Aluminum fins gauge shall not be less than 32 G. Fin punching profile must follow full length air of contact with tube and must be turned at edges to increase rigidity and contact.

Drain pan shall be constructed of 18 G stainless steel with sandwich type insulation in-between bottom plates. Necessary support shall be provided to slide the coil in the drain pan. Outlet shall be provided on both the side of drain pan. An extension drip pan shall be provided at proper location outside the casing to catch all drip from external coil connections and valves.

End panel of the coil section casing shall be removable for withdraw of the coil and shall be provided with opening for coil connections.

2.5Filters shall be cleanable viscous metal AL box type and shall be 50 mm thick. The filter shall be hold with stiffeners in-between made out of hollow SS material.

2.6 Suitable, easily openable service door (for Internal Maintenance) between coil section and fan section to be provided to enable a person to enter inside

2.7Unit shall be thermally and sound insulated as in section “Insulation”

2.8Spring type Anti Vibration Mounting of approved make shall be provided as vibration isolators.

2.9Sheet metal fresh air louvers with frame, damper, etc. shall be provided in the clear opening in masonry made by the owner.

2.10The Unit cost shall be complete with all accessories, including the following:

1] Manual air vents at high point and drain at low point. 2] Water

Thermometers at Inlet & Outlet.3] Pressure gauges with siphon cocks

at Inlet & Outlet. 4) Canvass Connection

3.PERFORMANCE DATA & TESTING:

Air handling units shall be selected for the lowest operating noise level of the equipment for performance rating and power consumption data with operating points(On Fan Curve) clearly indicated shall be submitted with the tenders and verified at the time of testing and commissioning . The following test result shall be furnished during commissioning in the presence of department’s Engineer;

a) Air Side

· Air Flow Rate in CFM or Cub.M per hour

· Static pressure in mm wg

· Entering Dry bulb & Wet bulb temperature

· Leaving Dry bulb & Wet bulb temperature

b) Water Side

· Inlet temperature in degree C

· Outlet temperature in degree C

· Pressure drop in psig

4. PAINTING:

Unit shall be painted with approved type of Epoxy paint (minimum two coats)

5. CODES & STANDARDS FOR AIR HANDLING UNIT:

The design, manufacture and performance of AHU shall comply all currently applicable statutes, regulations and safety codes in the locality where the equipment will be installed. The equipment shall also conform to the requirements of the latest editions of applicable Indian/U.S.A. standards. Nothing in this specification shall be construed to relieve the vendor of this responsibility. In particular the equipment shall conform to the latest editions of the following standards:

a)ANSI 89.1Safety code for mechanical refrigeration.

b)IS:659

Safety code for air-conditioning.

c)IS:660

Safety code for mechanical refrigeration.

d)AHRAEStandard-33 methods of testing for rating forced

Circulation air-cooling and air heating coils.

e)ARI-410Standard for forced circulation air cooling and air

Heating coils.

G.I. insulated condensate drain piping with drain valve, upto sump or floor drain within the air handling unit room. The drain shall be provided with proper ‘U’ loop. Only piping and valve shall be measured and paid at unit rate.

6. PERFORMANCE DATA:

Air handling units shall be selected for the lowest operating noise level of the equipment. Fan performance rating and power consumption data with operating points clearly indicated shall be submitted with the tenders and verified at the time of testing and commissioning of AHU.

SHEET METAL WORK

1.0SCOPE:

1.1The scope of this section comprises the supply and installation of all sheet metal ducts.

1.2MATERIAL:

1.2.1Ducts shall be made of galvanized steel sheets. The galvanized steel sheets shall conform to IS 277-1965 with 200gsm Zink coating.

1.2.2 The thickness of sheets shall be as given below:

Dimensions Gauge Gauge Type of Joints Type of Bracings

of ducts G.I. Al

Upto 6002422G.I. Flange at Cross bracings.

2.5 centre

601 to 750242225 x 25 x 3 mm 25 x 25 x 3 mm MS

Angle iron frameangles bracing at 1500

With 6 mm dia.mm from joints

Nuts & bolts

751 to 1000 22 20 25 x 25 x 3 mm 25 x 25 x 3 mm MS

Angle iron frameangles bracing at 1500

With 6 mm dia.mm from joints

Nuts & bolts

1001 to 1500222040 x 40 x 5 mm 40 x 40 x 3 mm MS

Angle iron frameangles bracing at 1500

With 8 mm dia.mm from joints

Nuts & bolts

1501 to 2250201650 x 50 x 3 mm40 x 40 x 3 mm MS

Angle iron to beangle bracing at

Cross braced 1200 mm from joints

diagonally withor 40 x 40 x 3 mm MS

10 mm dia. nutsangle diagonal bracing

and bolts at 125

centre.

2250 & above181450 x 50 x 6 mm50 x 50 x 3 mm MS

Angle iron 10 angle bracing at

mm dia. nuts1200 mm from joints

and bolts at 125or 50 x 50 x 3 mm MS

centre.angle diagonal bracing

HANGERS FOR DUCT:

Duct Size Spacing

Size of MS equal angle Size of rod dia

[mm]

[M]

[mm x mm]

[mm]

Upto 750 2.5

40 x 3

10

751 to 1500 2.0

40 x 3

12

1501 to 2250 2.0

50 x 3

15

2251 to above 2.0

50 x 3

15

All the MS angle, use for duct support & brazing etc, shall be hot dip galvanized

1.3 DAMPERS:

1.3.1All dampers shall be louver dampers of robust construction & tightly fitted. The design, method of handling and control, shall be suitable for the location and service required.

1.3.2 Dampers shall be provided with suitable links, louvers and quadrants as required for their proper operation, control or setting in any desired position. Dampers & their operating devices shall be made robust, easily operable and accessible through suitable access doors in the ducts. Every damper shall have an indicating device clearly showing the damper position at all times.

1.3.3Dampers shall be placed in ducts & on main supply or return air duct for the proper volume control and balancing the system.

1.4GRILLS & DIFFUSERS:

1.4.1All side wall supply air grills shall be similar and equal to Tuttle and Bailey Triflox T 647 double deflection register with approved damper. Supply air grills shall be provided with vertical and horizontal adjustable bars and volume control multi-louver damper that shall be key operated from the front of the grills.

1.4.2All return air grilles shall be similar & equal to Tuttle & Bailey Aerovane 770D grills.

1.5INSTALLATIONS:

1.5.1The duct fabrication & installation shall generally conform to I.S. 655-1963.

1.5.2The contractor shall provide and neatly erect all sheet metal work or as may be required to carry out the intent of these specifications and this shall meet with the approval of the Engineer in all its parts and details.

1.5.3All necessary allowances and provisions shall be made by the contractor for beams, pipes or other obstructions in the building. Where necessary to avoid beams or other structural work or plumbing or other pipes or conduits the ducts shall be transformed, divided or curved to one side, as approved or directed by the Engineer.

1.5.4All metal work in dead or furred down spaces shall be erected in time to cause no delay to other contractors in the building.

1.5.5Ducting over furred ceiling shall be supported from the slab above, or from beams. In no case shall a duct be supported from the ceiling hangers or be permitted to rest on a hung ceiling.

1.5.6If a duct cannot be run as decided, the Contractor shall install the duct between the required point by any path available, subject to the approval of the Engineer.

1.5.7All ducts shall be rigid and shall be adequately supported and braced where required with standing beams, tees or angles of ample size to keep the ducts true to shape and to prevent buckling, vibration or breathing.

1.5.8All joints shall be made tight and all interior surfaces shall be smooth. Bends shall be made with radius not less than ½ the width of the duct or with scientifically designed interior curved vanes, as approved. The vanes shall be so spaced that the aspect ratio of each of the individual elbow formed by the vanes will be about five.

1.5.9All sheet metal connections, partitions & plenums required to confine the flow of air to and through the filters and fans, shall be constructed of 18 G galvanized Iron, thoroughly stiffened with 1” x 1” angle Iron braces and fitted with all necessary doors as required by the Engineer, to give access to all parts of the apparatus. Doors shall be not less than 18” x 20” in size.

1.5.10Where metal ducts or sleeves terminate in wood work, brick or masonry openings, tight joints shall be made by means of closely fitted heavy flanged collars.

1.5.11Air handling units shall be connected to duct work by inserting at air inlet and air outlet a double canvas sleeve. Each sleeve shall be minimum 4” long securely bonded and bolted to duct and units. Each sleeve shall be made smooth and the connecting duct work rigidly held in line with unit inlet or outlet.

1.6INSULATION:

1.0SCOPE:

1.1The scope of this section comprises the supply and application of insulation as herein specified.

2.0COLD INSULATION:

2.1All pipes, ducts & equipments operating at temperature lower than the ambient shall be insulated in the manner specified hereinafter.

2.2The insulating material shall be as follows:

a) Pipes:

Rigid preformed sections of expanded polystyrene of uniform density of 24 Kgs./m3 with a `K’ value of not more than 0.23 B.T.U/ Hr./In/Sq.ft./0F at 500F mean temperature.

2.3 No insulation shall be applied on pipes until the pipes are satisfactorily tested.

Thickness of pipe insulation shall be 50mm.

2.4 Pipe insulation shall be applied as follows:

a)Pipes shall be thoroughly cleaned with wire brush and rendered free from all rust and grease.

b)Two coats of bitumen shall be applied on the cleaned pipe surface.

c)Rigid pipe sections of insulation shall be fixed tightly to the surface taking care to seal all joints and covered with Polythene sheet.

d)24 G x 20 mm mesh wire netting shall be applied, butting all joints and shall be laced down with G.I. wire.

e) Insulated surface shall be finished with two layers of sand cement plaster. Each layer shall be not less than 7 mm thick.

2.5All valves, fittings, strainers etc. in chilled water piping shall be insulated to the same thickness as specified for the main run of piping. Valve 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.

2.6Cabinet air handling units shall be insulated as follows.

Fans & coil section panels shall be internally lined with fire retardant quality 25 mm thick, 24 Kgs./m3 density thermocole slab (with black pigmented neoprene coating).

The insulation should be stuck to the body of AHU without making any hole in the body.

2.7Ducts shall be insulated as follows:

----------------------------------------------------------------------------------------------

Type

Location

Insulation

----------------------------------------------------------------------------------------------

a)Supply duct

unconditioned space50 mm, 24 kg/m3 density

TF quality, thermocole

slab.

b)Supply duct

conditioned space

25 mm, 24 kg/m3 density

TF quality, thermocole

Slab.

c)Return duct orunconditioned space25 mm, 24 kg/m3 density

plenum

TF quality, thermocole

slab.

====================================================

Contractor shall submit the Insulation material test certificate clearly showing density, K value, lot ,etc of material.

2.7 Duct insulation shall be applied as follows:

a)Black bitumen paint shall be applied over the surface after cleaning the ducts.

b) 24 kg/m3 density thermocole slab insulation of specified thickness shall be put by using Bitumen uniformly over Insulation surface.

c) The Thermocol Insulation shall be covered with 40 G AL foil. Al foil should be wrapped on Thermocole uniformly, using Bitumen.

d) The Joints of AL foil shall be overlapped at least 75mm covered with AL tape. Stripping should be done at distance of 1 meter to hold the insulation, wherever required.

e) Wherever necessary and particularly in larger duct, strapping with PVC material should be done after thermocol insulation and before putting AL foil

2.9Acoustic Insulation of Duct:-

The acoustic Insulation shall be done with 48 Kg/cu.m.Density,25mm

thick Resin bonded Fibre Glass.

The duct surface shall be cleaned and hot bitumen applied in patches

and resin bonded glass wool cut to appropriate sizes and stuck to the

duct wall. The insulated face shall be covered with RP tissue papers & perforated AL sheet of 28 Gage thickness having 3mm perforations at 5mm staggered centre and held in position with rivets or galvanized steel bolt with counter sunk heads & 50 x 50 x 2 mm plate washers at not more than 600mm centers.

1.7PIPING

1.0SCOPE:

The scope of this section comprises the supply & laying of all pipes required for this project. On the award of the contract, the tenderer shall prepare his own detailed working drawings.

2.0CHILLED WATER PIPING:

2.1All chilled water piping and fittings shall be of M.S. Class `C’ (heavy class) of TATA/Jindal make only. The pipe confirming to BIS 1239 for pipe size upto 150 mm dia. and for pipe size 200 mm dia. and above shall be as per BIS 3589 having minimum 6 mm thickness. All joining in piping shall generally be by welding unless otherwise mentioned or as directed at site. All welding shall be done by qualified welders and shall strictly confirm to Indian Standard code of procedure for manual metallic welding of mild steel as per BIS 823.

2.2The piping shall be so designed that the water velocity through the piping shall not exceeds maximum 8 fps and also the piping friction drop shall be limited to 4 m per hundred meter of pipe length.

Pipe threads shall be of I.S. 554/1955 and flanges of I.S. 1536/1960.. Pipes shall be sloping towards drain points.

2.3Fittings shall be new and from standard manufacturers. Fittings shall be malleable casting of pressure ratings suitable for the piping system. Fittings used on welded piping shall be of the weldable type. Flanges shall be new and from standard manufacturers. Supply of flanges shall include bolts, washers etc. as required.

2.4Tee-off connections shall be through reducing tees, wherever possible. Otherwise ferrules welded to the main pipe shall be used.

2.5All equipment and valve connections or connections to any other mating pipes, shall be through unions/screwed flanges upto 50 mm dia. And flanges (welded or screwed for G.S.) for larger diameters or as required for the mating connection.

2.6All welded piping is subject to the approval of the Engineer and sufficient number of flanges and unions shall be provided as required under.

2.7All the drain piping shall be of G.I. ‘C’ class of TATA/Jindal make with the Insulation as specified in the ‘Insulation’

2.8Gate valves shall be provided conforming to the following specifications.

----------------------------------------------------------------------------------------------

Size

Construction

Ends

----------------------------------------------------------------------------------------------

12 to 65 mm Gun metal

Screwed female

65 mm & over a)Body - Cast Iron

Flanged

b)Spindle, valves seat,

Wedge, nut etc. –

Bronze or

Gun Metal

===================================================

Valves shall conform to I.S. 780/1963 & flanges to I.S. 1536/1960 or as required. Valves shall have non rising spindles unless otherwise specified and shall be suitable for 300 psig test pressure. The valve shall be of Leader make. Tail pieces shall be used wherever required.

2.9Butterfly valves shall perform the function of isolating valves. Butterfly valves shall have cast iron body with Nitrile rubber bonded bakelite hard back seat. Disc shall be of high duty iron with epoxy coating on nickel plating. All butterfly valves shall be provided with locking devices. The shaft shall be stainless steel AISI 410. The valve shall be Audco make only.

3.0PIPING INSTALLATION:

3.1 Pipe runs and sizes should to meet the site conditions. The contractor on the award of the work shall prepare detailed working drawings, showing the cross section, longitudinal sections, details of fittings, locations of isolating, drain and air valves etc. They must keep in view the specific openings in buildings and other structures through which the pipes are designed to pass.

3.2Piping shall be properly supported on or suspended from strands, clamps, hangers etc. as specified and as required. The tenderer shall adequately design all the brackets, saddles, clamps, hangers etc. and be responsible for their structural integrity.

3.3Pipe supports shall be of steel, adjustable for height and prime coated with rust preventive paint and finish coated black. Where pipe and clamp are of dissimilar material, a gasket shall be provided in between.

Spacing of pipe supports shall not exceed the following:

Pipe (mm)

Sapcing (Meters)

3 to 12

1.22

19 to 25

1.83

32 to 150

2.44

150 and above

3.05

Pipe hangers shall be fixed on walls and ceilings by means of metallic rawl plugs or approved shear fasteners.

3.4Vertical risers shall be parallel to wall and column lines and shall be straight and plump. Risers passing from floor to floor shall be supported at each floor by clamps or collars attached to pipe and with a 12 mm thick rubber pad or any resilient material. Where pipes pass through the terrace floor, suitable flashing shall be provided to prevent water leakage. Risers shall also have a suitable elbow or concrete pipe support at the lowest point.

3.5Pipe sleeves of 50 mm diameter shall be provided wherever pipes pass through walls and the annular space filled with felt and finished with retaining rings.

3.6Insulated piping shall be supported in such a manner as not to put undue pressure on the insulation.

3.7 Cut-outs required in the floor slabs for taking the various pipes are provided. Tenderers shall carefully examine the cutouts provided and clearly point out wherever the cutouts do not meet with the requirements.

3.8Piping work shall be carried out with minimum disturbance to the other work on the site. A program of work shall be chalked out in consultation with the Engineer.

3.9 All pipes using screwed fittings shall be accurately cut to the required sizes and threaded in accordance with I.S. 554/1955 and burrs removed before laying. Open ends of the piping shall be blocked as the pipe is installed to avoid entrance of foreign matter. Wherever reducers are to be made in horizontal runs, eccentric reducers shall be used if the piping is to drain freely; in other locations, concentric reducers may be used.

3.10Drains shall be provided at all low points in the piping system and shall be of the following sizes:

Mains

Drain

Upto 300 mm

25 mm

Over 300 mm

40 mm

Drains shall be provided with gate valves of equal size with rising spindle. Drains shall be piped through equal size G.I. pipe to the nearest drain or floor waste. Piping shall be pitched towards drain points.

4.0PRESSURE GAUGES:

4.1The pressure gauges shall be Bourbon tube type confirming to IS : 3624 and shall be with siphon cock and angle valve. Pressure gauges shall be not less than 150 mm dia. and of appropriate range etc. duly calibrated before installation. The Pressure gauges shall be of H.GURU/equ. make.

4.2Care shall be taken to protect pressure gauges during pressure testing.

5.0THERMOMETERS:

5.1Thermometers shall be either 150 mm dia. dial or direct reading industrial type, of appropriate range, duly calibrated before installation. Thermometers shall be installed in separable wells.

6.0INSULATION:

6.1Pipes shall be insulated in accordance with specifications in section `INSULATION’.

7.0VIBRATION ELIMINATION:

7.1Piping installation shall be carried out with vibration elimination fittings wherever required.

8.0TESTING:

8.1All piping shall be tested to hydrostatic test pressure of at least 1½ times the maximum operating pressure, but not less that 7 Kgs/Sq.Cm. for a period of not less than 24 hours. All leaks and defects in joints revealed during the testing shall be rectified to the satisfaction of the Engineer.

8.2Piping repaired subsequent to the above pressure test shall be retested in the same manner.

8.3System may be tested in sections and such sections shall be securely capped.

8.4The owner shall be notified well in advance by the Contractor of his intention to test a section or sections of piping and all testing shall be witnessed by the Engineer or his authorized representative.

8.5The contractor shall provide all materials, tools, equipment, instruments, services and labour required to perform the test and to remove water resulting from cleaning and/after testing.

8.6The contractor shall make sure that proper noiseless circulation of fluid is achieved through all coils and other heat exchanger in the system concerned. If proper circulation is not achieved due to air bound connections, the Contractor shall rectify the defective connections. He shall bear all the expenses for carrying out the above rectifications, including the tearing up and re-finishing of floors, walls, etc. as required.

8.6No insulation shall be applied to piping until after the completion of the pressure testing to the satisfaction of the Engineer.

9.0PAINTING:

9.1After all the piping has been installed, tested and run for at least 10 days of eight hours each, the piping shall be given two finish coats, as follows:

----------------------------------------------------------------------------------------------

Service

Flow

Colour

----------------------------------------------------------------------------------------------

Chilled water

supply returnas approved by the

Engineer

====================================================

9.2The direction of flow of fluid in the pipe shall be visibly marked in White arrows.

1.8 ELECTRICAL EQUIPMENT

1.0SCOPE:

1.2 The scope of this section comprises the supply & installation of all electrical equipment, such as, electrical motors

2.0RATINGS & STANDARDS:

2.1Rating of the motors shall be as indicated by you in the data sheets and as per the requirements of the airflow and static pressure. Ratings shall be on the basis of the specified ambient temperature and without exceeding the maximum temperature limits set by IS 325/1961.

2.2Unless otherwise stated, Indian Standard Specifications shall apply. Where I.S. specifications are not available, the relevant British Standard Specifications shall be followed.

3.0SQUIRREL CAGE INDUCTION MOTORS:

3.1All motors shall be screen protected drip proof type TEFC with Class-C insulation, conforming to I.S. 325/1961 unless otherwise specified.

3.2The motor shall be statically and dynamically balanced.

3.3Bearings shall be combination ball and roller type with limit lubricators.

3.4Termination shall be of ample size housed in a termination box . The terminal box shall be suitable for cable entry. Two earth terminals shall be provided.

3.5The starting torque shall match with the load torque and the starting current shall not exceed 6 times the full load current.

4.0INSTALLATION:

4.1All motors shall be mounted on a common foundation with the driven equipment coupled through flexible couplings or through belt drive. Installation shall be in accordance with I.S. 900/1956.

4.2Flexible connections shall be provided to all motors terminals wherever the motor is mounted on guide rails and belt drive is adopted. Even in the case of direct drive motors, the connections shall be flexible enough to prevent transmission of vibration.

4.3All drive arrangements and couplings shall be provided with a safety guard.

5.0TESTING:

5.1Motors shall be tested in accordance with the relevant Indian Standard Specifications and test certificates furnished for routine type and high voltage tests.

6.0PAINTING:

6.1All motors, starters and the frame work shall be painted with two coats of a suitable paint of approved colour.

Schedule of Technical Data for each Air Handling Unit

(To be submitted for each AHU separately)

Technical data shall be furnished as below:

I) General:

1) Make:-

2) Air Discharge Direction:- Horizontal or Vertical

3) Overall Dimensions:-

4) Weight (including water):-

5) Type of Vibration Isolators:-

6) Approx. noise level (db):-

7) Drive belts & size (Flat, Belt, V-Belt):-

8) G.I. Casing Gauge:-

9) AHU body insulation material & thickness:-

10) Density of insulation material :-

11) Drain Tray Material :-

12) Drain tray insulating material & thickness:-

13) Whether inspection door provided for AHU body:-

II) Fan Section:

1) Air handling capacity (CFM/CMH):-

2) Total static press (mm WG):-

3) Fan speed (r.p.m.):-

4) Nos. of Fan outlet & area:-

5) Fan diameter:-

6) Balance (Static and/or Dynamic):-

7) Bearings:-

8) Make & Mode of Fan.

III) Filter Section:

1) Type:-

2) Gross filter area:-

3) Velocity through filter (F.P.M.):-

4) Press drop through filter when new (mm, W.G.):-

5) Efficiency:-

6) Filter material:-

7) Filter Casing Material & Gauge

IV) Cooling Coil:

1) Coil fin material & thickness:-

2) Copper tube diameter & thickness:-

3) Water through coil (F.P.M.):-

4) No. of fins per inch:-

5) Water press drop in the coil (psig):-

6) coil Face area :-

7) Nos. of coils:-

8) No. of rows of each coil:-

V) Drive Motor for AHU:

1) Make:-

2) Frame size:-

3) Insulation Class:-

4) HP/KW rating:-

5) Type

VI) VALVES

1.Butterfly Valve

1]Make :-

2]Model :-

2.Gate Valve

1]Make :-

2]Model :-

VII) Gauges

1.Pressure Gauge

1)Make:-

2)Type:-

2.Thermometers

1)Make:-

2)Type:-

VIII)Miscellaneous

1.Insulation (Duct/Piping)

1)Make:-

2)Thickness & Density:-

2.Piping

1)Make

2)Class of Pipe

3.Ducting Sheet

1)Make of Sheet

4.Anti Vibration Mounting

1)Type

2)Make

Note: Any other additional technical details may be included by the tenderer.

ACCEPTABLE/APPROVED MAKE OF MATERIALS

Material

Make

1.Galvanized Plane SheetsJindal/SAIL

2.Pipes Tata/Jindal

3.Butterfly Valve/Ball ValveAUDCO

4.Gate ValveLeader

5.Globe ValveLeader/AUDCO

6.‘Y’/Plot StrainerTrishuL/Emerald

7.Non Return ValveAUDCO/C&R

8.GaugesH Guru/Star Scientific

9.ThermometersH Guru/Star Scientific

10.Pipe InsulationBeardsell/Lloyds/

Phenotherm

11.Duty InsulationOwens Corning/Beardsell/

U P Twiga

12.Electrical MotorSiemens/Crompton/ABB

13.Anti Vibration MaintenanceRMS Corporation/Dunlop

TATA INSTITUTE OF FUNDAMENTAL RESEARCH

Technical Services

TENDER DOCUMENT

Replacement of very old Air Handling Units with Supply, Installation, Testing & Commissioning of New

Single Skin AHUs along with associated ducting, insulation, piping, valves etc. at TIFR, Colaba, Mumbai

CONDITIONS OF TENDER

9. Quotations must be submitted in duplicate giving complete details; in particular, the offers should clearly specify applicable taxes, make, offered, warranty/guarantee terms, delivery period and delivery charges, if the price is ex-works/ex-Godown/ex-shop.

10. Quotation should be valid for a period of 120 days from the date of opening of the tender.

11. Tenders in sealed envelopes duly superscribed with the Tender No. and due date, shall be addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005.

12. Tenders will be opened in the presence of attending tenderers on the date and time specified in the enquiry; in the event the due date declared is a holiday, the tender will be opened on the following working day.

13. This tender documents/form is not transferable.

14. Tenders containing erasures or alterations will not be considered.

15. Tenders which do not comply with the above conditions are liable to be rejected.

16. The Institute will not defray any expenses whatsoever incurred by the Bidders for the preparation of bids.

9.In case Bidder finds discrepancies or omissions from the specifications or other documents or has any doubt as to their meaning, he shall at once request in writing to the Purchase Officer, TIFR, who will for interpretation/clarification issue interpretation and clarifications as he may consider necessary in writing as an addendum. Copies of such addenda, if issued, shall be signed by the Bidder and shall form a part of his bid. Verbal clarifications given shall not be binding on the Institute.

10. Before submitting the bids, the Bidders shall make themselves fully conversant with the technical specifications and other documents as attached so that no ambiguity arises at a later date in this respect.

11. The owner reserves the right to postpone the date of submission and opening of bids.

12.The bidders shall quote in English their rates/prices both in figures, as well as in words against each item of the work as detailed in the enclosed Schedule of Quantities. In the event of any discrepancy between the quoted rates/prices in words and that quoted in figures, the rates/prices quoted in words shall govern.

13.The bidders must return the complete set of bid document. Each page of the bid document must be signed and dated by the bidder. Any bid not so signed and dated is likely to be rejected. All writing shall be in ink only. Any corrections in the entries in the Schedule of Quantities of this bid document, shall be initialed and dated by the bidder before submission of the bid. No parts of the bid document shall be altered, overwritten or amended by the Bidder

14.The Institute shall be under no obligation to accept the lowest or any tender received in response to this tender notice and shall be entitled to reject any tender without assigning any reason whatsoever.

GENERAL CONDITIONS OF CONTRACT

15.0 Definition of Terms :

5.1. In construing these general conditions and the specifications the following works shall have the meanings herein assigned to them unless there is something in the subject or context inconsistent with such works.

1.15 The term `Contractor’/`Supplier’/`Bidder’/`Vender’ shall mean the Tenderer whose tender has been accepted by the Owner and shall include the Tenderer’s heirs, successors and assignees approved by the Purchaser:

1.16 The `Purchaser’ shall mean Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005 and shall include the Purchaser’s heirs, successors and assignees.

1.17 The term `Sub-Contractor’ shall mean the firm or persons named in the contract for any part of the work or any person to whom any part of the work has been sublet with the consent in writing of the Engineer-In-Charge and shall include his heirs, successors and assignees approved by the Purchaser.

1.18 The Term `Inspector’ shall mean any person appointed by/or on behalf of the Purchaser to inspect supplies, stores or work under the contract or any person deputed by the Inspector for the purpose.

1.19 The term `Particulars’ shall mean, the following :

f) Specifications

g) Drawing

h) Sealed Pattern denoting a pattern sealed and signed by the Inspector.

i) Proprietary make denoting the produce of an individual firm.

j) Any other details governing the construction, manufacture and/or supply as existing for the contract.

1.20 The term `Engineer’ shall mean Engineer, Central Services, Tata Institute of Fundamental Research, Colaba, Mumbai or some other person for the time being or from time to time duly appointed in writing by the Owner to act as Engineer for the purpose of the Contract or in default of such appointment the Purchaser.

1.21 The term `Specification’ shall mean the specifications annexed to or issued with these Conditions of Contract.

1.22 The term `Site’ shall mean the place or places at which the Equipment is to be delivered or work done by the Contractor shall include where applicable the lands and buildings upon or in which the works are to be executed and shall also include the place or places at which fabrication and other work is being carried out by the Contractor.

1.23 `Electrical Equipment’, `Stores’, `Work’ or `Works’ shall mean and include equipment and materials to be provided and work to be done by the Contractor under the Contract.

1.24 The `Contract’ shall mean acceptance of the work order placed on contractor/supplier under section (2) of these conditions and shall include these conditions of Contract, Specifications, Schedule, Drawing, Letter of Intent of the Purchaser and any subsequent amendments mutually agreed upon.

1.25 `Tests on Completion’ shall mean such tests are prescribed by the specifications or have been mutually agreed to between the Contractor/Supplier and the Purchaser to be made before the equipment is taken over by the Purchaser.

1.26 `Writing’ shall include any manuscript, typewritten or printed statement under or over signature or seal as the case may be. Words importing `person’ shall include firms, companies, corporations and association of individuals whether incorporate or not.

1.27 Words importing singular shall also include plural and vice versa where context requires.

16.0 Contract:

16.1 Contractor/Supplier should send their acceptance letter on receipt of `Letter of Intent’ or work order within stipulated period. On expiry of said period or exorbitant delay in commencing or executing the work, the Purchaser shall not be liable to any claim from the Contractor/ Supplier for work entrusted to and may revoke the contract.

17.0 Work at Site:

17.1 The contractor should ensure that his people follow safe practices at work.

17.2 Access to the works shall be allowed only to the Contractor/Supplier, Sub-Contractors or his duly appointed representatives. The Contractor/ Supplier shall not object to the execution of work by other contractors or tradesman and shall afford them every facility for execution of their several works simultaneously with his own.

17.3 Work at the Purchaser’s premises shall be carried out at such time as the Purchaser may approve but the Purchaser shall give the Contractor/ Supplier all reasonable facilities for the same. The Contractor/Supplier shall provide sufficient fencing, notice boards etc. to guard the works and warn the public.

17.4 The Contractor shall obey Central, local and State regulations and enactment pertaining to workmen and labour and the Engineer shall have the right to enquire into and decide all complaints on such matters.

18.0 Delays:

18.1 The Contractor shall not be entitled to any compensation for any loss suffered by him on account of delays in commencing or executing the work, whatever the cause for such delays may be, including delays in procuring Government controlled or other materials and delay in obtaining instructions and decisions from Engineer-In-Charge. The Contractor shall, however, merit extension of time as hereinafter mentioned.

5.0Taking Over:

The equipment when erected at site shall be deemed to have been taken over by the Purchaser when the Engineer will have certified in writing that the equipment has fulfilled the contract conditions.

8.0 Extension of Time:

8.1 If the Contractor is delayed in the progress of work by changes ordered in the work, or by any cause, which the Engineer shall decide to justify the delay, then the time of completion shall be extended by a reasonable time. No such extension shall be allowed unless requests for extension are made in writing by the Contractor/Supplier to the Engineer within 15 days from the date of occurrence of the delay.

9.0 Other Damages:

9.1 The Contractor/Supplier shall be responsible for all injury to persons, animals or things and for all damage to the works, structure of, and decorative work in the property which may arise from operation or neglect of himself or any of his Sub-Contractor or of his or Sub-Contractor’s employees, whether such injury or damage may arise from carelessness, accident or any other cause whatever in any way connected with the carrying out of this contract. This clause shall be held to include any damage to buildings, whether immediately adjacent or otherwise, any damage to roads, streets, foot paths, as well as all damage caused to the works forming the subject of this contract by frost or other inclemency of weather. The Contractor/Supplier shall indemnify the Purchaser and hold him harmless in respect of all and any expenses or property as aforesaid and also in respect of any claim made in respect of injury or damage under any acts of Government or otherwise and also in respect of any award of compensation or damages consequent upon such claim.

9.2 The Contractor/Supplier shall reinstate all damage of every sort mentioned in this clause, so as to deliver up the whole of the contract works complete and perfect in every respect and so as to make good or otherwise satisfy all claims for damage to the property of third parties.

7.3The Contractor/Supplier shall indemnify the Purchaser against all claims which may be made against the Purchaser, by any member of the public or other party, in respect of anything which may arise in respect of the works or in consequence thereof and shall, at his own expense, effect and maintain, until the work has been ‘taken over’.

7.4The Contractor/Supplier shall also indemnify the Purchaser against all claims which may be made upon the Purchaser whether under the Workmen’s Compensation Act or any other statute in force during the currency of this contract or at common law in respect of any employee of the Contractor/Supplier or of any of his sub-contractor and shall at his own expense effect and maintain until the work has been `Taken Over’, with an approved office.

7.6 The Purchaser, with the concurrence of the Engineer, shall be at liberty and is hereby empowered to deduct the amount of any damages compensation costs, charges and expenses arising or accruing from or in respect of any such claims or damages from any sums due to or become due to the Contractor/Supplier.

GENERAL INFORMATION TO BIDDERS

1.On behalf of Tata Institute of Fundamental Research (hereinafter referred to as the Institute) bids are invited for design, supply, installation, testing & commissioning of Air- Conditioning system for INO Laboratory with associated ducting, Insulation, refrigerant piping, cabling etc at TIFR on Homi Bhabha Road, Navy Nagar, Colaba, Mumbai-400 005.

6. The Air-conditioning system shall be installed in stand alone Laboratory building. The Laboratory building is situated near the Animal House. It is only a ground floor structure.

7. It is important that the bidder must satisfy himself before quoting that the space provided is adequate for installation of his plant along with all equipments and accessories as no extra space can be provided. The tenderers must visit the site and take the actual measurement before quoting. The bidders shall furnish a fully dimensioned layout for his Package unit, with all equipment and accessories along with quotation.

8. Bidder shall furnish the data called for in data sheets and the schedules in the standard Proforma to facilitate correct evaluation of his bid in a most expeditious manner. It is in the interest of the bidder to submit the bid in above manner with complete technical details, failing which it is likely that his bid may not be considered.

9. Bidder shall be deemed to have carefully examined the specification in its complete form and to have fully informed and satisfied himself as to the details, nature, character and quantities of the work to be carried out, site conditions, and other pertinent matters and details.

6.It is the intent of the owner/purchaser to incorporate these specification documents in the final contract order for the supply of material, equipment and services. Bidders are required to review these documents and clearly state in their proposals the acceptance of the same. Exceptions, if any shall be clearly stipulated in appropriate bidding schedule. The final contract between purchaser and vendor shall be subjected to such changes, if any, mutually agreed upon by purchaser and vendor and included in the main text of the contract/order.

7.Bidder shall clearly specify all the deviations with respect to this specification in the appropriate schedule.

8.SCHEDULE OF QUANTITIES TO BE FURNISHED BY VENDORS

8.1All equipments mentioned in the enclosure should conform to the respective technical specifications. Only main items of the tender have been brought out specifically in this schedule, however all accessories as per specification or otherwise should be furnished at the time of quotation with cost of individual item.

8.2Tenderers are required to fill in unit rates for all the items mentioned in the enclosure and any additional items quoted by them in the Financial Bid. In absence of the unit rates, the offer may be considered as invalid.

8.3All the equipments supplied shall be as per the ‘List of Approved Make’ attached .

9.ITEMS TO BE FURNISHED BY THE PURCHASER:

9.1Following shall be furnished by the purchaser:

9.1.1Building, foundations and trenches.

9.1.2Water and power for testing and commissioning.

10.SERVICES SUPPLIED BY PURCHASER DURING ERECTION:

The purchaser will provide for the contractor following services during the performance of work.

10.1Temporary electric power at 415 V, 3 ph., 50 Hz at one point only which will be within 50 M of location of works free of cost. Water shall be provided free of cost for testing and commissioning.

10.2The contractor shall make his own arrangement for supply, erection and dismantling on completion of works of his temporary distribution system, distribution panels and other equipments he may require to take the power from the purchaser's supply points.

10.3The contractor's temporary distribution system shall be subjected in every respect to the approval of the purchaser and shall be arranged so as to avoid any interference with other operations on the site.

10.4The purchaser will not hold himself responsible for the consequences of any interruptions to the continuity of the power supply or power system voltage and frequency fluctuations.

10.5The electric power shall not be used for heating purposes.

10.6Electrical power made available to the contractor, during testing and commissioning for the refrigeration unit is free of charge.

10.7There is no EOT crane or mono rail to assist in erection work. Tenderer should provide suitable derricks & tripods for lifting heavy load.

11.SERVICE SUPPORT, SPARES & TOOLS:

11.1The bidder shall provide in detail the Service Support Set-up in Mumbai of the manufacturer or himself and lead time for replacement of faulty parts and for providing technical service. The entire system will be on comprehensive AMC with the supplier after the expiration of the guarantee period.

11.2The tenderer shall furnish complete set of tools & wrenches for making adjustments, repairs & preventive maintenance including those required for erection.

12COMPLETION DRAWINGS (FINAL DRGS) & MANUALS:

12.1The contractor shall submit tracings in original with five prints of all installation drawings based on which equipments are installed & commissioned.

12.2Contractor shall supply the following literature in four sets:

a.Start-up, operation and maintenance instructions of Air-conditioning unit and its parts.

b.Installation instructions.

c.Field wiring diagrams.

d.Operation and Maintenance Manual of electrical parts used in the same.

.

INSTRUCTIONS TO BIDDERS & SPECIFIC

NON-TECHNICAL REQUIREMENTS

1.The details in respect of Earnest Money, Security Deposit

a)Earnest Money Deposit:

Bidder must deposit Rs. 60,000/- towards EMD along with the tender failing which tender will be rejected. EMD will be accepted in the form of Bank Draft only favouring Registrar, TIFR, Mumbai.

b)Security Deposit:

5% (i.e. five percent) of the gross value of the work will be deducted from the Contractor’s bill towards Security Deposit.

c)Refund of Security Deposit:

The Security Deposit (5%) will be refunded to the contractor after the expiry of defect liability period.

d)Defect Liability Period:

12 (twelve) calendar months from the date of Institute’s satisfactory completion certificate will be taken as defect liability period.

e)Bidders other than successful bidder will be refunded the EMD submitted by them within 12 months from the date of opening of the tender and no interest shall be paid against the said deposit.

f)In case the successful bidder fails to undertake the said work, his EMD amount will be forfeited.

g)The EMD paid shall be part of Security Deposit, i.e. 5% of the Contract value which will be refunded after expiry of Defects Liability period.

2.No interest will be payable on the deductions towards Security Deposit/ Earnest Money.

3.The Bidder shall submit the copy of their PAN card.

4.Prices and rates quoted shall include cost of all materials, labour, plant, equipment, temporary work, tools, setting out, supervision, transport, taxes, royalties, octroi and any local tax or levy payable on all transactions, insurance and everything necessary for due performance of work under this contract.

5.Prices and unit rates shall be valid even if the contract is split.

6.Contract should be fixed rate contract. No escalation in prices of the materials during the currency of the contract is permitted. However any statutory variations like change in excise duty, taxes etc. if levied after award of the work shall be paid on production of proof of such changes. .

7.a)Site Visit:

The bidders may like to visit the work site before submitting their bids to get conversant with site conditions, which may affect the work.

b)Location of Site:

Tata Institute of Fundamental Research

Navy Nagar, Colaba, Mumbai-400 005

8.The work should be completed within 6 months from the date of issue of Purchase Order.

9.Work shall commence at site within 2 months from the date of issue of letter of Purchase Order.

10.The Contractor should plan and give his daily program for execution of work in advance so that no disturbance is created in the routine working of the Institute.

11.Turnover Tax/Works Contract Tax:

Turnover tax applicable to this contract shall be mentioned clearly and included by the bidder in his bid. No claim shall be entertained by the owner thereafter.

12. Date of Taking Over:

Site shall be deemed to have been taken over by owner when Engineer In-Charge certifies the completion of work in all respect as per tender conditions and specification.

13.Income Tax as per the prevailing rates will be deducted from the progressive bills.

14.The contractor shall not without the consent in writing of the Owner assign or sublet the contract.

15.No labour below the age of 18 years shall be employed at site.

16.Contractor shall be liable to pay workman compensation to his labour as per prevailing rules for any accident occurring at our site.

17.The contractor shall pay wages to his workmen as per the Statutory Minimum Wages Act.

18.The Contractor shall provide all risk insurance for his men, material and machines and absolve us of all risk and liabilities whatsoever pertaining to his men, material and machines.

19.The Contractor will arrange for photo passes of his personnel and get the same endorsed by our Establishment/Security Department before beginning the work.

20.The Co