Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
1
राष्ट्रीय प्रतिरक्षाविज्ञान संस्थान
जैव प्रौद्योगिकी ववभाि, ववज्ञान और प्रौद्योगिकी मंत्राऱय, भारत सरकार का स्वायत्त अनुसंधान संस्थान अरुणा आसफ अऱी मार्ग, नई दिल्ऱी-110067
NATIONAL INSTITUTE OF IMMUNOLOGY An Autonomous Research Institute of the Department of Biotechnology, Ministry of Science and
Technology,
Government of India
Aruna Asaf Ali Marg, New Delhi-110067
(Ph. No. 011-26171121-45 & 26717010-19)
TENDER DOCUMENT
FOR
Refurbishment of ACS (air conditioning
system) with allied works in small animal
facility at NII, Delhi
2
राष्ट्रीय प्रतिरक्षाविज्ञान संस्थान
NATIONAL INSTITUTE OF IMMUNOLOGY J.N.U Campus, Aruna Asaf Ali Marg, New Delhi 110067
NII/EE/Elect/240/19-20/51
ननववदा आमंत्रण सूचना/Notice Inviting Tender
Sealed tenders are hereby invited in two parts, (I-Technical Bid and II- Price Bid) on behalf of
the Director, NII, Aruna Asaf Ali Marg, JNU Campus, New Delhi-110067 for the work
“Refurbishment of ACS with allied works in small animal facility at NII, Delhi”
from financially sound, well-versed, well-experienced, dedicated and professional agency
executed similar nature of works in any Central Govt./State Govt./PSU/Autonomous bodies
and other Govt. Departments, as per schedule of work and General Terms & Conditions
available on the Institute‟s website www.nii.res.in and CPPP web site.
Executive Engineer, NII
3
राष्ट्रीय प्रतिरक्षाविज्ञान संस्थान जैव प्रौद्योगिकी ववभाि, ववज्ञान और प्रौद्योगिकी मंत्राऱय, भारत सरकार का स्वायत्त अनुसंधान संस्थान
अरुणा आसफ अऱी मार्ग, नई दिल्ऱी-110067
NATIONAL INSTITUTE OF IMMUNOLOGY An Autonomous Research Institute of the Department of Biotechnology, Ministry of Science and
Technology,
Government of India
Aruna Asaf Ali Marg, New Delhi-110067
(Ph. No. 011-26171121-45 & 26717010-19)
NII/EE/Elect/240/NIT/19-20/51 Date 27.12.19
ननववदा आमंत्रण सूचना/Notice Inviting Tender
Sealed tenders are hereby invited in two parts, (I-Technical Bid and II- Price Bid) on behalf of
the Director, NATIONAL INSTITUTE OF IMMUNOLOGY, Aruna Asaf Ali Marg, JNU
Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning
system) with allied works in small animal facility at NII, Delhi” from financially
sound, well-versed, well-experienced, dedicated and professional agency executed similar
nature of works in any Central Govt./State Govt./PSU/Autonomous bodies and other
Govt. Departments, as per schedule of work and General Terms & Conditions available on
the Institute‟s website www.nii.res.in and CPPP web site.
1. Name of work : Refurbishment of ACS (air conditioning system) with allied
works in small animal facility at NII, Delhi.
2. Estimated Cost : ₹ 1,18,00,000/- (plus GST extra as applicable)
3. Earnest Money : ₹ 3,00,000/-(Interest free, No Exemption on EMD)
4. Last Date of sale of tender : 20.01.2020
5. Last date of receipt of tender : 21.01.2020 (up to 3.00 PM)
(Both Technical & Price Bids)
6. Date of opening of tender : 21.01.2020 (at 3.30 PM)
(Technical Bid only)
7. Time for completion of job : 180 days
8. Cost of tender : ₹ 2,000/- (Non- refundable. However, in order to
promote wider participation and ease of bidding, no cost of tender document may be
charged for the tender documents downloaded by the bidders).
9. Prequalification criteria (agency should submit all documents/ undertaking/
confirmation etc in support of each of points, failing which the tender will be
rejected automatically):
a) Agency should have working and practical experience of executing similar nature of
work in small animal facility/animal bio-safety laboratory/clean room animal
facility. In support of this; agency should attach relevant completion certificates
showing name of work, purchase order /work order/ agreement number, date of start,
date of completion, order value, work done value etc with copy of order copy/agreement
4
copy, BOQ/ schedule of work, user satisfactory certificate where they had
installed/executed similar works, up to date contact details of concerned person i.e
mobile number, office number, email ID etc; failing which the tender will summarily be
rejected.
b) The agency must be in existence as a contracting firm/agency for executing similar work
with all necessary statutory requirements during the year 2018-19 (upto August. 2018);
supporting documents should be attached i.e order copy, completion certificate as
specified.
c) Agency should be registered with PWD/CPWD/MTNL/MSME/Central Govt./State
Govt./PSU/Autonomous bodies and other Govt. Departments in Electrical/Electro-
mechanical/HVAC/SAC category and copy of the same shall be attached.
d) The agency should have executed at least one similar works of value not less than ₹
94.40 lakh or two similar work not less than of ₹ 70.80 lakh each or three similar work
not less than of ₹ 47.20 lakh each in any Central Govt./State Govt./PSU/Autonomous
bodies and other Govt. Departments during last seven financial years [the similar works
means repairing/replacement of AHUs (air handling units) with their allied items). Other
works like P & F of central chillers, package units, split/windows units, main piping
works etc will not consider in any case. This may be inspected (at the risk and cost of
agency) by the Engineer-in-charge if required. Agency shall have to submit (with
Technical Bid ) all supporting documents i.e purchase order/agreement/work order
with BOQ/schedule of work, Completion certificate (showing name of work,
purchase order /work order/ agreement number, date of start, date of completion,
order value, work done value etc with copy of order copy/agreement copy, BOQ/
schedule of work, up to date contact details of concern i.e mobile number, office
number, email ID etc;) issued by the competent authority etc.
However, one successfully executed work for AHUs and associated items (excluded
items as specified above) in small animal facility/animal bio-safety laboratory/clean
room animal facility in any Central Govt./State Govt./PSU/Autonomous bodies.
e) Joint Venture/ Consortium will not be permitted. Agency shall submit confirmation in
writing that they will not execute said work in Joint Venture/ Consortium.
f) The agency should have competent personnel stationed in the office/service centre in
Delhi/NCR. The service centre in Delhi/NCR must also be stocking spares for providing
prompt services during contract period/defect liability/guarantee period and after that if
required by the Institute. A proof to the effect must be furnished with confirmation
letter.
g) Only agency who are competent to deliver/complete project in time and as per specified
regulations needs to apply. Agency should submit declaration in support of the above
alongwith compitence proof i.e financial stability, past records, experience etc.
h) The agency shall submit copy of balance sheet, P&L Account, ITR for the assessment
year i.e 2016-17, 2017-18 & 2018-19.
i) Average annual financial turn over should be at least ₹ 3.80 Crore during the immediate
last three consecutive financial years. Copy of balance sheet (Duly attested by chartered
accountant) should be enclosed with the Technical Bid.
j) The agency shall visit/examine the site as per given time schedule or prior appointment
and submit duly filled & signed Annexure-II counter signed by Ex. Engg or his
representative. Non-submission of certificate (duly signed by Engg-in-charge or his
representative) by bidder treated as unresponsive bid and disqualified
automatically.
5
k) The agency shall submit a Letter of association of manufacturer alongwith technical bid,
valid till the completion of defect liability period.
l) The agency shall attach copy of PAN card and GST registration number.
m) The agency shall attach copy of agency RTGS details
n) An affidavit in a e-stamp paper of ₹ 50/- to the effect that „agency‟ undertakes that :
(i) There is no complaint against me/us (Tenderer/Bidder) from any of the Govt. Deptts.
/ Govt. Institutions etc. towards delaying of execution of work related to
SAC/Electrical/HVAC etc or „delay/non-attending of complaints during contract
period of SAC/Electrical/HVAC work during last Five years.
(ii) The documents submitted by me/us are genuine and undisputable and in the event of
it coming to notice at a later date that the documents are not genuine, I/we shall be
liable for action and such compensation payable to NII as may be decided by the
Institute.
(iii) I/we will not withdraw his/their Tender after opening of technical bid and if done so;
his/their EMD will be forfeited.
(iv) I/we will not sublet the work (if awarded to his/their Bidder) and if it does so; the
penalty shall be payable by me/us to NII as may be decided by the Institute.
(v) The I/we have read all terms and conditions of said tender and submit all documents
as per of tender requirements. However, I/we give full rights to Competent Authority
of NII to reject my/our bids at any point of time due to short coming or short fall of
any documents or breach of any tender condition(s) and to forfeit my/our EMD.
(vi) I/we will not defaulter for submission of statutory dues i.e GST etc since August
2017.
Copy of all documents of pre-qualification criteria and as asked for in the tender may please
be attached with the Technical Bid ONLY. In case of shortfall of any documents/cost of
tender/EMD, tender will summarily be rejected and no queries will be entertained in this
regard. Decision of the NII authority shall be final in this regard. ALL DOCUMENTS
PERTAINING TO THE REQUIREMENT OF THE PREQUALIFICATION CRITERION
WILL BE FURNISHED IN THE „TECHNICAL BID‟s ENVELOPE ONLY
The offer shall remain open for at least 60 days from the date of opening of Price Bids. The
cost of tender and Earnest Money shall be accepted only in the form of Demand Draft/Pay
order drawn in favour of the „Director, NII‟ & payable at New Delhi, failing which the bid
will summarily be rejected.
(कायगपाऱक अभियंिा)
6
सामान्य नियम और शर्तें/GENERAL TERMS AND CONDITIONS
Name of Work: - Refurbishment of ACS (air conditioning system) with allied works in
small animal facility at NII, Delhi.
1. The work shall be done as per the instruction and prior approval of Engineer-in-charge of
National Institute of Immunology (Hereinafter referred to NII).
2. The bidders may visit/examine the site and its surrounding from 27.12.2019 to
20.01.2020 on any working day between 2:00 PM to 04:00 PM by prior appointment with
the Engg-in-charge to assess the accessibility and assess the scope of works before
submitting their offer. No claims later on in regard to the site and its surrounding or any
matter relating thereto shall be entertained. The bidders shall arrange & maintain at his
(their) own cost all materials, Tools & Plants, security (for their man/materials), storage
for material and facilities to the workmen for executing the work. The agency shall
visit/examine the site as per given time schedule or prior appointment and submit duly
filled & signed Annexure-II counter signed by Ex. Engg or his representative. Non-
submission of certificate (duly signed by Engg-in-charge or his representative) by bidder
treated as unresponsive bid and disqualified automatically and will not be considered for
further evaluation.
3. The cost of tender document is ₹ 2,000/- (Non-refundable). The above mentioned cost
of the tender document will have to be paid through a separate Demand-Draft drawn in
favour of “Director, NII” payable at New Delhi along with the Technical Bid, failing
which the bid will summarily be rejected.
In order to promote wider participation and ease of bidding, no cost of tender document
may be charged for the tender documents downloaded by the bidders.
4. An Earnest Money Deposit [interest free EMD, (No exemption on EMD)] of ₹
3,00,000/- (Rupees Three Lakh Only, ) has to be enclosed along with the Technical Bid
(Part-I). The EMD shall be only in the form of Demand Draft drawn in favour of
“Director, NII”, payable at New Delhi, along with the Technical Bid, failing which the
bid will summarily be rejected. No Cheque / Cash shall be accepted as EMD. (The EMD
shall be interest free).
However, EMD exemption shall only be allowed on submission of valid documents as
per tender conditions and to the agency registered with the MSME/NSIC for execution of
AHUs (agency registered for any other work will not considered) and having valid UAM
number duly declared/linked on CPPP etc and as well as full-filled pre-qualification
criteria; failing which the tender will be rejected automatically.
MSME/NSIC registered bidders should also give declaration that their UAM number has
been declared or linked on CPPP (also they should attached copy of the same), failing
which such bidders will not be able to enjoy the benefits as per Public Procurement
Policy for MSEs order, 2012 (or amended time to time) for tenders invited through
CPPP/Institute's web site etc.
5. The rates mentioned in the financial bid shall be inclusive of all labour charges, Packing,
Forwarding, Cartage, Insurance, Loading-unloading, road permit/state entry permit and
Delivery, Installation, Testing , Commissioning, etc at site including temporary
constructional Storage, Risks, Overhead Charges, General Liabilities/ Obligations etc.
Any variation in the above said components till the completion of the work will also be in
the bidder‟s account. The GST shall be extra as applicable.
However, bidder should mention rate of applicable GST. In case applicable GST rate is
not mentioned by the bidder in price bid; then it will be assumed that their quoted rates
are INCLUSICE of all GST.
6. The agency shall attach copy of PAN Card.
7. The agency shall attach copy of GST registration number.
7
8. The agency shall attach copy of agency RTGS details.
9. Duly sealed tenders shall be dropped in the tender box placed at the reception counter of
the Main NII building. Technical Bid MUST contain one Xerox copy of the unfilled bid
document duly signed and stamped on each page as a token of acceptance of all terms
and conditions /clauses of the tender enquiry.
10. The each agency is permitted to give only one tender and is not permitted to change its
tender.
11. Date of opening of the price bid, will be intimated separately to the technically qualified
bidders only, after evaluating the technical bids. Price bid(s) of only technically qualified
bidders will be opened in the presence of bidders, who wish to present at the time of
opening of price bids.
12. The conditional bids shall not be considered under any circumstances and rejected
without any notice.
13. All bids shall be the property of NII, and contractors will lay no claim whatsoever on the
same.
14. Director, NII reserves the right to reject any or all the tenders in full or in part without
assigning any reasons whatsoever, and the decision of the NII in this regard will be
binding on all the bidders. Bidders not complying with any of the provisions stated in this
tender document are liable to be rejected. Director, NII reserves the right to accept or
reject any tender without assigning any reason and does not bind himself to accept the
lowest tender.
15. Payment terms as follows: -
a) No advance payment will be made.
b) 30% payment shall be made after delivery of material (s) at site on pro-rata basis.
c) 50% payment shall be made after successful completion and handing over of work (on
phase manner basis) in all respect on pro-rata basis.
d) Balance 20% payment shall be made after successful completion, operation and
handing over of entire project work.
16. Income Tax and surcharge will be deducted as per Govt. of India rules.
17. No Tools & Plants shall be supplied by the NII.
18. Successful bidder shall deposit an amount equal to 10% of the tendered and accepted
value of the work (including GST) as performance guarantee/security in the form of DD
FDR/PBG within 21 days of issue of award/LOI letter. The performance guarantee
shall be remain valid for a period of SIXTY DAYS beyond the date of completion of
defect liability period. If successful agency fails to submit the P.G within the mentioned
time period, the contract shall be cancelled & the amount of earnest money shall be
forfeited besides blacklisting the agency for the period of three years.
If successful bidder has submitted performance guarantee/security as mentioned
above, than further security will not be deducted from their bill (s).
19. Earnest Money Deposited by the successful bidder shall be release after submission of
performance guarantee (the overall security deposit shall be maximum of 10% of
accepted value of work/work done (including GST).
20. The agency shall carry out monthly visit/inspection/maintenance/replacement of
defective parts/components (with prior approval of Engineer-in-charge) of entire system
and attend un-limited calls/break-down calls during the contract period and/or defect
liability period. Thoroughly check/service entire system two times in a year (during DLP)
8
with prior approval of Engg-In charge. Extra cost will not be paid for labour or
materials till the completion of defect liability period.
21. Any violation of instruction/agreement or suppression of facts will attract cancellation of
agreement without any reference or any notice period and in such case the amount of
earnest money/P.G will be forfeited.
22. Time allowed for completion of work shall be 180 days which shall be reckoned from
15th day from the date of award letter or letter of intent.
23. In case the successful bidder resiles from the offer within the validity of tender, the
earnest money will be forfeited. Similarly if successful contractor fails to commence the
work within 20 day from the date of issue of award letter, the amount of earnest money
will also be forfeited besides blacklisting the firm.
24. Time allowed for the work shall be strictly followed otherwise the bidder shall be liable
to pay compensation at the rate of 1.5% of the total tendered value of the work per week
of delay on the part of the agency subject to a maximum of 10% of the total work order
value. The decision of competent authority of NII or the Director on the delay shall be
final and binding.
25. If bidder at any time makes default during currency of work or does not execute any part
of the work with due diligence or Commits default in complying with any of the terms
and conditions of the contract and does not initiate any remedy for it or takes effective
steps for its remedy or Fails to complete the work(s) or items of work with individual
dates of completion, on or before the date(s) so determined, and does not complete them
within the period specified in the notice given in writing in their behalf by the Engineer-
in-charge.
The Engineer- in-charge without prejudice to any other right or remedy against the bidder
which have either accrued or accrue thereafter to the Government, by a notice in writing
to take the part work / part incomplete work of any item(s) out of his hands and shall
have powers to take possession of the site and any materials, constructional plant,
implements, stores, etc., thereon; and/or Carry out the part work / part incomplete work
of any item(s) by any means at the risk and cost of the bidder.
26. Director, NII reserves the right to terminate the contract without any reference or
any notice period on account of poor workmanship, non-compliance of set
norms/specifications for the works, delay in progress of work, violation of any
contract provisions by the bidder, failure to start the work at NII, within 15 days
from date of issue of Letter of Intent (L.O.I).
27. NII shall be fully empowered to expel any of the agency‟s staff in case of any
indiscipline/misconduct/violence besides of that suitable action shall be taken against the
agency. All the decisions of the Competent Authority of NII shall be final and binding on
the agency.
28. The agency should take extra precaution to ensure that there is absolutely no damage to
the facility/laboratories/equipments of NII and if so done; suitable action shall be taken
against the agency and all decisions of the Competent Authority of NII shall be final and
binding on the agency.
29. Electricity shall be recovered as per actual basic and per unit cost shall be ₹ 12 per unit.
However, necessary piping, valve, wiring, cabling, lamps, energy meter, switches &
sockets, main switches, halogen/tube light fitting and tapping from existing
line/connection including labour have to be arranged by the bidder at their own risk &
cost.
30. The bidder shall supply materials at site with manufacturers test certificate and challan as
desired by the Engineer-in-charge.
9
31. All materials brought at site shall be got approved by the Engineer-in-charge before being
used. If rejected, the same shall be removed immediately. The material of only approved
make shall be brought at site.
32. The bidder shall depute their own security staff for watch and ward of their materials
supplied/ installed at site till the final handing over of the complete work and temporary
lockable shed/Almirah etc. shall be arranged by bidder at his own risk and cost. No
accommodation/ staff/ lockable space will be provided by NII under any circumstances.
33. The work done beyond 100% deviation limit or an extra item, the rate shall be worked
out based on prevailing market rate of the area. Also during the execution of work, the
agency may be required to execute certain additional/extra items in order to complete the
job/works beyond the BOQ for which no rates are available. As far as possible, the rates
shall be derived from nearest acceptable tender rates or DSR-2018 (E&M), DSR-2018
(civil). The rate of extra/substitute items shall be as per a rate analysis to be prepared by
the agency, based on prevailing market rates (1) cost of material (2) cost of direct labour
(3) agency over head & profit 10%, duly approved by NII before execution of work.
34. No escalation in any form either of cost of materials/labours shall be payable by the NII
during the contract period.
35. The bidder shall be solely responsible for any accident/medical/health related
liability/compensation for the personnel deployed by them at NII. The NII shall have no
liability in this regard.
36. The personnel employed by the bidder will not claim any right to become the employees
of NII and there will be no Employee and Employer relationship between the personnel
engaged by the bidder and NII.
37. No tent or hut shall be allowed to be put up for workers to stay within the campus. The
contractor is deemed to have inspected the site and thoroughly acquainted himself with
the site conditions, availability of storage space for materials etc.
38. It may be noted; that the entire staff and labour of the bidder will follow all the security
instructions issued by the NII from time to time and these instructions may include the
provisions to make suitable barricades or temporary wall fence to ensure that the labour
confines itself to the area of the work ONLY. Serious action will be taken in case any of
the bidder‟s workmen are found to be tampering with the Laboratory equipment and
property of the NII. Suitable damages will be recovered from the bidder‟s bills if anyone
is found to do so. All decisions of the Engineer-In Charge in respect of the same will be
final and binding on the bidder.
39. On completion of all work, bidder shall remove all surplus materials & leave the site in a
broom clean condition, failing which the same shall be done at bidder‟s risk & cost.
40. Bidder shall be responsible for taking/disposing off the all old dismantled waste materials
away from the campus. The disposal of such materials shall be done immediately after
completion of work at own risk & cost.
41. Mandatory and prescribed tests i.e air balancing, maintaining positive/negative pressure,
temp./RH balancing etc have to be carried out as requested for by the Engineer-in-
Charge.
42. The work shall be guaranteed for at least one year from the date of actual completion of
the work for both materials as well as workmanship.
43. The rates quoted by bidders should be realistic and workable for each and every
items. Quoting unrealistic/unreasonably lower or higher price will be treated as
non-responsive bid and will not be considered for further evaluation. The decision
of NII shall be final in this regards.
10
44. The bidder shall ensure compliance of all statutory laws & bye laws of the central Govt./
state Govt./Municipal authorities related to the employment of their staff and all
obligations under Minimum Wage Act, Workman Compensation Act, Provident Fund &
Miscellaneous Provision Act, Bonus Act & Contract Labour Act 1970 etc. NII will not be
responsible for such purposes in anyway.
45. Any claim, dispute or difference arising out of or in connection with this agreement and
which cannot be settled by mutual consultations, shall be referred to sole Arbitration or
an Arbitrator to be appointed by Director, NII. The award of the Arbitrator shall be final
and binding between the parties as per the terms and conditions of the Agreement to be
executed on award of contract. The Arbitrator proceeding shall be governed by the
Arbitration and Conciliation Act 1996 and shall be conducted in Delhi
The agreement is subject to the jurisdiction of the courts at Delhi.
(कायगपाऱक अभियंिा)
11
INSTRUCTIONS TO AGENCIES
1. The work is related to the fully functional animal research laboratories. The
work may be carried out on phase manner basis or as per site requirement.
Agencies are requested to read the complete tender carefully and satisfy them
self before submitting the tender. No query will be entertained after
submission of tender and decision of NII shall be final in this regards. In case
of shortfall of any documents/cost of tender/EMD, tender will summarily be
rejected and no queries will be entertained in this regard. Decision of the NII
authority shall be final in this regard.
2. Agency must fill in all blank spaces in the Bill of Quantities/Schedule of work
of the tender for which quantities have been indicated in near, legible and
correct entries, both in figures as well as in words. Alterations, erasures and
indistinct figures should be avoided. Failure to quote against all the items
could render the tender liable to rejection.
3. The tender should be signed in long hand, dated and witnessed at all places
provided therein. Also all pages, drawings, corrections/alterations should be
initialed / stamped.
4. Agency must be careful to deliver a bonafide tender. Any tender which
proposes any alterations to any of the conditions laid down which proposes
any other conditions or any description whatsoever is liable to be rejected.
5. Intimation of tenders‟ quotation by a telegram/fax will not be considered.
6. In view of postal and other delays, the tenders should be posted sufficiently in
advance of the last date fixed for receipt of tenders or be sent by a special
messenger. Tender received late shall be liable for rejection.
7. The prices shall be quoted for all items and shall be firm. The amount shall
include all plant, layout, materials, all temporary works, supervision, duties,
levies, insurance and every incidental and contingent cost and charges
whatsoever required completing the item of work in all respects conforming to
related specifications, drawings etc. however, GST shall be extra as
applicable.
8. Prices shall be written in ink and shall be entered both in figures and words (if
applicable). In case of discrepancy the figure quoted in words shall be taken as
accurate. In case of any discrepancy in the unit and amount, the unit rate shall
be taken as accurate.
9. The agency shall be deemed to have been allowed in his rates and prices for
the provision, maintenance and final removal of all temporary works of
whatsoever nature. No specific item of any or particular temporary shed/work
will be measured and paid for separately.
10. The agency shall include the proposed quality assurance program containing
overall quality management and procedural requirements to be adhered to
during the execution of the contract to maintain effective quality assurance
system as outlined by the recognized codes for various works in their offer,
along with quality assurance manual, officials responsible for the same and
their organizational approach for quality control.
12
निविदा जमा करि ेके लऱए सामान्य शर्तें/ GENERAL CONDITIONS
FOR SUBMISSION OF TENDER
1.0 Submission of Tender:
Tenders should be submitted in sealed envelopes in two parts separately, i.e.
"Technical Bid" (Part-I) and "Price bid" (Part-II). Both the parts should be
further sealed in an envelope super-scribing name of work, due date for opening,
Bidder‟s name & address. The tender duly filled in should be sent to above
mentioned address either by post or hand delivered in the tender box kept in the
area of reception, NII. NII will not be responsible for tenders lost in postal transit
or otherwise. It should not be handed over to any employee of the NII. Any
clarifications / amendments / corrigenda etc., to NIT before last date of
submission of bid will be available on our website www.nii.res.in and website
of CPPP . Bidder‟s are therefore advised to keep visiting our website. No tender
shall be accepted later than the time schedule specified above. Tender once
submitted will remain with the NII and will not be returned to any of the
Bidder‟s.
2.0 Technical Bid (Part-I) :
In this bid, the Bidder should submit his bidder profile, organizational setup,
credentials, list of plant, machinery & tools in his possession. The Bidder‟s are
required to attach entire NIT (except the price bid part) duly signed & stamped
as a token of acceptance of NIT conditions with this bid. NII reserves the right
to visit the working site mentioned by Bidder‟s to find out the quality of services
rendered. The following documents are essentially to be submitted with technical
bid for qualifying.
(i) Earnest Money Deposit of ₹ 3,00,000/- (Rupees Three Lakh Only).
(ii) Entire NIT (except Price bid) duly signed & stamped by the bidder.
(iii) All documents, undertaking & confirmation etc as asked in the
prequalification criteria.
(iv) The bidder shall attach copy of PAN Card.
(v) The bidder shall attach copy of GST registration number.
(vi) The bidder shall attach copy of agency RTGS details.
(vii) Agency has to submit a declaration (on their letter pad) that “they will
meet/fulfill all the items of scope of work & Technical specifications”
of NIT.
(viii) Cost of tender document i.e. ₹ 2,000/- (Rupees Two thousand Only)
(Non- refundable. However, In order to promote wider participation and
ease of bidding, no cost of tender document may be charged for the tender
documents downloaded by the bidders).
3.0 Price Bid (Part-II):
13
In this bid, the bidder is required to quote his items rates/prices for the
“Refurbishment of ACS (air conditioning system) with allied works in small animal
facility at NII, Delhi” in the schedule of work attached. The scope of work &
technical specifications are provided for your reference. The quoted prices shall be
excluding the GST. It is mandatory on bidder to quote all items rate as asked for
in the BOQ/ Schedule of work. Failure to adhere to this condition may lead to
rejection of tender. The Tenderer/Bidder should quote unconditional rates, neatly
written without any overwriting and duly signed & stamped in all pages.
4.0 Earnest Money :
An earnest money of ₹ 3,00,000/- (Rupees Three Lakh Only) has to be enclosed
along with the Technical Bid (Part-I). The EMD shall be only in the form of
Bank Demand Draft/pay order in favour of “Director, NII”, payable at New
Delhi. No Cheques/Cash shall be accepted as EMD. EMD of the unsuccessful
bidders shall be returned to them at the earliest after expiry of the final bid validity
and latest on or before the 30th day after the award of the contract. The EMD of
the successful agency (L1) shall be held back as security deposit or shall be
released after submission of PG.
5.0 Validity of Tender:
Tender shall be valid for our acceptance without any change in rates and NIT
conditions for a period of 60 days from the date of opening of Price Bid.
(कायगपाऱक अभियंिा)
14
Annexure-I
बोऱीदार्ता द्िारा घोषणा/Declaration by the Bidder
This is to certify that I/We before signing this tender have read and fully
understood all the terms and conditions contained herein and undertake
myself/ourselves to abide by them.
Enclosures:
1. DD/Pay Order No……………
2. Terms & conditions (each page must be signed and stamped with
the seal)
3. Financial Bid.
(Signature of Bidder with seal)
Name:
Address:
Date:
NOTE: Submission of all the documents mentioned above along with
declaration, is mandatory. Non submission of any of the documents
above will render the bid to be rejected. Also, Non adhering of any of
the conditions of NIT will render the bid to be rejected.
Annexure-II
15
प्रमाणपत्र / अडंरटेककंग Certificate/Undertaking
a) Certified that I / we have visited the site on ----------------------- and assessed the
nature and amount of work involved before submitting our offer. We will be able
to execute the work within the available site conditions.
b) I undertake that I / we have visited the place of " Refurbishment of ACS (air
conditioning system) with allied works in small animal facility at NII, Delhi”,
and noted the entry door / approach sizes/quantities, height of building, floor &
floor space, existing electrical connections etc.. Manpower & Materials supplied
by us will be suitable for in the existing location / condition with sufficient space
all around. No extra cost will be claimed by me later for any
difficulties/modifications involved for total execution of works as mentioned in
the tender. I also understand that the work is related with already
operating/functional animal facility and laboratories, so we are ready to work in
day / night hour subject to availability of site/space.
c) I undertake that I/we solely responsible for any accident/medical/health related
liability/compensation for the personnel deployed at NII during the execution
work (IN or OUT of the Institute‟s building in which our team members or
materials or equipments are involve); we will take full responsibility of it and
ready to compensate to the concern & NII and NII will not responsible for it at
any point of time.
(Signature of Bidder ) :
(NAME):
(SEAL):
(कायगपाऱक अभियंिा)
Note :
(i) A certificate for the site inspection should be duly signed by Engg-in-
charge or his representative as per annexure-II. Non-submission of this
certificate duly signed by Engg-in-charge will be treated as un-responsive
bid and dis-qualified automatically and will not be considered for further
evaluation.
(ii) Above certificate/ undertaking is to be given on the Letter head/pad
of the agency.
16
TECHNICAL SPECIFICATIONS
A.H.U.
The scope of this section, comprises the supply, erection, testing and commissioning of double
skin construction AHUs conforming to these Specifications and in accordance with
requirements of drawings and of the Schedule of Quantities.
The AHUs shall be double skin construction, draw-thru type comprising of various sections,
filter section, coil section and fan section, cell deck section etc and included in schedule of
quantities.
Supply AHUs : - SITC of factory built Eurovent certified multistage air processing unit/ AHU of
following capacity constructed out of 270 zinc coated, 0.80 mm thick pre-coated GP sheet from
outer side and 0.80 mm thick plain GP Sheet from inner side having density 42 Kg/cum PUF
injected, double skinned panel shall have separate section of blower, CHW coils, cell deck pad,
filters etc. Casing shall be of non - skeleton construction with thermal break profile AHU complete
with backward curved aerofoil blade plug fan direct driven type alongwith energy efficient motor
suitable for operations on 415 volts + 5 volts, 50 Hz, 3 phase AC supply, compatible with VFD
arrangement, chilled water cooling coils, hot water/ heating coils with aluminium fins and copper
tubes, pre-filter EU-4 (box type) & EU-7 fine filter box type on common frame, cell deck pad of
following thickness in cell deck section, drain connections with stainless steel drain tray and
necessary vibration isolator to avoid any vibration, connecting flanges including making
construction of foundation blocks etc and design/ erection of suitable ratings variable frequency
drive/ variable speed drive for saving of energy and application for animal facilities/BSL/clean
room AHU etc including connecting with AHU motors etc as required.
The air handling capacities, maximum motor horse power and static pressure shall be as selection
of Eurovent Certification and in Schedule of Quantities.
Exhaust AHUs Supply, Installation, testing & commissioning of following capacity floor
mounted/ tailor made design type double skin exhaust air unit fabricated out of 0.80mm thick GI
pre-coated sheet on outer side and 0.80mm thick GI plain sheet on inner side having PUF injected
insulation with 25mm thickness density not less than 32 kg/m3, sandwitched between GI sheet
panel for acoustic & thermal application comprising of energy efficient plug fan/Centrifugal fan
with TEFC weather proof motor of IP-55 class F insulation, EFF 1, Direct/Belt drive and direct-
drive/pulley mounted on motor and fan shaft, belt guard, motor & fan mounted on common base
plate/suitable arrangement. Fan assembly shall be statically and dynamically balanced. Eurovent
approved/AMCA approved blower unit complete as per specifications, this item also includes pre-
filter & carbon filters including making construction of foundation blocks/MS frame as required
and providing/ erection of suitable ratings variable frequency drive/ variable speed drive for saving
of energy and application for animal facilities/BSL/clean room AHU etc including connecting with
EA unit motors etc as required
Note: - The entire framework of supply & exhaust AHU shall be mounted on an aluminium alloy
or galvanized steel or heavy duty engineering composite material (depending on size) channel base
as per manufacturer‟s recommendation. Panels shall be assembled together to form an enclosure
that is capable of low air leakage potential. Handles shall be made of hard nylon and all access
panels should be openable with Allen key arrangement. Units supplied with various sections shall
be suitable for onsite assembly with continuous foam gasket and properly sealed with sealing
compound. All fixing and gaskets shall be concealed. All access door must have EPDM grooved
17
type gaskets of minimum 10mm thickness. Units shall have hinged or removable type quick
opening access door in the fan section and also in filter section where filters are not accessible from
outside. Access doors shall be double skin type. All the section of air handling units should be
accessible for easy maintenance.
Condensate drain pan, humidifier tank, water storage tank etc shall be fabricated from minimum 20
gauge stainless steel (SS304) sheet with all corners welded.
MOTOR AND DRIVE
Fan motors shall be energy efficient and shall be 415±10% volts, three phases, totally enclosed fan-
cooled class F, with IP-11 protection. Motors shall be especially designed for quiet. Drive to fan
shall be provided through belt-drive/ Direct drive arrangement. Belts shall be of the oil-resistant
type. To maintain class of cleanness, for three stage filtration AHUs, belt drive shall not be used
and direct driven plug fans shall be used. Frequency converter (VFD) for energy saving, shall be
supplied by the AHU manufacturer for all AHUs with direct driven fans.
FAN
Fans shall be backward curved Plenum plug fan (or as per Engg.-in-charge) with aerofoil design
blades so as to give maximum efficiency for given duty condition. In case of Plug fan, the entire
fan with casing will be certified by a reputed 3rd
party internationally acclaimed certifying body
like Eurovent/ AMCA, and the entire Fan + Motor assembly will be balanced at supplier‟s works
before dispatch . Fans driven by variable frequency drive shall be backward inclined irrespective of
static pressure value. Fans shall be selected for high efficiency (> 70%). Fan wheels shall be
made of MS epoxy coated/composite material in case of plug fans. Fan array with multiple fans
should be used for capacities more than 11000 CMH. Plug fans in fan array shall have individual
VFDs for every motor fan set. Certified Computerized selection for AHU shall be with fan
selection and sound level spectrum. Complete AHU sound level should be given in computerized
selection sheet instead of sound level of bare fan.
Motors shall be mounted inside the AHU casing on rigid frame/ slide rails for alignment, and be
totally enclosed, fan cooled, to be class `F‟ insulation.
Heavy duty anti-vibration mounts shall be provided for isolating the unit casing. Fire retardant,
waterproof silicone rubber impregnated flexible connection shall be provided at the fan inlet/
discharge.
COOLING COILS
Chilled water coils shall have 12.1 to 11 mm dia (O.D) tubes minimum 0.31 mm thick with
fins firmly bonded to copper tubes assembled in zinc coated steel frame. Face and surface areas
shall be such as to ensure rated capacity from each unit and such that the air velocity across
the coil shall be around 110 meters per minute. Where, air velocity of coil is more than 150meter
per minutes, additional PVC eliminator should be provided to avoid water carryover. The coil shall
be pitched in the unit casing for proper drainage. The coil shall have MS header with chilled water
supply & return connections protruding out of AHU casing by minimum 110 mm and fitted with
MS stub for copper head for connection with MS pipe. Each coil shall be factory-tested at 21 kg
per sq. m air pressure under water. Tubes shall be mechanically expanded for minimum thermal
contact resistance with fins. Fin spacing shall be 4 - 1 fins per cm. Water pressure drop in coil shall
not exceed 10 PSIG. Certified Computerized selection for AHU shall be submitted with coil
selection.
FILTERS
18
Each unit shall be provided with a factory assembled filter section containing washable synthetic
type air filters having aluminium frame. Filter media and frame shall be rust proof and corrosion
resistant. The filter shall have minimum 90% efficiency down to 10 microns. The media shall be
supported with HDP mesh on one side and aluminium mesh on other side. Filter banks shall be
easily accessible and designed for easy withdrawal and renewal of filter cells. Filter framework
shall be fully sealed and constructed from aluminium alloy.
Pipe Line
Supplying, Laying/ fixing, testing and commissioning of heavy duty pipe line of nominal sizes (as
given in BOQ) of chilled water piping inside the building (with necessary clamps, vibration
isolators and fittings but excluding valves, strainers, gauges etc.) duly insulated with fire retardant
quality expanded polystyrene moulded pipe sections of density 24 kg / cu.m insulation covered
with a layer of 120 gm/sqm polythene sheet (vapour barrier) and finally applying 0.63mm
aluminium sheet cladding complete with type3 , grade 1 roofing feItstrip(as per IS:1322 as
amended up to date ) at joints and repairing of damage to building etc. as per specifications and as
required.
Insulation: Supplying, Laying/ fixing, testing and commissioning of fire retardant quality expanded
polystyrene moulded pipe sections of density 24 kg / cu.m with a layer of 120 gm/sqm polythene
sheet (vapour barrier) on existing pipe and finally applying 0.63mm aluminium sheet cladding
complete with type 3 , grade 1 roofing feltstrip(as per IS:1322 as amended up to date ) at joints etc.
as per specifications and as required
DAMPER
Dampers shall be opposed blade type. Blades shall be made of double skinned aerofoil aluminium
sections with integral gasket and assembled within a rigid extruded aluminium alloy frame. All
linkages and supporting spindles shall be made of aluminium or nylon, turning in teflon
bushes. Manual dampers shall be provided with a Bakelite knob for locking the damper blades in
position. Linkages shall be extended wherever specified for motorised operation. Damper frames
shall be sectionalised to minimise blade warping. Air leakage through dampers when in the closed
position shall not exceed 1.1% of the maximum design air volume flow rate at the maximum
design air total pressure.
DUCTING
This section covers the general requirements for sheet metal ductwork for air distribution with
associated items such as air outlets and inlets, fresh air intake and fire dampers. All ducts shall be
fabricated from Galvanized Sheet Steel (GSS). Ducts shall be fabricated at site as per requirement.
The interior surfaces of the ducting shall be smooth.
Ducts shall be supported independently from the building structure and adequately, to keep the
ducts true to shape. The support spacing shall be not more than 2 m or as per site requirement.
Where ducts cannot be suspended from ceiling, wall brackets or other suitable arrangements, as
approved by the Engineer-in-charge shall be adopted. Neoprene or other vibration isolation packing
of minimum 6 mm thickness shall be provided between the ducts and the angle iron
supports/brackets. Vertical duct work shall be suitably supported at each floor by steel structural
members.
19
Duct connections to the air-handling unit shall be made by inserting a double canvas sleeve 100
mm long or as per site requirement. The sleeve shall be securely bonded and bolted to the duct and
unit casing.
The necessary openings and the wooden framework for fixing the duct, grilles etc shall be carried
out/provided by the contractor. The location of these outlets/ inlets is subject to change and the
approval of the Engineer-in-Charge shall be obtained before finally fixing the grilles/diffusers in
position.
In installing fresh air intakes, no fixing device shall be visible from the face of the frame. Where
louvers are to be fixed in masonry or concrete, fixing shall be with either expanding plugs or raw
plugs. Where the louvers are to be fixed in steel or wood, non-ferrous screws or bolts shall be used.
Supply air outlets and return air intakes shall be anodized/ powder coated aluminium to the desired
colour to match the surroundings wall/ceiling. The fresh air intakes shall be anodized/ powder
coated aluminium as approved by the Engineer-in-Charge. The paint colour shall be approved by
the Engineer-in-Charge.
All damages to the finish of the structure during the installation work shall be made good by the
air-conditioning contractor before handing over the installation to the Department.
FIRE DAMPER
Fire dampers shall be provided in all the supply air ducts and return air ducts (where provided),
return air passage in the air-handling unit room and at all floor crossings. Access door will be
provided in the duct before each set of fire dampers.
Fire dampers shall be multi blade louvers type. The blade should remain in the air stream in open
position & shall allow maximum free area to reduce pressure drop & noise in the air passage. The
blades and frame shall be constructed with minimum 1.6mm thick galvanized sheet & shall be
factory fitted in a sleeve made out of 1.6mm galvanized sheet of minimum 400mm long. It shall be
complete with locking device, motorised actuator & control panel.
Fire dampers shall be motorised smoke & fire dampers type. It shall be supplied with spring loaded
UL stamped fusible link to close fire damper in the event of rise in duct temperature. Fire damper
shall also close on receipt of fire alarm signal to cut off air supply instantaneously. An electric limit
switch shall also be operated by the closing of fire damper, which in turn shall switch off power
supply to AHU blower motor as well as strip heaters.
Fire dampers shall be CBRI tested & certified for 90 minutes rating against collapse & flame
penetration as per UL 555-1995.(Under writers laboratories)
Fire dampers shall be compatible with the fire detection system of building & shall be capable of
operating automatically through an electric motor on receiving signal from fire alarm panel.
Necessary wiring from AHU electric panel to fire damper shall be provided by air conditioning
contractor.
PAINTING: - Shop coats of paint that have become marred during shipment or erection shall
be cleaned off with mineral spirits, wire brushed and spot primed over the affected areas, then
coated with paint to match the finish over the adjoining shop painted surface.
20
PERFORMANCE DATA: - Air handling unit 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 and verified at the time of testing and
commissioning of the installation. Computerized selection for air handling units shall be provided
through 3rd
party certified software for all the FMUs.
TESTING: - Cooling capacity of various air handling unit models be computed from the
measurements of air flow and dry and wet bulb temperatures of air entering and leaving the coil.
Flow measurements shall be by an anemometer and temperature measurements by accurately
calibrated organic liquid (red) thermometers. Computed results shall conform to the specified
capacities and quoted ratings. Power consumption shall be computed from measurements of
incoming voltage and input current
ELECTRICAL WORK
Supply, installation, testing and commissioning of MV Panel Boards cubical type,
compartmentalised design fabricated from 2 mm thick CRCA sheet having necessary cable
alleys, powder coated through nine tank process facility for pricking and degreasing, dust and
vermin proof, suitable for operation on 440 V 3 phase, 50 Hz, A.C. supply with necessary
MCCBs / MCBs / MPCBs ELECTRICAL WORKS : and other accessories, IP 44 Protection
complete in all respects including internal wiring, labels, ferrules, cable termination,
gland plates, earth terminals, painting etc. conforming to specifications. All MCCB shall
be with Rotary handle and pad locking arrangements complete with incoming and
outgoing feeders and accessories as described below:
Note:-
i). Wall mounted/ floor frame arrangement is included in the scope of work.
ii). Panel shall be design as per site requirement, nothing shall be paid extra on account of change
in outgoing switchgears nos. & ratings but not change main incomer capacity. Bidder shall access
the site condition and quote accordingly.
iii) Repairing of existing old AHUs main electrical panels including replacement of defective parts
and providing additional parts (MS supports, MCCB, MCB, NO/NC contacts, relay, contactor,
wires etc) as per site requirement.
(कायगपाऱक अभियंिा)
21
SPECIAL CONDITIONS OF CONTRACT
1.GENERAL
These special conditions are intended to amplify the General Conditions of Contract, and
shall be read in conjunction with the same. For any discrepancies between the General
Conditions, Technical specification, schedule of work/BOQ and these Special Conditions, the
more stringent shall apply.
Site Location : New Delhi
Geographic Location : 28.35 Deg N
Outdoor Design Conditions
a) Summer : Dry Bulb Temperature 43 Deg C (110 degree F)
Wet Bulb Temperature 24 Deg C (75 degree F)
b) Monsoon : Dry Bulb Temperature 35 Deg C (95 degree F)
Wet Bulb Temperature 28 Deg C (83 degree F)
c) Winter : Dry Bulb Temperature 7 Deg C (45 degree F)
Wet Bulb Temperature 5 Deg C (41 degree
Indoor Design Conditions
Indoor design conditions for Centrally Air Conditioned spaces shall be as follows:
DB: (21 + 1 Deg C)
RH: 57+ 5%
Fresh Air 100% fresh air
Quantity as per cooling load calculations
Water Chilling Machine:
Performance rating of the water chilling units shall be based on following design parameters :
Temperature of chilled water entering chiller : 52 Deg F (11 Deg C)
Temperature of chilled water leaving chiller : 42 Deg F (6 Deg C)
Air handling units:
Maximum face velocity across filters : 100M / Min.
Maximum face velocity across cooling coils : 150 M / Min.
Maximum fan outlet velocity : 750 M/ Min.
Maximum fan speed : 1000 RPM
Maximum fan motor speed : 1450 RPM
Duct design:
Maximum flow velocity : 450 M/Min.
Maximum friction : 1 cm WG/100 M Run
Maximum velocity at supply air outlet : 150 M / Min.
2. SCOPE OF WORK
The general character and the scope of work to be carried out under this contract is
illustrated in Specifications and Schedule of Quantities. The Contractor shall carry out and
complete the said work under this contract is every respect in conformity with the contract
documents and with the direction of and to the satisfaction of the Engg.-In-charge. The
contractor shall carried out/furnish all design, drawing, labour, materials and equipment as
per site requirement and as listed under Schedule of Quantities and specified otherwise,
22
transportation, loading-unloading and incidental necessary for supply, installation, testing
and commissioning of the air conditioning system with associated items as described in the
Specifications & tender. This also includes any material, equipment, appliances and
incidental work not specifically mentioned herein or noted on the Drawings/Documents as
being furnished or installed, but which are necessary and customary to be performed under
this contract without any extra cost. The system/work shall also comprise of following:
a. Air handling units (AHUs)
b. Sheet metal ducts inclusive of external insulation, acoustic lining, canvas connections,
silencers, volume control dampers and smoke dampers as required.
c. Supply and return air registers and diffusers.
d. Insulation of pipes, pumps and tanks.
e. Vibration isolators for all HVAC equipment.
f. Automatic controls and instruments
g. Wiring and earthing from controls panels to various refrigeration, air conditioning and
mechanical ventilation equipment, control wiring and interlocking.
h. Cutting holes, chases and the like through all types of non structural walls, and
finishing for all services crossings, including sealing, frame work, fire proofing,
providing sleeves, cover plates, making good structure and finishes to an approved
standard.
i. Balancing, testing and commissioning of the entire HVAC and mechanical
ventilation installation.
j. Test reports, list of recommended spares, as-installed drawings, operation and
maintenance manual for the entire HVAC installation.
k. Wastage on materials and labour
l. The tender shall take into account the expenses of dismantling, design, drawing, pre-
commissioning tests etc to be conducted as per specification of the complete
installation in consultation with NII.
m. Dismantling of existing AHUs, panels, cables wire, nitrile insulation duly covered with
FRP treatment, glass wool insulation, pipe, valves etc required for new installation.
n. Dismantling of existing electro-mechanical items i.e pipes, valve, wiring, switch,
socket, plates, fixtures, cable, fire alarm system, fire fighting system etc and making
suitable arrangement for the installation of new items (within the campus).
o. The work is also including temporary shifting/re-installation/connection of existing
piping & ducting etc to run the pumps/AHU and other items as required as per site
condition are in the scope of successful bidder including all labour & material. No extra
charge shall be paid by NII on part of labour/material/tools etc required for temporary
shifting/re-installation/connection work.
p. Providing suitable of cable tray, MS angle, supports, nut-bolts, fast nut with accessories
and associated items (associated items of fire alarm & fire fighting system, if required)
etc as per site requirement and as approved by Engg-in-charge. No extra charge shall
be paid for these.
q. Minimum two coat Enamel painting work in plant room and utility room for items
associated with HVAC & Electrical system. No extra charge shall be paid for these.
23
3. ASSOCIATED CIVIL WORKS
Following civil works associated with HVAC installation are included in the scope of this
contract.
i. PCC foundation blocks or angle iron frame work edging for all motor control centre.
ii. PCC foundation blocks for all air handling units.
iii. Masonry drain channels
iv. Supply and fixing of G.I/wooden frame for mounting of grilles in masonry walls.
v. Supply and fixing of GSS frame for mounting of grilles / diffusers in false ceiling/
boxing.
4.TECHNICAL DATA
Each tenderer shall submit alongwith his tender, the technical data for all items, selection
chart, shop drawing of individual AHU, floor wise shop drawing of complete system. Failure
to furnish complete technical data, documents, drawings etc with tenders may result in
summary rejection of the tender.
5. SHOP DRAWINGS
All the shop drawings shall be prepared on computer through AutoCAD System based on
site measurements and Interior Designer's Drawings. All heat load calculations shall be done
using latest version of HAP or Trace 600 only. The contractor shall furnish, for the approval
of the Engineer in charge, two sets of detailed shop drawings of all equipment and materials
including layouts for AHU rooms, fan rooms, fan units, ventilation fans; detailed ducting
drawings showing exact location and type of supports, valves, fittings etc; acoustic lining
and external insulation details for ducts, pipes insulation etc; electrical panels inside/outside
views, power and control wiring schematics, cable trays, supports and terminations. These
shop drawings shall contain all information required to complete the Project as per. These
Drawings shall contain details of construction, size, arrangement, operating clearances,
performance characteristics and capacity of all items of equipment. Each shop drawing shall
contain tabulation of all measurable items of equipment/materials/works and progressive
cumulative totals from other related drawings to arrive at a variation-in-quantity statement at
the completion of all shop drawings. Minimum 7 sets of drawings shall be submitted after
final approval along with soft copy. Each item of equipment/material proposed shall be a
standard catalogue product of an established manufacturer strictly from the manufacturers
listed and quoted by the tenderer in technical data part.
6. QUIET OPERATION AND VIBRATION ISOLATION
All equipment shall operate under all conditions of load without any sound or vibration
which is objectionable in the opinion of the Owner's site representative. In case of rotating
machinery sound or vibration noticeable outside the room in which it is installed, or
annoyingly noticeable inside its own room, shall be considered objectionable. Such
conditions shall be corrected by the Contractor at his own expense. The contractor shall
guarantee that the equipment installed shall maintain the specified NC levels.
7. TESTING AND BALANCING
After the installation of the entire air distribution system is completed in all respects, all
ducts shall be tested for air leaks by visual inspection.
The entire air distribution system shall be balanced using an anemometer. Air balancing
shall be done as per site requirement. Measured air quantities at fan discharge and at various
outlets shall be identical to or less/excess than 5 percent in excess of those specified and
24
quoted. Branch duct adjustments shall be permanently marked after air balancing is
completed so that these can be restored to their correct position if disturbed at any time.
Complete air balance report shall be submitted for scrutiny and approval, and four copies of
the approved balance report shall be provided with completion documents.
8. COMPLETION DRAWINGS
Contractor shall periodically submit completion drawings as and when work in all respect is
completed in a particular area. These drawings shall clearly indicate complete room layouts,
ducting and piping layouts, location of wiring and sequencing of automatic controls, location
of all concealed piping, valves, controls, dampers, wiring and other services.
9. OPERATING INSTRUCTION & MAINTENANCE MANUAL
Upon completion and commissioning of system the contractor shall submit a draft copy of
comprehensive operating instructions, maintenance schedule and log sheets for all systems
and equipment included in this contract. This shall be supplementary to manufacturer's
operating and maintenance manuals. Upon approval of the draft, the contractor shall submit
four (4) complete bound sets of type written operating instructions and maintenance
manuals. These manuals shall also include basis of design, detailed technical data for each
piece of equipment as installed, spare parts manual of maintenance of each equipment.
10. PERFORMANCE GUARANTEE
The contractor shall carry out the work in accordance with the Drawings, Specifications,
Schedule of Quantities and other documents forming part of the Contract.
The contractor shall be fully responsible for the performance of the selected equipment
(installed by him) at the specified parameters and for the efficiency of the installation to
deliver the required end result. The contractor shall guarantee for the installed system an
uptime of 98%.
The contractor shall guarantee that the HVAC system as installed shall maintain the inside
conditions in the air-conditioned spaces as described under "Design Condition" in the
specifications.
In case of shortfall in any month during the defects liability period, the Defect Liability
period shall get extended by a month for every month having shortfall and no reimbursement
shall be made for the extended period.
11. TOOLS & TACKLES
Agency to supply new tools for the maintenance of the equipment exclusively. These tools
should be separately packed and shipped alongwith suitable size of tool box. Minimum
tentative list of tools is enclosed. Agency to confirm suitability of the following tools for their
equipment. If any addition /new list is required for the system, it may please be furnished and
will be decided during detailed engineering.
a. Adjustable spanners, 445mm long.............................02nos.
b. Adjustable spanners (with soft grip), 380mm long...02nos.
c. Combination Pliers, 255/300......................................02nos.
d. Long Nose Pliers280mm............................................02nos.
e. Pipe wrenches (stillson type)600mm.........................02 nos
f. Pipe wrenches (stillson type)900mm.........................02 nos
g. Socket set 9.5mm (3/8) square drive, S3/8H (14sockets & 6accessories) ............01 set
h. Socket set 12.7mm (1/2) square drive, S-14H (22sockets & 5accessories)............01 set
i. Sledge hammer 1800Gms with hickory wood handle.................01no
j. Sledge hammer 1350Gms with hickory wood handle.................01no
25
k. Cross pin hammer 500Gms with wood handle......................01no
l. Club hammer 800Gms with hickory wood handle................01no
m. Double ended spanners sets (Product no. Dep12)...................02set
n. Ring Spanners set (product no. 1812).....................................01Set
o. Ring Spanners set (product no. RW09)...................................01Set
p. Bolt cutter (product no. BC-36) with three extra blade set.....01no
q. Aviation tin cutter with spring (product no. ATS10)...............01no
r. Cable cutter (product no. CCS10)............................................01no
s. Double ended spanners (32x36, 36x41,41x46, 46x50)...........01set
t. Screw driver (product no. 931, 930).........................................01 set
u. Insulated Screw driver (product no. 9381, 9281)....................01 set
v. Screw driver set (product no. 840)............................................01Set
w. Allen key set (mm size, product no. KM9V)..............................01Set
x. Allen key set (inch size, product no. KI 10V)..............................01Set
y. Clamp meter, 3150 MECO.........................................................01 no
z. Phase sequence indicator model PSI2016, MECO.....................01no
aa. Clamp-on earth/ground resistance & leakage current tester, model 46808BLC,
MECO...01no.
bb. Flexible head ratched with soft handle suitable for mentioned socket (any standard
make)..01no.
12. The Agency should ensure the availability of related components and other
accessories required for the smooth functioning of the entire project, for the next
five years.
13. All prospective Agencies are advised to note that they are expected to quote
invariably for all the categories of work/items especially for the AMC/CAMC rates
and other listed items under Price bid, failing which their tenders will not be
considered for further evaluation. It is further noted that the Competent Authority
in the Institute would decide as to whether it should consider awarding the
AMC/CAMC work at the time of finalisation.
(a) Rates for undertaking the AMC for the next five years after completion of
warranty period, for the complete project year-wise.
(b) Rates for undertaking the Comprehensive AMC (CAMC) for the next five
years, after completion of warranty period, for the complete project, year-
wise
(c) Similarly the Unit price for the listed items ( for SITC) mentioned below
should be quoted for the next five years, year-wise.
i) Motors
ii) Pumps
iii) VFD
iv) MCCB (as mentioned in BOQ)
v) MCB (as mentioned in BOQ)
vi) MPCB (as per design)
vii) Hepa filters
viii) Pre filters
ix) Fin filters
x) Carbon filters
xi) 4RD chilled water coil
26
xii) 2RD hot water coil
xiii) Belts
xiv) Blowers
xv) Heavy duty MS pipe upto 80mm (per Mtr.)
xvi) Contactors
xvii) Actuators
xviii) Sensors
xix) Heater Element
27
Abbreviation -
1. ACS :- Air conditioning system
2. AHU : - Air handling unit
3. MCB : - Miniature Circuit Breakers
4. MCCB : - Molded Case Circuit Breaker
5. MPCB : - motor protection circuit breaker
6. M.S pipe : - Mild Steel Pipe
7. AMC :- Annual Maintenance Contract
8. CAMC : - Comprehensive Annual Maintenance Contract
9. SITC : - Supply, installation, testing and commissioning
10. BOQ : - Bill of Quantity
11. HVAC : - Heating, Ventilation and Air Conditioning
12. SAC : - Split air conditioning
13. GP sheet :- Galvanized Plain Sheet
14. CPPP : - Central Public Procurement Portal of Government of India
15. NII : - National Institute of Immunology
16. EMD : - Earnest money deposit.
17. PAN : - Permanent Account Number
18. GST : - Goods and Services Tax
19. P&L Account: - Profit and Loss (P&L) statement
20. ITR :- Income Tax Return
28
LIST OF APPROVED MAKES
1. AHU/ AHU Exhaust : - STULZ/BLUE STAR/VTS/FEDDERS LLYOD/BAE/VKE/ Systemair/Zeco
2. SPACE HEATER : - GIRISH & CO, TELELAC, Dasspass
3. MCCB/MCB/MPCB/Contactor : - L&T/Siemens/C.G/ABB
4. Meters : - L&T/Siemens/ELTRAC/ABB
5. Indicators/Push Button/Selector switch : - L&T/Siemens/Salzer/KAYCEE/VAISHNO
6. Wire & Control cables : - Finolex/Havells/Gloster/CMI
7. Power cable : - Finolex/Havells/Gloster/CMI
8. M.S Pipe/GI pipe (C class/heavy duty) : - Jindal/TATA/MSL
9. LRB Insulation/glass wool insulation : - LLOYD /UP-TWIGA/owen coming/Rockwool India
10. Butterfly valve : - AUDCO/ADVANCE/SIEMENS
11. Ball Valve : - SANT/ AUDCO/ADVANCE
12. Strainer : - EMERALD/SANT/ AUDCO/ADVANCE
13. Pump/Motor : - Kirloskar/Crompton/KSB/Siemens
14. Cable gland/Lugs : - Commet/ Dowels/ Electrica
15. GI Sheet : - Sail/Jindal/Tata
16. Panel : - Unique Power Control/Tricolite/Advance/L&T/Siemens
17. Insulation : - Armaflex/A-flex/Armacell
18. Grill/diffuser/damper : - Caryaire/ Opella/ravistar/Airflow/Cosmic
19. Air/hepa/micro/bag Filters : - Thermadyne/, American air filter/Camfil air filter
20. Actuator : - Siemens/Belimo/Emerson Electric
21. Tools & tackles : - Taparia, MECO
22. Fan / Blower :- Kruger / Nichotra
(कायगपाऱक अभियंिा)
29
Price bid
Schedule of work
Name of Work: - Refurbishment of ACS (air conditioning system) with allied works in small
animal facility at NII, Delhi
S.No. Description of Items Qty. Unit Rate Amount
1 Dismantling & removal of following capacities Air
Handling Units alongwith PUF injected cabinets,
blower, motors, evaporators pads, cooling coils, pulley
drives, belts etc, disconnecting of metallic connections,
ducts, canvass connections, chilled water pipes,
Humidifier pipes, other accessories, electrical cables,
control cables, BMS cables/wires, earthing strips/wires
etc connected with outlived AHU. The job includes
complete dismantling & removal of AHU with lifting
& shifting as per direction of Engineer-in-charge for
buy back of units, crane charges, heavy labour, chain
pulley blocks etc as required and as approved by Engg-
in-charge
a) 15572 CMH 2 Nos.
b) 11900 CMH 2 Nos.
c) 6035 CMH 2 Nos.
2 Dismantling & removal of following capacities Exhaust
Air Units alongwith PUF injected cabinets, blower,
motors, pulley drives, belts etc, disconnecting of
metallic connections, ducts, canvass connections, other
accessories, electrical cables, control cables, BMS
cables/wires, earthing strips/wires etc connected with
outlived EA Units. The job includes complete
dismantling & removal of EA Units with lifting &
shifting as per direction of Engineer-in-charge for buy
back of units, crane charges, heavy labour, chain pulley
blocks etc as required and as approved by Engg-in-
charge
a) 7310 CMH 1 Nos.
b) 12512 CMH 1 Nos.
c) 9520 CMH 1 Nos.
d) 4165 CMH 1 Nos.
e) 17000 CMH 1 Nos.
f) 1275 CMH 1 Nos.
30
3 SITC of factory built Eurovent certified multistage air
processing unit/ AHU of following capacity constructed
out of 270 zinc coated, 0.80 mm thick pre-coated GP sheet
from outer side and 0.80 mm thick plain GP Sheet from
inner side having density 42 Kg/cum PUF injected, double
skinned panel shall have separate section of blower, CHW
coils, cell deck pad, filters etc. Casing shall be of non -
skeleton construction with thermal break profile AHU
complete with backward curved aerofoil blade plug fan
direct driven type alongwith energy efficient motor
suitable for operations on 415 volts + 5 volts, 50 Hz, 3
phase AC supply, compatible with VFD arrangement,
chilled water cooling coils, hot water/ heating coils with
aluminium fins and copper tubes, pre-filter EU-4 (box
type) & EU-7 fine filter box type on common frame, cell
deck pad of following thickness in cell deck section, drain
connections with stainless steel drain tray and necessary
vibration isolator to avoid any vibration, connecting
flanges including making construction of foundation
blocks etc and design/ erection of suitable ratings variable
frequency drive/ variable speed drive (configuration shall
be done with close co-ordination/integration of BMS
system or the concern agency, no extra cost shall be paid
for this) for saving of energy and application for animal
facilities/BSL/clean room AHU, etc including connecting
with AHU motors etc as required and as approved by
Engg-in-charge
a) 17129 CMH 4RD - 4RD - 2RD - 115mm - 2 SF CHW,
75mm WGSP 2 Nos.
b) 13090 CMH 4RD - 4RD - 2RD - 115mm - 2 SF CHW,
75mm WGSP 2 Nos.
c) 6635 CMH 4RD - 4RD - 2RD - 62mm - 3 SF CHW with
HEPA Filter (EU-13) , 100mm WGSP similar to existing 2 Nos.
4 Supply, Installation, testing & commissioning of
following capacity floor mounted/ tailor made design type
double skin exhaust air unit fabricated out of 0.80mm
thick GI pre-coated sheet on outer side and 0.80mm thick
GI plain sheet on inner side having PUF injected
insulation with 25mm thickness density not less than 32
kg/m3, sandwitched between GI sheet panel for acoustic
& thermal application comprising of energy efficient plug
fan/Centrifugal fan with TEFC weather proof motor of IP-
55 class F insulation, EFF 1, Direct/Belt drive and direct-
drive/pulley mounted on motor and fan shaft, belt guard,
motor & fan mounted on common base plate/suitable
arrangement. Fan assembly shall be statically and
dynamically balanced. Eurovent approved/AMCA
approved blower unit complete as per specifications, this
item also includes pre-filter & carbon filters including
making construction of foundation blocks/MS frame as
required and providing/ erection of suitable ratings
variable frequency drive/ variable speed drive
(configuration shall be done with close co-
ordination/integration of BMS system or the concern
agency, any kind of extra cost shall not be paid for this)
for saving of energy and application for animal
facilities/BSL/clean room AHU etc including connecting
with EA unit motors etc as required and as approved by
Engg-in-charge
31
a) 8041 CMH at 40mm WG SP without carbon filter 1 Each
b) 13763 CMH at 40mm WG SP 1 Each
c) 10472 CMH at 40mm WG SP 1 Each
d) 4500 CMH at 40mm WG SP 1 Each
e) 18000 CMH at 40mm WG SP 1 Each
f) 1400 CMH at 40mm WG SP without carbon filter 1 Each
5 Supplying, Laying/ fixing, testing and commissioning
of following nominal sizes of chilled water piping
inside the building (with necessary clamps, vibration
isolators and fittings but excluding valves, strainers,
gauges etc.) duly insulated with fire retardant quality
expanded polystyrene moulded pipe sections of density
24 kg / cu.m insulation covered with a layer of 120
gm/sqm polythene sheet (vapour barrier) and finally
applying 0.63mm aluminium sheet cladding complete
with type3 , grade 1 roofing feItstrip(as per IS:1322 as
amended up to date ) at joints and repairing of damage
to building etc. as per specifications, as per site
requirement and as approved by Engg-in-charge.
a) 125mm dia.(50mm thick insulation) 20 Metre
b) 100mm dia. (50mm thick insulation) 20 Metre
c) 80mm dia. (50mm thick insulation) 20 Metre
6 Supplying, Laying/ fixing, testing and commissioning
of following thickness fire retardant quality expanded
polystyrene moulded pipe sections of density 24 kg /
cu.m duly covered with a layer of 120 gm/sqm
polythene sheet (vapour barrier) on existing pipe and
finally applying 0.63mm aluminium sheet cladding
complete with type3 , grade 1 roofing feltstrip(as per
IS:1322 as amended up to date ) at joints etc. as per
specifications, as per site requirement and as approved
by Engg-in-charge.
a) 50mm 40 Sqm
b) 40mm 10 Sqm
c) 25mm 10 Sqm
7 Supplying, laying, fixing, testing and commissioning of
following thickness closed cell elastrometric nitrile
rubber of class '0' applied by suitable adhesive, as per
specifications and as required complete in all respect
with accessories and as approved by Engg-in-charge
a) 32mm 10 Sqm
32
b) 19mm 10 Sqm
8 Supplying, fixing, testing and commissioning of
following sizes Motorized Butter fly Valve with CI
Body, SS Disc,O - ring and minimum PN-16 pressure
rating , conforming to BS 5155, IS 13095, with IP-55
actuator, capable of accepting upto 10V DC , and upto
20mA electric signal and providing similar transduced
feedback output to control system as required with
accessories and as approved by Engg-in-charge
a) 100mm dia. 12 Each
b) 80mm dia. 12 Each
c) 50mm dia. 12 Each
9 Y - STRAINER of Ductile CI Body flanged ends with
stainless steel strainer (< 3mm mesh) for chilled / hot
water circulation including insulation as specified with
accessories and as approved by Engg-in-charge
a) 100 mm dia 6 Each
b) 80 mm dia 6 Each
c) 50 mm dia 6 Each
10 Providing and fixing in position the industrial type
pressure gauges , brass bourdon tube type, 150 mm Dial,
3/8" BSP bottom connection, 0-7 kg. Per sq.cm (0-100 psi
). including and shall be connected to the pipes by welding
socket, GI nipple, S.S. Ball valve ( Shenco - Make ), S.S.
U-tube, S.S. Nipple, pressure gauge , with gun metal /
brass valves complete as required 18 Each
11 Providing & fixing in position the organic liquid (red)
industrial type thermometers with centigrade &
Fahrenheit scales, 30-120 .F ( 0-50 Deg C), include and be
fixed by screwing into heavy duty brass thermo well
(fabricated from brass bar) which is screwed into M.S.
Socket fixed on pipe by welding with accessories and as
approved by Engg-in-charge 18 Each
12 Supply, installation, balancing and commissioning of
fabricated at site GSS sheet metal rectangular/round
ducting complete with neoprene rubber gaskets,
elbows, splitter dampers, vanes, hangers, supports etc.
as per approved drawings and specifications of
following sheet thickness complete as required and as
approved by Engg-in-charge
a) Thickness 0.63 mm sheet 100 Sqm
b) Thickness 0.80 mm sheet 200 Sqm
c) Thickness 1.00 mm sheet 200 Sqm
33
13 Supply, installation, testing and commissioning of
Motorized (ON-OFF Type) duct mounted Zero leak
aluminium/GI volume control damper with enthalpy
sensor and necessary control wire (minimum 1.5
sqmm) for integration within AHU room etc and as
approved by Engg-in-charge
a) Damper 18 Sqm
b) Actuator 14 Each
14 Supplying & fixing of powder coated extruded
aluminium Supply Air Grills with aluminium volume
control dampers as per specifications and as approved
by Engg-in-charge 21 Sqm
15 Supplying & fixing of powder coated extruded
aluminium Return Air Grills with louvers but without
volume control dampers complete as required and as
approved by Engg-in-charge. 30 Sqm
16 Supplying, Fixing, testing and commissioning of fire
dampers in supply air duct/main branch and return air
path as and where required of required sizes i/c control
wiring, the damper shall be motorized and spring return
so as to close the damper in the event of power failure
automatically and open the same in case of power being
restored. The spring return action shall be inbuilt
mechanism and not externally mounted. The damper
shall also be closed in the event of fire signal complete
as required and as per specifications and as approved
by Engg-in-charge
a) Fire Damper 10 Sqm
b) Actuator 6 Each
17 Supply and fixing of acoustic lining of supply air duct
and plenum with 25 mm thick resin bonded glass wool
having density of 32 kg/cum, with 25 mm X 25 mm GI
section of 1.25 mm thick, at 600 mm centre to centre
covered with Reinforced Plastic tissue paper and 0.5
mm thick perforated aluminium sheet fixed to inside
surface of ducts with cadmium plated nuts, bolts, stick
pins, CPRX compound etc. complete as required and as
per specifications and as approved by Engg-in-charge 500 Sqm
18 Providing and fixing of 15 mm thick cross link
polyethylene (XLP/XLPE) insulation for ducting, main
plenum and supply duct i/e cleaning of duct,
cutting and pasting of (XLP/XLPE) with the help
of Adhesive (SR 505) and 100 mm adhesive based
nitrile tape for making the joint etc complete as per
relevant IS and site condition and as approved by Engg-
in-charge 500 Sqm
34
19 Supplying, cutting and fixing of plain aluminium
sheet of 26 gauge thick for inner/ outer ducts
insulated ducting from unit to complete insulated
ducting including hardwares such as nut bolts etc.
The item includes the cost of scaffolding (Nothing
shall be paid extra on account of necessary shifting
and scaffolding etc) and as approved by Engg-in-charge 500 Sqm
20 Supply, installation, testing and commissioning of MV
Panel Boards cubical type, compartmentalised design
fabricated from 2 mm/ 1.6 mm thick CRCA sheet
having necessary cable alleys, powder coated through nine
tank process facility for pricking and degreasing, dust and
vermin proof, suitable for operation on 440 V 3 phase,
50 Hz, A.C. supply with necessary MCCBs / MCBs /
MPCBs ELECTRICAL WORKS : and other accessories,
IP 44 Protection complete in all respects including
internal wiring, labels, ferrules, cable termination,
gland plates, earth terminals, painting etc. conforming
to specifications and as approved by Engg-in-charge. All
MCCB shall be with Rotary handle and pad locking
arrangements complete with incoming and outgoing
feeders and accessories as described below:
Note:-
i). Wall mounted/ floor frame arrangement is included in the
scope of work.
ii). Panel shall be design as per site requirement, nothing
shall be paid extra on account of change in outgoing
switchgears nos. & ratings but not change main incomer
capacity. Bidder shall access the site condition and quote
accordingly.
a) 1 No. 63 amp Three Pole MCCB (25 KA) and
isolated Neutral Link with adjustable thermal
magnetic release type with over current and
short circuit thermal/ magnetic releases.
0-500 V voltmeter - 1 set
0-63 Amps digital ammeter with selector switch
and 63/5 Amps 15 VA, CL 1 CTs . - 1 Set
1 (One) set of 3 Nos. LED type RYB indicating
lamps with protection 2A SP MCB.
BUS BARS
100A FP Aluminium Bus bar with colour
coded heat shrinkable PVC sleeves.
OUTGOINGS
1 (One) Nos. MPCB with contactors & relays with
fully automatic Star Delta Starter having built in Single
phase preventer, overload relay suitable for 10 KW
motor, NO/NC for remote operation, a set of On and
Off indication lights and Start/Stop push button.
(Selection of MPCBs, contactors and relays for
starters to be done for fuse less protection as per
Type 2 co- ordination)
Control Wiring and safety circuit as required.
Auxiliary Contactors and Relays including
Potential Free Contacts for BMS System for
AHU. Necessary interlocks Mechanical and Electrical
as required. MCB 3 Pole with neutral link with
accessories suitable rating for Humidifier package etc
and as approved by Engg-in-charge. 2 Each
35
b) 1 No. 63 amp Three Pole MCCB (25 KA) and isolated
Neutral Link with adjustable thermal magnetic
release type with over current and short circuit
thermal/ magnetic releases.
0-500 V voltmeter - 1 set
0-63 Amps digital ammeter with selector switch
and 63/5 Amps 15 VA, CL 1 CTs . - 1 Set
1 (One) set of 3Nos. LED type RYB indicating
lamps with protection 2A SP MCB.
BUS BARS
100A FP Aluminium Bus bar with colour
coded heat shrinkable PVC sleeves.
OUTGOINGS
1 (One) Nos. MPCB with contactors & relays
with fully automatic DOL Starter having built in
Single phase preventer, overload relay suitable for 5.5
KW motor, NO/NC for remote operation, a set of On
and Off indication lights and Start/Stop push button.
(Selection of MPCBs, contactors and relays for
starters to be done for fuse less protection as per
Type 2 co- ordination)
Control Wiring and safety circuit as required.
Auxiliary Contactors and Relays including
Potential Free Contacts for BMS System for
AHU. Necessary interlocks Mechanical and Electrical
as required. MCB 3 Pole with neutral link with
accessories suitable rating for Humidifier package etc
and as approved by Engg-in-charge. 2 Each
c) 1 No.32 amp Three Pole MCCB (25 KA) and isolated
Neutral Link with adjustable thermal magnetic release
type with over current and short circuit thermal/
magnetic releases.
0-500 V voltmeter - 1 set
0-40 Amps digital ammeter with selector switch
and 40/5 Amps 15 VA, CL 1 CTs . - 1 Set
1 (One) set of 3 Nos. LED type RYB indicating
lamps with protection 2A SP MCB.
BUS BARS
50A FP Aluminium Bus bar with colour coded heat
shrinkable PVC sleeves.
OUTGOINGS
1 (One) Nos. MPCB with contactors & relays
with fully automatic DOL Starter having built in
Single phase preventer, overload relay suitable for 3.7
KW motor, NO/NC for remote operation, a set of On
and Off indication lights and Start/Stop push button.
(Selection of MPCBs, contactors and relays for
starters to be done for fuse less protection as per
Type 2 co- ordination)
Control Wiring and safety circuit as required.
Auxiliary Contactors and Relays including
Potential Free Contacts for BMS System for
AHU. Necessary interlocks Mechanical and Electrical
as required. MCB 3 Pole with neutral link with
accessories suitable rating for Humidifier package etc
and as approved by Engg-in-charge 2 Each
36
21 Supply, installation, testing and commissioning of
MV Panel Boards cubical type, compartmentalised
design fabricated from 2 mm/ 1.6 mm thick CRCA
sheet having necessary cable alleys, powder coated
through nine tank process facility for pricking and
degreasing, dust and vermin proof, suitable for
operation on 440 V 3 phase, 50 Hz, A.C. supply
with necessary MCCBs / MCBs / MPCBs
ELECTRICAL WORKS : and other accessories, IP
44 Protection complete in all respects including
internal wiring, labels, ferrules, cable termination,
gland plates, earth terminals, painting etc.
conforming to specifications and as approved by
Engg-in-charge. All MCCB shall be with Rotary
handle and pad locking arrangements
complete with incoming and outgoing feeders and
accessories as described below:
Note:-
i). Wall mounted/ floor frame arrangement is included
in the scope of work.
ii). Panel shall be design as per site requirement,
nothing shall be paid extra on account of change in
outgoing switchgears nos. & ratings but not change
main incomer capacity. Bidder shall access the site
condition and quote accordingly.
a) 1 No. 63 amp Three Pole MCCB (25 KA) and
isolated Neutral Link with adjustable thermal
magnetic release type with over current and
short circuit thermal/ magnetic releases.
0-500 V voltmeter - 1 set
0-63 Amps digital ammeter with selector switch
and 63/5 Amps 15 VA, CL 1 CTs . - 1 Set
1 (One) set of 3 Nos. LED type RYB indicating
lamps with protection 2A SP MCB.
BUS BARS
100A FP Aluminium Bus bar with colour
coded heat shrinkable PVC sleeves.
OUTGOINGS
1 (One) Nos. MPCB with contactors & relays
with fully automatic DOL Starter having built in
Single phase preventer, overload relay suitable for upto
5.5 KW motor, NO/NC for remote operation, a set of
On and Off indication lights and Start/Stop push
button. (Selection of MPCBs, contactors and relays
for starters to be done for fuse less protection as per
Type 2 co- ordination)
Control Wiring and safety circuit as required.
Auxiliary Contactors and Relays including
Potential Free Contacts for BMS System for
AHU. Necessary interlocks Mechanical and Electrical
as required. MCB 3 Pole with neutral link with
accessories suitable rating for Humidifier package etc
and as approved by Engg-in-charge 5 Each
37
b) 1 No. 32 amp Three Pole MCCB (25 KA) and
isolated Neutral Link with adjustable thermal magnetic
release type with over current and short circuit
thermal/ magnetic releases.
0-500 V voltmeter - 1 set
0-32 Amps digital ammeter with selector switch and
50/5 Amps 15 VA, CL 1 CTs . - 1 Set
1 (One) set of 3 Nos. LED type RYB indicating lamps
with protection 2A SP MCB.
BUS BARS
32A FP Aluminium Bus bar with colour coded heat
shrinkable PVC sleeves.
OUTGOINGS
1 (One) Nos. MPCB with contactors & relays with
fully automatic DOL Starter having built in Single phase
preventer, overload relay suitable for upto 2 KW motor,
NO/NC for remote operation, a set of On and Off indication
lights and Start/Stop push button. (Selection of MPCBs,
contactors and relays for starters to be done for fuse less
protection as per Type 2 co- ordination)
Control Wiring and safety circuit as required. Auxiliary
Contactors and Relays including Potential Free
Contacts for BMS System for AHU. Necessary
interlocks Mechanical and Electrical as required. MCB 3
Pole with neutral link with accessories suitable rating for
Humidifier package etc and as approved by Engg-in-charge 2 Each
22 Supply, laying, Testing and commissioning of 1.1
KV, XLPE Copper Conductor Armoured power
cable including lugs, termination and gland, cable
tray etc. as per relevant IS/IE rules and site condition
of the following size and other accessories as per site
requirement and as approved by Engg-in-charge
a) 4 x 10 sq.mm Copper armoured cable 120 Metre
b) 4 x 6 sq.mm Copper armoured cable 80 Metre
c) 4 x 4 sq.mm Copper armoured cable 80 Metre
23 Supply, Installation, Testing and Commissioning of
Humidification package unit (up to 9KW) comprising
of PAN type heater, control wiring, casing of powder
coated MS/GI sheet etc. as required and other
accessories as per site requirement and as approved by
Engg-in-charge 6 Nos
24 Providing and fixing 6 SWG dia G.I. wire on surface or
in recess for loop earthing along with existing surface/
recessed conduit/ sub main wiring/ cable as required
and other accessories as per site requirement and as
approved by Engg-in-charge 100 Metre
25 Providing and fixing 25 mm X 5 mm G.I. strip on
surface or in recess for connections etc. as required and
other accessories as per site requirement and as
approved by Engg-in-charge 300 Metre
26 Supplying, fixing, testing and commissioning of
following butterfly valves, strainers, gauges in the
chilled water plumbing duly insulated to the same
specifications as the connected piping and adequately
supported as per specifications and other accessories as
38
per site requirement and as approved by Engg-in-
charge. BUTTERFLY VALVE (MANUAL) with C I
body SS Disc, Nitrile Rubber Seal & O- Ring PN 16
pressure rating for chilled water/hot eater circulation as
specified.
a) 100mm dia. butterfly valves 4 Each
b) 80mm dia. butterfly valves 4 Each
c) 50mm dia. butterfly valves 4 Each
27 Supplying, fixing, testing and commissioning of ball
valve in all humidifier line and as required in chilled
water pipeline circuit etc and other accessories as per
site requirement and as approved by Engg-in-charge
a) 50mm dia. 20 nos
b) 32 mm dia. 20 nos
28 Supplying, fixing, testing and commissioning of supply
air diffusers of powder coated aluminium with
aluminium volume control dampers with anti smudge
ring & removable core and other accessories as per site
requirement and as approved by Engg-in-charge. 8 Sqm
29 Supplying, fixing, testing and commissioning of Return
air diffusers of powder coated aluminium without
volume control dampers with anti smudge ring &
removable core other accessories as per site
requirement and as approved by Engg-in-charge 12 Sqm
30 Buy Back of old dismantled material such as supply
AHU & exhaust AHU with their associated &
connected coils, Blowers, ducts, grills, wires cable,
control panels etc as is where is basis. 1 Job
Sub Total
GST
Total Amount
In words ( Rupees
Note: -
Rates quoted shall be inclusive of all cartage etc. as mentioned under Item - 5 of
General T. & C. of tender document.
GST shall be extra as applicable. However, bidder should mention rate of applicable
GST.
Signature of agency representative:
Seal of agency/agency:
(कायगपाऱक अभियंिा)