TATA INSTITUTE OF FUNDAMENTAL RESEARCH Homi Bhabha Road, Colaba, Mumbai – 400 005. A Deemed University Telephone Purchase Fax Website : +91-22-2278 2316/2886/2887/2888 : +91-22-2280 4566 : www.tifr.res.in Email : [email protected] : [email protected] : [email protected] PUBLIC TENDER NO. : TFR/PD/CF9-111/PUB DUE DATE : 28.12.2009 TENDER FEE : Rs. 500/COST OF TENDER : Approx. Rs.26 lakhs TYPE OF TENDER : TWO PART ------------------------------------------------------------------------------------ DESCRIPTION OF MATERIAL SUPPLY,INSTALLATION,TESTING AND COMMISSIONING OF COMPLETE AIRCONDITIONING SYSTEM FOR ANIMAL HOUSE (OLD & NEW) & AH LABORATORY TOGETHER WITH ASSOCIATED DUCTING, INSULATION, REFRIGERANT PIPING,CONTROLS,CABLING AND ALL INCIDENTAL CIVIL AND ELECTRICAL WORKS ETC. AS PER ATTACHED TENDER SPECIFICATIONS & BILL OF QUANTITIES TO REPLACE THE EXISTING SYSTEMS AT TIFR,COLABA,MUMBAI400005 TERMS AND CONDITIONS 1. 2. 3. 4. 5. Estimated Cost of Works is Rs. 26,00,000.00 EMD: Rs. 52,000.00 Approximate time of completion: 6 months from date of Letter of Intent/Work Order. The bid should be in two parts in two separate envelopes marked with Tender Notice No. and indicated as “Technical Bid-Part A” and “Financial Bid-Part B”. Only Technical Bid will be opened at 14.00 hrs. on the same day in the Office of Purchase Officer. The bidder should furnish in the Technical Bid-Part-A the following: Proof of experience in carrying out similar nature and magnitude of works. a. 6. 7. List of similar works in hand and works carried out by them for last three years indicating Annual Turnover, the agency for whom executed, value of works, completion time: stipulated and actual and present position of the work. b. Performance Certificates c. PAN No. d. List of Plant and Machinery e. List of technical staff. Parties who have executed minimum two works of similar type and of value more than Rs. 12.00 lakhs for each work during the last three years period need only participate in this bid process and only those bids satisfying this condition shall be processed Before submitting the bid, the bidder should visit site to assess the nature and magnitude of work. ------------------------------------------------------------------------------------- Ref.: TFR/PD/CF9-111/PUB Closing time and date : 13.00 Hours on 28.12.2009 Tender will be open at : 14.00 Hours on 28.12.2009 Both Technical Bid (Part A) and Commercial Bid (Part B) to be submitted within the due date and time in separate envelopes and marked on top as either Part A or Part B. These two sealed envelopes should be further put in one Master Envelope superscribed with the Tender No., Due Date in Bold Letters. Please see attached sheet for conditions of tender. P. S. MURTHY Purchase Officer TATA INSTITUTE OF FUNDAMENTAL RESEARCH Technical Services TENDER DOCUMENT Supply, installation, testing & commissioning of Air- Conditioning system for a) Old Animal House, b) New Animal House, c) Animal House Lab along with associated ducting, insulation, refrigerant piping, cabling etc. at TIFR, Colaba, Mumbai - 400 005 INDEX Sr. No. Section Page 1. Conditions of Tender 1 2. General Conditions of Contract 3 3. General Information to Bidders 8 4. Instruction to Bidders & Specific Non-Technical 11 Requirement 5. Basis of Design & Scope of Work 14 6. Bill of Quantities 19 7. Technical Data Sheet to be submitted by Tenderers 24 8. List of approved makes 26 Note: 1) Item 6 to be submitted along with Price Bid. 2) Items 5 & 7 to be submitted along with Technical Bid 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 90 days from the date of opening of the Technical Bid. 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-InCharge 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) b) c) d) e) 1.7 Specifications Drawing Sealed Pattern denoting a pattern sealed and signed by the Inspector. Proprietary make denoting the produce of an individual firm. Any other details governing the construction, manufacture and/or supply as existing for the contract. 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. 5.0 Taking 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 SubContractor’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. 7.3 The 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’. 7.4 The 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 a) Old Animal House, b) New Animal House, & c) Animal House Lab 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 the respective areas already existing at site after removing the existing A/C System. 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 drawing for his proposed system, 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 8.1 All equipments mentioned in the Schedule of Quantities 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. 8.2 Tenderers are required to fill in unit rates for all the items mentioned in the Schedule of Quantities and any additional items quoted by them in the Financial Bid. In absence of the unit rates, the offer may be considered as invalid. 8.3 All the equipments supplied shall be as per the ‘List of Approved Make’ attached . 9. ITEMS TO BE FURNISHED BY THE PURCHASER: 9.1 Following shall be furnished by the purchaser: 9.1.1 Building, foundations and trenches. 9.1.2 For Animal House (old & new) & Laboratory - Existing ducting inside the Air-Conditioned area to be used. 9.1.3 Water 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. 10.1 Temporary 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. 10.2 The 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. 10.3 The 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. 10.4 The 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. 10.5 The electric power shall not be used for heating purposes. 10.6 Electrical power made available to the contractor, during testing and commissioning for the refrigeration unit is free of charge. 10.7 There is no EOT crane or mono rail to assist in erection work. Tenderer should provide suitable derricks & tripods for lifting heavy load. 11. SEVICE SUPPORT, SPARES & TOOLS: 11.1 The 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. 11.2 The tenderer shall furnish complete set of tools & wrenches for making adjustments, repairs & preventive maintenance including those required for erection. 12 COMPLETION DRAWINGS (FINAL DRGS) & MANUALS: 12.1 The contractor shall submit tracings in original with three prints of all installation drawings based on which equipments are installed & commissioned. 12.2 Contractor shall supply the following literature in three sets: a. Start-up, operation and maintenance instructions of Airconditioning unit and its parts. b. Installation instructions. c. Field wiring diagrams. d. Operation and Maintenance Manual of electricals used. . INSTRUCTIONS TO BIDDERS & SPECIFIC NON-TECHNICAL REQUIREMENTS 1. Defect Liability Period: 12 (twelve calendar months) from the date of Institute’s satisfactory completion certificate will be taken as defect liability period. 2. Income Tax & Sales Tax Certificates: The Bidder shall submit 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 and any local tax or levy payable on all transactions, insurance and everything necessary for due performance of work under this contract. Excise Duty and Octroi Exemption Certificates will be provided by TIFR. 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 will be paid. However any statutory variations like change in 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 should visit the work site before submitting their bids to get conversant with site conditions which may affect the work. b) Location of Site: Near Animal House & Laboratory Tata Institute of Fundamental Research Navy Nagar, Colaba, Mumbai-400 005 8. The work should be completed within 20 weeks from the date of issue of Purchase Order. 9. Work shall commence at site within 8 weeks from the date of issue of Purchase Order. 11. The Contractor should plan and give his daily program for execution of work in advance such that no disturbance is created in the routine working of the Institute. 12. 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. 13. Date of Taking Over: Site shall be deemed to have been taken over by owner when Engineer InCharge certifies the completion of work in all respect as per tender conditions and specification. 14. Income Tax as per the prevailing rates will be deducted from the progressive bills. 15. The contractor shall not without the consent in writing of the Owner, assign or sublet the contract. 16. No labour below the age of 18 years shall be employed at site. 17. Contractor shall be liable to pay workman compensation to his labour as per prevailing rules for any accident occurring at our site. 18. The contractor shall pay wages to his workmen as per the Statutory Minimum Wages Act. 19. 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. 20. The Contractor will arrange for photo passes of his personnel and get the same endorsed by our Establishment & Security Departments before beginning the work. 21. The Contractor will ensure that his workmen follow safe practices at work. 22. The Contractor will work from 8.00 a.m. to 6.00 p.m. 23. No labour camp etc. will be allowed to be put up inside or in the vicinity of the Institute/Site. 24. Any 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 upto date. 25. The contractor should ensure that his engineer/supervisor is present at site throughout the progress of works till completion. 26. Terms of Payment: Payment of pipe lines shall be made as per unit length i.e. per running mtr./feet. 26.1 Unless otherwise agreed to in writing between the Purchaser and the Contractor/Supplier, payment will be made as follows: a) b) c) 27.0 65% of the Contract value against delivery, prorata of the value of goods delivered and after checking the same at site. 25% on completion of erection. 10% on commissioning and final inspection and testing at site and to be released against appropriate Performance Bank Guarantee valid for entire defect liability period of 12 months reckoned from the date of handing over as certified by Engineer In-Charge. 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. Basis Of Design & Scope Of Work 1. Outside Design Conditions Summer Dry Bulb Temperature : Wet Bulb Temperature : 35.55 Degrees C (96 Degree F) 28.33 Degrees C (83 Degree F) Winter Dry Bulb Temperature Wet Bulb Temperature : 18.33 Degrees C (65 Degree F) : 14.40 Degrees C (58 Degree F) Monsoon Dry Bulb Temperature Wet Bulb Temperature : 29.40 Degrees C (85 Degree F) : 27.80 Degrees C (82 Degree F) 2. Conditioned Area Requirements a) Old Animal House Inside Temperature Relative Humidity No. of air changes Estimated AC Load : : : : 21 +/- 1 degrees C. 55% +/- 5% (100% fresh air with no return air) 10-15 per hour (once through exhaust system) 15 TR : : : : 21 +/- 1 degrees C. 55% +/- 5% (100% fresh air with no return air) 10-15 per hour (once through exhaust system) 22 TR : : : : 23 +/- 2 degrees C. 55% +/- 5% 1 per hour. 22 TR b) New Animal House Inside Temperature Relative Humidity No. of air changes Estimated AC Load c) AH Labs. Inside Temperature Relative Humidity No. of air changes Estimated AC Load The air-conditioning system should provide the conditioned area temperature and humidity irrespective of ambient temperature and humidity. Note Please note that for both (old & new) animal houses no return air should be taken back for recirculation. This air will be exhausted by installing a suitable fail-safe exhaust system by the tenderer. Fail-safe exhaust system consisting of two suitably rated exhaust fans (one stand-by) which can be attended from outside. Exhaust fans shall be provided with dampers and gravity louvers on either side. The false ceiling areas are covered with 50mm thick resin bonded fiberglass insulating material (with K value of not more than .23 BTU/Hr./In/Sq.Ft/Degree F at 50 degree mean temperature). The tenderer should check the present status of insulation and suggest if any improvement required. Further, the bidder should design, install and commission for each Animal House (old & new) an Heat Pipe Heat Exchanger to utilize the cool exhaust air to cool the incoming fresh air. The bidder should indicate clearly the reduction in `TR’ load by using the Heat Pipe Heat Exchanger. PERFORMANCE GUARANTEE: It is the sole responsibility of the successful bidder to guarantee the performance of A/C System and the various equipments. Mere quoting on the basis of tender specification, technical data etc. will not absolve the successful bidder from proving the performance of A/C System. Scope of Work It is not the intent to specify completely herein all the details of design and construction of the equipments. However, the equipments shall conform, in all respects, to high standards of engineering practice and workmanship and be capable of performing in continuous commercial rated output operation as per warranty clause in a manner acceptable to purchaser who will interpret the meanings of drawings and specifications and shall have power to reject any work or material, which in his judgment, are not in full accordance therewith. In Animal House (Old & New except the laboratory) air-conditioning, the Sensible Heat Factor (SHF) would be low considering the once through aspect. The offered air-cooled AC system should be designed considering this aspect together with energy efficiency. The scope includes design , manufacturing , supply , erection , installation , testing and commissioning of all allied works like ducting , insulation works, refrigerant piping , electrical including supply and commissioning of panel , cabling with armoured cables, earthing, provision of grills , provision and commissioning of dehumidifiers , strip heaters , humidistat , microvee filters , fire dampers, fresh air dampers etc. and all other works that may be required by the system design of the respective bidder. The design should be of re-circulating type for the AH lab. and of once through type (100% fresh air, no return air) for old and new Animal Houses. The job consists of A) Replacement of existing 2x40 TR DX type water-cooled Refrigeration plant (1W+1SB) catering to air-conditioning of old Animal house & Laboratory area with associate Cooling Tower, AHU’s, Refrigerant piping, Condenser water piping, valves, etc. B) Replacement of Existing 4x7.5TR water cooled Package Unit (3 Working + 1 Standby) together with pump, cooling tower, piping, valves, etc. The new AC systems shall have the following features; a) For New Animal House: - Four sets (3 Working + 1 Standby) self contained type A/C System with the three working sets capable of fully meeting the cooling load of New Animal House as described in the“Basis of Design”. A set implies one out door unit + one indoor unit. Each AC unit will have control module, compressor, filters, cooling coil, blowers with interconnected refrigerant piping, controls, electrical panels box with Motor Control Relay, air-cooled unit consisting of coil, axial Fans, Hp/Lp cutouts, etc. The air cooled unit shall be suitable for outdoor installation. Both indoor and out door unit shall be connected with refrigerant piping. The system should be air cooled on the secondary side. The bidder 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 specifically mentioned or not in the specifications, scope etc. to meet with the intent and purpose of these specifications. The system design should conform to the details given in the Schedule of Quantities. The existing network of supply air ducting will be used for distribution of dehumidified air in the air-conditioned rooms. The scope under the new ducting is to make connection piece to connect A/C Unit with the existing main duct. The bidder should quote the buy back value of existing A/C system of New Animal House ( 4 Nos. 7.5 TR packaged units, water pumps, cooling tower, electrical panels & water pipes). The successful bidder should dismantle the existing plant and take back the same under buy back. b) For Old Animal House: - Three sets (2 working + 1 stand by) self contained type A/C System with both working sets capable of fully meeting the cooling load of old Animal House as described in “Basis of Design”. A set implies one out door unit + one indoor unit. Each AC unit will have control module, compressor, filters, cooling coil, blowers with interconnected refrigerant piping, controls, electrical panels box with Motor Control Relay, air-cooled unit consisting of coil, axial Fans, Hp/Lp cutouts, etc. The air cooled unit shall be suitable for outdoor installation. Both indoor and out door unit shall be connected with refrigerant piping. The bidder 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 specifically mentioned or not in the specifications, scope etc. to meet with the intent and purpose of these specifications. The system should be air-cooled on the secondary side. The system design should conform to the details given in the Schedule of Quantities. The existing network of supply air ducting will be used for distribution of dehumidified air in the animal rooms. The scope under the new ducting is to make connection piece to connect A/C unit with the existing main duct. The bidder should quote the buy back value of existing A/C system of Old Animal House ( 2 X 40 TR) Type, water cooled refrigeration plant having reciprocating compressors and air cooled motors, 2 Nos. AHUs, refrigerant piping, water pumps, cooling tower, electrical panels, valves & water pipes). The successful bidder should dismantle the existing plant and take back the same under buy back. c) For AH Labs.: - Three sets self contained type A/C system together capable of fully meeting the cooling load of laboratory as described in “Basis of Design”. A set implies one out door unit + one indoor unit. Each AC unit will have control module, compressor, filters, cooling coil, blowers with interconnected refrigerant piping, controls, electrical panels box with Motor Control Relay, air-cooled unit consisting of coil, axial Fans, Hp/Lp cutouts, etc. The air cooled unit shall be suitable for outdoor installation. Both indoor and out door unit shall be connected with refrigerant piping. The bidder 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 specifically mentioned or not in the specifications, scope etc. to meet with the intent and purpose of these specifications. The system should be air-cooled on the secondary side. The system design should conform to the details given in the Schedule of Quantities. The existing network of supply air ducting will be used for distribution of dehumidified air in the Laboratory rooms. The scope under the new ducting is to make new plenum and its connection piece to connect A/C system to the existing main duct. BILL OF QUANTITIES FOR ANIMAL HOUSE (NEW & OLD) & AH LAB. Sr. No. 1. Description in Brief Design, manufacturing, supply, installation, testing & commissioning of AC systems air cooled on the secondary side, as per Basis of Design & Scope of Work (Pages 14 to 18) consisting of Scroll compressors, minimum 4 rows deep DX cooling coils, blower with plenum, microvee filters with frame work, strip heaters, drive motors, pulleys, belts, current sensing type star delta starters with thermal overload protection, power and control cabling with tinned Copper earthing from the main electrical panel. The AC system shall be equipped with all accessories, hardware, VCD’s, fresh air dampers, humidistats and other supporting systems etc. required to deliver designed conditions inside, duly tested and commissioned to the entire satisfaction of TIFR. The system shall be with air cooled condensers, its fan with motors, controls starter, microprocessor control panel, internal control &power wiring, refrigerant pipings, charging port and other accessories, hardwares enclosed in IP-55 cabinet assembly with weather resistant painting/powder coating for highly corrosive and aggressive coastal ambient conditions for continuous operations. The air cooled DX system shall be mounted on the seismic proof base frame of galvanized steel with anti based as per specs with evaporator coil, condensing unit, controls, Qty. Rate/ Amount Unit Rs. Ps. Sr. No. 1.1 1.2 1.3 Description in Brief Qty. microprocessor control panel, internal wiring, star delta starters, 4 pole suitably rated ELCBs for all Compressors and condenser fans, refrigerant piping of 22 G thick hard Copper etc. Nothing extra shall be payable on any account. For New Animal House 4 Sets (3W+1S) For Old Animal House 3 Sets (2W+1S) For AH Laboratory 3 Sets (3W+0S) Note: In 1.1 & 1.2 above, the sets should be provided with appropriate controls for cyclic operation so that no one set is always idle. 2. Design, fabrication, supply, installation, testing and commissioning of GSS ducting of following size with all the accessories like turning vanes, elbows, flange, epoxy painted supports, gaskets, nuts and bolts, all the hardware etc. including volume control dampers opposed blade type, complete in all respects to the entire satisfaction of the department as per technical specifications in totality. Nothing extra shall be payable on any account. 2.1 2.2 2.3 24 SWG 22 SWG 18 SWG 40 M2 40 M2 15 M2 3. Design, fabrication, supply, installation, of 22 SWG Aluminium ducting for fresh air supply with all the accessories like turning vanes, elbows, flange, epoxy painted supports, gaskets, nuts and bolts, all the hardware etc. including volume control dampers opposed blade type, complete in all respects to the entire 15 M2 Rate/ Amount Unit Rs. Ps. satisfaction of the department as per technical specifications in totality. Sr. No. Description in Brief Qty. Nothing extra shall be payable on any account. 4. Fire dampers 5. Fusible links & Solenoid mechanism with Drive Thermal insulation 6. 2 M2 3 Sets. 6.1 Design, fabrication, supply, installation of thermal insulation for supply air ducting and plenum (inside application) with EPDM/Nitrile based synthetic rubber having closed cell structure of thickness 25 mm backed with factory laminated Aluminium foil including sealant between duct and insulation & Aluminium tape between joints, complete in all respects to the entire satisfaction of the department as per technical specifications in totality. Nothing extra shall be payable on any account. 25 M2 6.2 Design, fabrication, supply, installation of thermal insulation for supply air ducting and plenum (outside exposed application) with EPDM/Nitrile based synthetic rubber having closed cell structure of thickness 32 mm covered with 26 G Aluminium cladding including sealant between duct and insulation, proper overlapping between joints and clamping etc. complete in all respects to the entire satisfaction of the department as per technical specifications in totality. 65 M2 Rate/ Amount Unit Rs. Ps. Nothing extra shall be payable on any account. Sr. No. Description in Brief 7. Design, manufacturing, fabrication, testing & commissioning of Cubicle type electrical panels of 2 mm thick CRCA steel to work at 415 volts suitable for feeding all the system components like compressors, condenser fan motors, strip heaters, solenoid motors of fire dampers, micro processors etc. with adequate Copper earthing. a. Suitable Capacity 4 pole MCCB incomer with RYB indication, voltmeter and ammeter b. Suitable Capacity ELCBs with ammeters for outgoing feeders . c. Suitable Capacity TPN Bus bar with RYB indication supported on DMC/SMC, bus bar alley etc. 7.1 7.2 7.3 For New Animal House For Old Animal House For A.H. Laboratory 8. Design, manufacturing, supply, testing, installation and commissioning of Heat Pipe Heat Exchanger (suitably mounted at a height) to utilize the cool exhaust air to cool the incoming fresh air (The bidder should indicate clearly the reduction in `TR’ load by using the Heat Pipe Heat Exchanger). 8.1 For New Animal House Qty. 1 No. 1 No. 1 No. 1 Set Rate/ Amount Unit Rs. Ps. 8.2 9. 9.1 For Old Animal House Dismantling & shifting of existing AC system New Animal House :- 4 Nos. 7.5TR 1 Set. JOB Sr. No. Description in Brief Qty. Rate/ Amount Unit Rs. Ps. water cooled Package Units, Condenser piping, refrigerant piping, valves, 2 Nos. pumps, 1 No. cooling tower. 9.2 Old Animal House & Laboratory:40 TR x 2 Nos. Condensing units, refrigerant piping, 2 Nos. air-handling units, 1 No. cooling tower and 2 Nos. pumps with valves & pipes. JOB 10.0 10.1 Buy Back of existing AC System Buy Back of AC System of old Animal House consisting of 40 TR x 2 Nos. condensing units, 2 Nos. air-handling unit, refrigerant piping, valves, 1 No. x 50 TR cooling tower & water pipes on “as is where is” basis. Buy back of AC system of New Animal House consisting of 7.5 TR x 4 Nos. water cooled Package Unit, 2 Nos. pumps, 1 No. x 30 TR Cooling Tower, water pipes, valves & refrigerant piping on “as is where is” basis. 1 Set 10.2 1 Set. Note: All the items whether specified or not but required to put HVAC systems into services including comprehensive maintenance during the guarantee period of 1 year as specified in tender specifications, after successful and satisfactory handing over to users shall be included in the offer of the bidder. Nothing extra shall be payable on any account whatsoever and the rates shall remain firm during the entire tenure of this contract. TOTAL In Words (Rs. --------------------------------------------------------------------------------------) Signature of the contractor/ party with seal TECHNICAL DATA SHEET FOR AIR CONDITIONING OF ANIMAL HOUSE (OLD & NEW) AND AH LAB. Technical Details Unit GENERAL Quantity (W + S) Nos Capacity of each Unit (Nominal) TR Type/Model of Unit Refrigerant COMPRESSOR: Make -Type -Model No. -No of Compressor / unit nos. V / Ph / Power supply Hz Motor rpm rpm Motor class of insulation -Motor protection -E.E.R. of Compressor Total Static mm Total Fan Capacity cfm EVAPORATOR COIL: No of Coil / unit Nos. Rows deep nos. FILTERS Make Type Size %/Min. Filtration Efficiency Size ELECTRICAL HEATER Make Capacity KW V/Ph/ Power Supply Hz Offered For New For Old For AH Animal House Animal House Laboratory Technical Details Unit DIMENSION AND WEIGHT(INDOOR UNIT) Width mm Depth mm Height mm Footprint m2 Weight kg CONDENSER COIL: Type -- Rows deep nos. Fins per Inch nos. Offered For New For Old For AH Animal House Animal House Laboratory Type of anti-corrosive treatment in case of AL Fins DIMENSION AND WEIGHT (Out Door Unit) Width mm Depth mm Height mm Weight kg Foot Print M2 HEAT PIPE HEAT EXCHANGER Make Model/Type Capacity Reduction in TR Load (expected) Quantity --- ACCEPTABLE/APPROVED MAKE OF MATERIALS Material Make 1. Air conditioner Unit Blue Star/ Voltas /Daikin/Carrier/Trane/ York 2. GP Sheets Jindal/SAIL/Mittal/TATA 4. Grills & Diffuser Caryair/Cosmos/Dynacraft /Airproduct/Ravistar 5. Volume Control Damper Carryair/George Rao &Co./ Air Product/MHPPL 6. Refrigerant Pipe Insulation Aeroflex/Armaflex/Vidoflex 7. Aeroflex/Armaflex/Vidoflex Insulation (Nitrile/EPDM) 8. MCCBs, ELCBs Siemens/L&T 9. Cables CCI/Phelolex/Polycab TATA INSTITUTE OF FUNDAMENTAL RESEARCH (Deemed University) National Centre of the Government of India for Nuclear Science and Mathematics HOMI BHABHA ROAD, COLABA, MUMBAI – 400 004 (PURCHASE SECTION) Terms and Conditions 1. PART “A” (Technical Bid) consisting of Technical Bid & Commercial Terms and PART “B” (Commercial Bid) consisting of only Price shall be submitted in separate sealed envlopes duly superscribed with the tender enquiry number, and the due date in bold letters, addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The envelopes should be clearly marked on top as either PART “A” or PART “B”. The two sealed covers should be further put in a master cover superscribed with the Tender Enquiry No., Due Date in bold letters, addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The sealed master envelop has to be delivered by hand/courier at the security Gate Officer of TIFR on or before 13.000 hrs on the due date specified. The technical bid will be opened in the presence of attending tenderers at 14.00 hrs on the due date in the Purchase Section. 2. In case the PART ‘A’ and Part ‘B’ bids are not sealed in separate envelopes the tender will be rejected. 3. The technical bid should not contain any indication of the price. 4. After scrutiny of Technical Bids, Commercial bids of only those who are shortlisted on technical basis will be opened at on later date. The opening date, time and venue will be intimated to the technically successful bidder. 5. Tender Forms can be obtained from the Purchase Section on payment of the tender fees (nonrefundable) of Rs.500/- by cash/Demand 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. 6. 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. Foreign Suppliers prepare advance cheque for US$100/-. 7. Quotations must be valid for a period of 180 days from the date of your quotation. 8. Tenders containing correction, overwriting will not be considered. 9. Tenderer should sign on all the pages of the technical bid and the price bid. 10. Offer should be on the basis of Ex-works, duly packed airworthy. 11. If equipment offered is to be imported, arrangements for import will be made by us. 12. Tenders who do not comply with any of the above conditions are liable to be rejected. 13. The Institute shall be under no obligation to accept the lowest or any other tender received in response to this tender notice and shall be entitled to reject any tender without assigning any reason whatsoever. 14. We reserve the right to place the order for part/reduced quantity than what is specified in the tender. 15. Our standard Payment terms are as follows: - Up to maximum of 90% against shipment of the equipment/materials (through Letter of Credit) - Balance 10% of the order value will be released on receipt, installation, commissioning and acceptance of the equipment/machinery. In case any supplier wants advance payment for mobilization the same can be released on submission of bank guarantee for the equal amount valid till the date of shipment of the equipment/material. 16. As per CVC guidelines No Agency commission will be paid by TIFR PURCHASE OFFICER
© Copyright 2026 Paperzz