- Tata Institute of Fundamental Research, Mumbai

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