enquiry for supply, fabrication and erection & commissioning of

19
1 PRASAR BHARATI (INDIA’S PUBLIC SERVICE BROADCASTER) O/o THE ADDITIONAL DIRECTOR GENERAL (E) (SZ) ALL INDIA RADIO & DOORDARSHAN SWAMY SIVANANDA SALAI, CHENNAI - 600 005 No.ADG(E)(SZ)/PUR/79/DUCT/2013-14 Date: 05.02-2014 Sub.: Enquiry for Supply, Fabrication and Erection & Commissioning of Insulated Supply, Return Air Ducts and Plenum Chamber for 3X15 Ton package Type A/C Plants at 100KW MW Transmitter Building, All India Radio, Vijayawada.– reg. Dear Sir, This office is interested in the purchase of the following Works as specification given below/attached and invites your quotation. 1. SL. NO. DESCRIPTION / QUANTITY 1 Supply, Fabrication and Erection & Commissioning of Insulated Supply, Return Air Ducts and Plenum Chamber for 3X15 Ton package Type A/C Plants at 100KW MW Transmitter Building, All India Radio, Vijayawada as per specifications CONSIGNEE: DDE/ I.O, AIR, 100 kW MW T/R, Vijayawada, Andhra Pradesh. PAYING AUTHORITY : The ADG (E)(SZ), AIR & DD, Swamy Sivananda Salai, Chennai-600005. 2. The quotation should specifically mention Make & Type of the items, delivery date, Terms and Condition of supply. The prices given should be firm and as under. (a) The prices quoted shall remain fixed during the entire period of supply/contract and shall not be subject to variation on any account. A bid submitted with an adjustable price quotation is likely to be treated as non responsive and rejected. (b) The ‘Unit’ Price should be for the Unit as indicated in the tender enquiry. (c) Prices quoted should be for F.O.R. Station of destination in India and Inclusive of charges as packing customs, etc., wherever applicable. (d) The quotation should specifically mention rates for Supply, Installation charges & Taxes separately. 3. In case of Quotation of F.O.R Station of dispatch basis, the purchaser will not pay separately transit insurance and the supplier will be responsible until the stores arrive in good condition at the destination. Tender/quotation in which transit insurance has been specified as an additional item of expenditure is liable to be ignored. 4. The tender shall consist of three parts (bids) namely: (a) EMD: Earnest Money amounting to Rs.6,000/- [Rupees Six Thousand Only] in the form of Demand Draft on Nationalized Bank / Commercial Bank drawn in favour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders without EMD shall be summarily rejected and their bid will not be opened at the time of tender opening and shall be rejected as non responsive at the bid opening stage and returned to the bidder unopened [EMD exemption is applicable for those who are registered with the Central Purchase Organization, National Small Industries Corporation (NSIC). i. If any tenderer withdraws his tender before the expiry of the validity period, or before the issue of letter of acceptance, whichever is earlier, or makes any modification in terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the earnest money absolutely. This provision would naturally apply only to the lowest tenderer once the earnest money of all the tenderers except those of the lowest is refunded as per provisions.

Upload: dangkien

Post on 10-Feb-2017

227 views

Category:

Documents


2 download

TRANSCRIPT

1

PRASAR BHARATI

(INDIA’S PUBLIC SERVICE BROADCASTER)

O/o THE ADDITIONAL DIRECTOR GENERAL (E) (SZ)

ALL INDIA RADIO & DOORDARSHAN

SWAMY SIVANANDA SALAI, CHENNAI - 600 005

No.ADG(E)(SZ)/PUR/79/DUCT/2013-14 Date: 05.02-2014

Sub.: Enquiry for Supply, Fabrication and Erection & Commissioning of Insulated Supply, Return Air Ducts and Plenum Chamber for 3X15 Ton package Type A/C Plants at 100KW MW

Transmitter Building, All India Radio, Vijayawada.– reg.

Dear Sir, This office is interested in the purchase of the following Works as specification given

below/attached and invites your quotation.

1.

SL. NO. DESCRIPTION / QUANTITY

1 Supply, Fabrication and Erection & Commissioning of Insulated Supply,

Return Air Ducts and Plenum Chamber for 3X15 Ton package Type A/C Plants

at 100KW MW Transmitter Building, All India Radio, Vijayawada as per specifications

[ PAGE No.7 TO 28 OF TENDER DOCUMENT]

CONSIGNEE: DDE/ I.O, AIR, 100 kW MW T/R, Vijayawada, Andhra Pradesh.

PAYING AUTHORITY : The ADG (E)(SZ), AIR & DD, Swamy Sivananda Salai, Chennai-600005.

2. The quotation should specifically mention Make & Type of the items, delivery date, Terms

and Condition of supply. The prices given should be firm and as under.

(a) The prices quoted shall remain fixed during the entire period of supply/contract and shall not be

subject to variation on any account. A bid submitted with an adjustable price quotation is likely to be treated as non responsive and rejected.

(b) The ‘Unit’ Price should be for the Unit as indicated in the tender enquiry.

(c) Prices quoted should be for F.O.R. Station of destination in India and Inclusive of charges as

packing customs, etc., wherever applicable.

(d) The quotation should specifically mention rates for Supply, Installation charges & Taxes separately.

3. In case of Quotation of F.O.R Station of dispatch basis, the purchaser will not pay separately

transit insurance and the supplier will be responsible until the stores arrive in good condition at the

destination. Tender/quotation in which transit insurance has been specified as an additional item of

expenditure is liable to be ignored.

4. The tender shall consist of three parts (bids) namely:

(a) EMD: Earnest Money amounting to Rs.6,000/- [Rupees Six Thousand Only] in the form of

Demand Draft on Nationalized Bank / Commercial Bank drawn in favour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders without EMD shall be summarily rejected

and their bid will not be opened at the time of tender opening and shall be rejected as non responsive

at the bid opening stage and returned to the bidder unopened [EMD exemption is applicable for

those who are registered with the Central Purchase Organization, National Small Industries

Corporation (NSIC).

i. If any tenderer withdraws his tender before the expiry of the validity period, or before the

issue of letter of acceptance, whichever is earlier, or makes any modification in terms and conditions

of the tender which are not acceptable to the department, then the Government shall, without

prejudice to any other right or remedy, be at liberty to forfeit 50% of the earnest money absolutely.

This provision would naturally apply only to the lowest tenderer once the earnest money of all the tenderers except those of the lowest is refunded as per provisions.

2

ii. If the contractor fails to furnish the prescribed performance guarantee within the prescribed period, the earnest money is absolutely forfeited to the President automatically without any notice.

iii. In case the contractor fails to commence the work specified in the tender documents on the

15th day or such time period as mentioned in letter of award , after the date on which the Purchaser

issues written orders to commence the work, or from the date of handing over of the site, whichever

is later, the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit whole of earnest money absolutely.

iv. If only a part of the work as shown in the tender is awarded, and the contractor does not

commence the work, the amount of the earnest money to be forfeited to the Government should be

worked out with reference to the estimated cost of the work so awarded.

v. In case of forfeiture of earnest money as prescribed in i to iv above, the tenderer shall not

be allowed to participate in the retendering process of the work.

(b) TECHNICAL BID: Technical bid should contain the confirmation to the enclosed technical

specifications. This should be submitted in a separate sealed envelope with “TECHNICAL BID”

written on it. (c) COMMERCIAL BID:

The commercial bid should contain the price bid and acceptance of the commercial terms and

conditions of this tender document. The price should be quoted for free delivery of materials at

respective destinations. This should be submitted in a separate sealed envelope with The tenders

will be submitted in sealed envelopes with the name of work, date of opening and the bid enclosed

written on the envelopes.

The above mentioned envelopes should be enclosed and submitted in another large size envelope

duly sealed and superscribed with “ Supply, Fabrication and Erection & Commissioning of Insulated

Supply, Return Air Ducts and Plenum Chamber for 3X15 Ton package Type A/C Plants at 100KW

MW Transmitter Building, All India Radio, Vijayawada” and date of opening. The envelope will be received at this office of The ADG(E) (SZ), AIR & TV, Swamy Sivananda Salai, Chennai-5 up to 1230

hrs. on 25.02.2014. The Technical bid and E.M.D. will be opened on the same day at 1500 hrs. The

commercial bid will be notified after recommendation of Technical Evaluation Committee.

In case tender opening date falls on a holiday, the bids will be received and opened at the same

specified time on next working day. Bids received late or submitted after the scheduled specified time on scheduled date will not be entertained and will be returned back unopened.

The purchaser may, at his discretion extent the deadline for the submission of the bids by amending

the bid document , in which case all rights and obligations of the purchaser and bidders previously

subject to then deadline will thereafter be subject to the deadline as extended.

Tenderer should quote for all the required items. Partial tenders will be rejected.

(d) SECURITY DEPOSIT:

The successful Tenderer shall furnish the Security Deposit within 2 weeks after placement of order

at the rate of 5% of the Order Value, failing which the EMD will be forfeited automatically, to

President of India, without any notice. The security deposit shall be furnished in the form of Demand Draft / Bank Guarantee drawn in favour of The ADG (E) (SZ), AIR & DD, Chennai-5. The

Security Deposit will be returned in full on completion of successful Guarantee/Warranty Period.

For release of Security Deposit / Performance Security, the firm will submit his claim along with a

certificate from the consignee that equipment supplied / SITC executed against this order has performed satisfactorily during its Warranty / guarantee period and department have not suffered

any loss / inconvenience on this account.

5. TAXES:

a. Payment of Entry Tax / Octroi Duty and Toll Tax (on ultimate products). As the

material, which is to be transported to the consignee, belongs to the Government of India / Prasar Bharati and therefore is exempted from Entry Tax / Octroi Duty / Toll Tax. However, if the

State Governments / Statutory Local Bodies are bound to levy such taxes, the taxes will be paid

by supplier / contractor. Supplier / Contractor may raise its claim, for reimbursement of such

duties / taxes paid, with Organisation, along with original receipt of the payment.

3

b. Sales Tax / Service Tax leviable and intended to be claimed from the purchaser should be distinctly shown along with prices quoted. Where this is not done no claim for Sales Tax / Service

Tax will be admitted at any later stage and on any ground whatsoever.

* PLEASE NOTE THAT THIS OFFICE WILL NOT ISSUE ANY FORM SUCH AS ‘C’, ‘D’ ETC.

6. Printed terms and conditions of tendering firms will not be considered as forming parts of their

tender.

7. GUARANTEE / WARRANTY PERIOD: The Equipment / Work shall be guaranteed against any

Manufacturing defects for a period of 1 Year from the date of commissioning. Any parts failing

during the Guarantee period shall be repaired / replaced free of charge by the supplier at the Sites.

8. DELIVERY OF STORES: The entire work at the site shall be completed within 02 Months from the date of placement of order. Delivery period may also be quoted separately.

9. TERMS OF PAYMENT:

a. 80% of the contract price for the equipments/materials inclusive of Excise Duty and Sales Tax shall be paid on initial inspection and delivery of equipments at site in good condition.

b. 20% of the contract price for the equipments/materials and 100% of Installation charges on

satisfactory completion of Installation, Testing, Commissioning and Handing over.

10. The quotation should be sent in a sealed cover addressed to the undersigned, by name, so as to

reach on or before 25-02-2014 , 12.30 P.M.

THE COVER SHOULD BE SUPERSCRIBED WITH THE FOLLOWING:

a. Material for which quotations are enclosed.

b. Reference to letter of enquiry. c. Due date of opening quotation.

11. The Quotations will be opened in this office at 3.00 P.M. on 25-02-2014 in the presence of

tenderers or their agents such as they may choose to attend.

12. QUOTATIONS NOT PROPERLY SUPERSCRIBED WILL NOT BE CONSIDERED.

13. The quotations submitted shall remain open for acceptance for a period of 90 (Ninety) days

from the date of opening of the Tender. If any Tenderer/ Suppliers withdraws his Tender/Quotation

before the said period or makes any modifications in the Terms & Conditions on the

Tender/Quotation which are not acceptable to the Department, then the Government shall, without prejudice to any other right or remedy, be at the liberty to forfeit 50% of the Earnest Money as

aforesaid.

14. Both your PAN - Permanent Income Tax Account Number and Income Tax Circle & your TIN -

Tax Identification Number and the Tax circle should be definitely indicated in your quotation.

15. Bill Submission:-

i. Clear indication on the top of the bills. “ Payment by direct credit to bank account thorugh

ECS,NEFT,RTGS,ETC.”

ii. The details of beneficiary’s name, name of the Bank and Branch address, Bank Account No,

IFSC Code, MICR Code, along with the full address, Phone No and e-mail ID of the beneficiary.

iii. PAN NO, TIN NO, Service Tax number should also be clearly indicated in the bill.

iv. Payment shall not be made without the above details.

16. In case of supply of any Specific or Manufacturer item, the Manufacturer’s Test

Certificate/preferably from MSME, should be enclosed with the supply.

17. Predispatch Inspection:- The Goods are subjected to Inspection before acceptance. The date of Inspection of goods may be intimated to this Office before dispatch to the consignee.

4

18. RIGHT OF ACCEPTANCE: The undersigned reserves the right to reject the lowest tender or all the tenders without assigning

any reasons whatsoever. Further, the undersigned reserves him self the right to increase or decrease

upto 50% of the quantity of goods and services specified in the schedule of the requirement without

any change in the unit price of the order quantities or other term conditions at the time of award of

contract. All Quotations/Tenders in which any of the prescribed conditions are not fulfilled or are incomplete in any respect are liable to be rejected. The competent authority on behalf of President of

India reserve himself the right of accepting the whole or any part of the Tender shall be bound to

perform the same at the rate quoted.

19. Canvassing whether directly or indirectly, in connection with Tender/quotation is strictly

prohibited and the Tender/quotation submitted by the Contractors / suppliers who resort to canvassing will be liable to rejection.

20. The undersigned also reserves the right to place Repeat Order upto 50% of the quantity of goods

and services contain in the running tender / contract within a period of 6 months from the date of

order/ agreement at the same rate.

21. LANGUAGE / UNITS: All information supplied by the Tenderer & all markings, notes,

designation on the drawings & associated write-ups shall be in “English language" only. All

dimensions, units on drawings, all references to weights, measures & quantities shall be in MKS.

22. In case this is second enquiry, your Quotation in response to the first enquiry should be presumed to be valid up to 120 days from the last date mentioned in para 11 above unless we hear

from you.

23. EXPERIENCE:

The tenderer should give documentary proof for having successfully designed. Fabricated, Installed and Commissioned similar type of equipment/work. They should also submit list of works which are

in hand at the time of submission of tender. The list shall contain the name of work, cost of work

and present position of work.

24. AFTER SALES SERVICE:- The Tenderer should give full details of after sales service capability. The locations of service centers

across the country shall be indicated. If there are no service centers at/ near the location of the site

the tender is likely to be rejected.

25. TECHNICAL SPECIFICATION:- For Technical Specification see the Annexure.

The tenderer should submit necessary pamphlets description of items being offered along with Technical Bid and also the firms to which similar items were supplied in the near past and

completion report.

26. DESSPATCH INSTRUCTIONS:

1. The packing and marking of goods shall be as laid down in clause-12 of general conditions of contract DGS & D69 (revised).

2. The contractor shall arrange to dispatch the goods duly insured direct to the consignee under

prior intimation for delivery at site by whichever mode of transport he may choose, to ensure safe

delivery of goods at site. Unloading shall be done at site at the contractor’s expense. The consignee

will provide only storage space. The contractor will provide his own security like locking etc., and

store the materials at his own risk.

27. FAILURE AND TERMINATION CLAUSE

Time and date of delivery shall be essence of the contract. If the Contractor /

Supplier fails to deliver the stores / execute SITC / SETC, or any installment thereof within

the period fixed for such delivery in the schedule or at any time repudiates the contract before the expiry of such periods, the purchaser may without prejudice to any other right or remedy,

available to him to recover demurrages for breach of the contract:-

(a) Recover from the Supplier/Contractor as agreed, liquidated demurrages including

Administrative expenses and not by way of penalty, a sum equivalent to 0.5% per week up to

maximum limit of 10% of the contract value for such delay or part thereof (this is an

agreed, genuine pre-estimate of demurrages duly agreed by the parties) which the supplier/contractor has failed to deliver thereof is accepted after expiry of the aforesaid period,

provided that the total demurrages so claimed shall not exceed 10% of the contract price of

5

the stores / SITC / SETC. After full period of extension, termination of the contract will be considered by the Organization.

(b) Purchase or authorize the purchase elsewhere on the account and at the risk of the

contractor/supplier, of the stores not so delivered / SITC / SETC not carried out or other of a

similar description (where stores exactly complying with the particulars are not in the opinion

of the purchaser, which shall be final, readily procurable) by serving prior notice to the contractor/supplier without cancelling the contract in respect of the installment not yet due for

delivery or,

(c) Cancel the contract or a portion thereof by serving prior notice to the Contractor/Supplier

and if so desired purchase or authorize the purchase of the stores not so delivered / SITC

/ SETC not carried out, or others of a similar description (where stores not delivered /

SITC / SETC not carried out, exactly complying with particulars are not in the opinion of the

purchaser, which shall be final readily procurable) at the risk and cost of the Contractor/Supplier.

If the Contractor/Supplier had defaulted in the performance of the original contract, the purchaser

shall have the right to ignore his tender for risk purchase even though the lowest, where the

contract is terminated at the risk and cost of the firm under the provisions of this clause, it shall

be in the discretion of the purchaser to exercise his discretion to collect or not, the Security

deposit from the firm on whom the contract is placed, at the risk and expense of the defaulted

firm.

(d) Where action is taken under sub-clause (b) or sub-clause (c) above, the contractor

shall be liable for any loss which the purchaser may sustain on that account, provided the

purchase or if there is an agreement, to purchase, such agreement is made in case of failure to deliver the S tores/Services, within 6 months from the date of such failure and in case of

repudiation of contract the Contractor/Supplier shall not be entitled to any gain on such the

entire discretion of the purchaser to serve a notice of such purchase on the Contractor/Supplier.

(e) It may further be noted that clause (a) above provides for recovery of liquidated demurrages

on the cost of contract price of delayed supplies (whole unit) at the rate of 0.5% per week up to

maximum limit of 10% of the contract value for such delay or part thereof. Liquidated demurrages for delay in supplies thus accrued will be recovered by the paying authority on

instruction as specified in the supply order, from the bill for payment of the cost of materials /

works submitted by the supplier / contractor in accordance with terms of supply order on

instruction from Purchaser regarding liquidated demurrages amount.

(f) Notwithstanding anything stated above, equipment and materials will be deemed to have been

delivered / SITC / SETC will be deemed to have been carried out only when all its components,

parts are also delivered. If certain components of stores are not delivered in time / SITC / SETC

not carried out in time, the stores / SITC / SETC will be considered as delayed until such time all

the missing parts are also delivered.

28. CONDITIONS OF CONTRACT:

a. DGS & D-68 (Revised) and DGS & D-71 as amended up to date. However, such of these conditions

stipulated on this tender shall supersede corresponding conditions in DGS & D-71.

b. The contractor shall sign a contract agreement form in triplicate in the prescribed proforma and submit the same along with Security Deposit within 2 weeks. The complete form with the purchaser’s

signature shall be sent back to the contractor. No supplies will be made and no work shall start

unless the agreement is signed by the contractor and the purchaser.

29. ENFORCEMENT OF LABOUR LAWS: 1. While engaging labour for carrying out obligations under the contract the contractor shall satisfy

the conditions laid down under contract labour (Regulation and Audition) Act 1970 and (Central)

Rules 1971 as amended from time to time and observe all formalities required as per the said Act/

Rules. The supplier shall also observe the provision under minimum wages act 1948(Central) Rules

1950 amended from time to time while engaging labour.

2. The contractor shall make his/her own arrangements for procuring necessary labour, skilled and unskilled. He should confirm to all local government laws and regulations covering labour and

their employment.

3. The contractor and his employees shall comply with the regulation in force for controlled entry

into premises where work is being carried out.

4. The contractor shall indemnify and hold harmless the purchaser against all claims in respect of injury to any person howsoever arising out of the work in the course of such installation. The

contractor shall discharge his entire obligation under the Indian Workmen Compensation Act in as

for as it affects workmen in his Employment.

6

30. FORCE MAJEURE: a. If any time during the continuance of the contract the performance in while or in part by the

contractor shall be prevented or delayed by reason of any war, hostility acts of the public enemy. Civil

commotion, sabotage, fires, floods, explosions, epidemics, Quarantine restrictions, strikes, lock-outs

or acts of God (therein after restrictions refer to as events and provided notice of happenings of any

such eventuality is given by the contractor within 21 days from the date of occurrence thereof, the purchaser shall by reason of such event, neither be entitled to cancel this order not shall have any

claim for damages against the contractor in respect of such non-performance or delay in performance

and delivery shall be resumed as soon as practicable after such events have come to an end or ceased

to exist.

b. Provided further that if the performance in whole or part or any obligation under this order is

prevented or delayed by reasons of any such event for a period exceeding 180 days, the purchaser and the contractor shall meet to find a neutral agreement to any effect resulting the reform or the

purchaser may at his option cancel order provided also if the order is cancelled under this clause, the

purchaser shall be at liberty to take over from the contractor at order prices all unused, un-damaged

and acceptable material bought out components and stores in course of manufacture in the

possession of the supplier at the time of such cancellation or such portion thereof as the purchaser

may deem fit accepting such material, bought out components and stores as the supplier may with the concurrence of the purchaser elect to retain.

31.CANCELLATION:

The purchaser reserves the right to cancel the order in the event of non-performance / delay in

execution of the work or unsatisfactory performance by the contractor and recover payment already made if any, along with losses/ damages incurred.

32. ARBITRATION OF CONTRACTUAL DISPUTES:

If a dispute arises out of or in connection with the contract, or in respect of any defined legal

relationship associated therewith or derived there from, the parties agree to submit that dispute to

arbitration under ICADR Arbitration Rules, 1996.The Authority to appoint the arbitrator(s) shall be the International Centre for Alternative dispute resolution.

The International centre for Alternative Dispute Resolution will provide administrative services in

accordance with the ICADR Arbitration Rules, 1996.

a) The number of arbitrator(s) shall be one who has legal as well as Technical Background.

b) The language of the arbitration proceedings shall be English. c) The place of arbitration proceedings shall be Chennai only.

33. GENERAL:-

All the pages of the tender document should be duly signed, stamped and serially

numbered on submission, failing which the tender may not be considered as qualified tender .

Web Site: http://ceszairdd.org.in/tenders.php http://allindiaradio.gov.in/Information/Tenders https://tenders.gov.in

[R.VASUMATHI]

ASSISTANT ENGINEER

for ADG (E) (SZ) TeleFax: 044 -2538 2155;

e-mail:[email protected]

For any Technical clarification kindly contact:

Sh.R.Natarajan , Dy.Director [Engg] Ph:-044-25382520. O/o ADG(E)(SZ), AIR&DD,Chennai-5

7

Supply, Fabrication and Erection & Commissioning of Insulated Supply, Return

Air Ducts and Plenum Chamber for 3X15 Ton package Type A/C Plants at 100KW MW Transmitter Building, All India Radio, Vijayawada as per the AIR

specifications and enclosed drawing

1.0 General: Supply, Fabrication and Erection & Commissioning of Insulated Supply, Return Air Ducts and Plenum Chamber for 3X15 Ton package Type A/C Plants at 100KW MW Transmitter Building, All India Radio, Vijayawada as per the AIR specifications and enclosed drawing. 1.1 Scope:

The work will include Supply, Fabrication and Erection & Commissioning of Insulated Supply, Return Air Ducts and Plenum Chamber for 3X15 Ton package

Type A/C Plants at 100KW MW Transmitter Building, All India Radio, Vijayawadaas per the AIR specifications and enclosed drawing.

1.2 General Conditions:

Supply, Fabrication and Erection & Commissioning of Insulated Supply, Return Air Ducts and Plenum Chamber for 3X15 Ton package Type A/C Plants at 100KW MW Transmitter Building, All India Radio, Vijayawada as per the AIR specifications and enclosed drawing shall generally conform to the Technical Specifications in as detailed in Section-I, against each clause. The Performa given below against each clause should be completely filled in while submitting the tender, failing which the Tender will be summarily rejected.

1.3 Completeness of Contract:

Any Item which may not have been specifically mentioned or which the tenderer may not explicitly mention in his tender but are necessary for the completion of the Supply, Fabrication and Erection & Commissioning of Insulated Supply, Return Air Ducts and Plenum Chamber for 3X15 Ton package Type A/C Plants as per the AIR specifications and enclosed drawing shall be deemed to be included in the contract and be provided by the contractor without any extra charge.

1.4 Delivery:

The complete Supply, Fabrication and Erection & Commissioning of Insulated Supply, Return Air Ducts and Plenum Chamber for 3X15 Ton package Type A/C Plants at 100KW MW Transmitter Building, All India Radio, Vijayawada as per

the AIR specifications and enclosed drawing shall be completed within Two month. This period shall be effective from the date of Issue of Commercially clear Work Order and shall be independent of any other factors.

1.5 Guarantee:

The complete Supply, Fabrication and Erection & Commissioning of Insulated Supply, Return Air Ducts and Plenum Chamber for 3X15 Ton package Type A/C Plants at 100KW MW Transmitter Building, All India Radio, Vijayawada as per the AIR specifications and enclosed drawing. shall be guaranteed in all respects for satisfactory operation for One year from the date of taking it into service. This should be confirmed.

8

TECHNICAL AND OTHER PARTICULALARS TO BE COMPLIED BY THE TENDERERS AGAINST REQUIREMENTS AS GIVEN BELOW

SECTION—I 1. CODES, STANDARDS AND REGULATIONS:

Generally all works under this contract shall be complied with the following Indian Standards of latest version.

The contractor shall make available copies (upon Award of Contract) of the above standards for reference of the Owner.

SHEET METAL WORKS :

IS 277 Galvanized Steel sheet

IS 513 Cold rolled low carbon steel sheets.

IS 655 Metal Air ducts

THERMAL INSULATION :

IS 3069 Glossary of terms, symbols & units relating to thermal insulation materials

IS 3346 Method of determination of thermal conductivity of thermal insulation materials

INTERNATIONAL STANDARDS :

SMACNA HVAC Systems – Duct Design

SMACNA HVAC Air duct leakage test manual

SMACNA HVAC duct construction standards – Metal & flexible

SMACNA Rectangular duct construction

SMACNA Round duct construction

9

2. SPECIFICATION – AIR DISTRIBUTION SYSTEM

2.0 AIR DISTRIBUTION SYSTEM: Tenderer’s Compliance

Scope: Scope of this section comprises of the supply, installation, testing and commissioning of Air Distribution System conforming to the specifications and in accordance with the requirement of drawings and of the Schedule of Quantities. This section covers the general requirements for sheet metal ductwork with associated items like air outlets and inlets, fresh air intake, dampers etc.

2.1 SHEET METAL DUCT WORK:

2.1.1 Unless otherwise specified here, the construction, erection, testing and performance of the ducting system shall conform to the SMACNA-1995 standards (“HVAC Duct Construction Standards-Metal and Flexible-Second Edition- 2005” SMACNA).

2.1.2 RECOMMENDED SPECIFICATIONS :

DUCT SIZES-MM

GU

AG

E

MM

GU

AG

E-

SW

G

CO

NN

EC

TO

R

TY

PE

THICKNESS OF FORMED CHANNEL-MM

GU

AG

E

RO

D D

IA-M

M

AN

CH

OR

FA

ST

NE

R

0-750 0.63 24 C&S 1.5 16 8 M 8

751-1000

0.08 22 TDF 1.5 16 8 M 8

1001-1300

0.80 22 TDF 2.0 14 10 M 10

1301-1500

0.80 22 Slip On 2.0 14 10 M 10

1501-1800

1.00 20 Slip On 2.4 12 12 M 12

1801-2100

1.00 20 Slip On 2.4 12 12 M 12

2101-2700

1.25 18 Slip On 2.4 12 12 M 12

2.1.3 Selection of G.I. Gauge and Transverse Connectors: Duct Construction shall be in compliance with 1” (250 Pa) wg Operating

Pressure norms as per SMACNA.

2.1.4 The specific class of transverse connector and duct gauge for a given duct dimensions shall be 1”(250 Pa) pressure class. Transverse joint must be able to withstand 1.5 times maximum operating pressure without deformation or failure.

2.1.5 Non-toxic, AC-applications grade P.E. or PVC gasketing shall be provided between all mating flanged joints. Gasket sizes shall conform to flange manufacturer’s specification.

2.1.6 The fabricated duct dimensions shall be as per approved drawings and all connecting sections shall be dimensionally matched to avoid any gaps.

2.1.7 Dimensional Tolerances: All fabricated dimensions shall be within ± 1.0 mm of specified dimension. To obtain required perpendicularity, permissible diagonal tolerances shall be ± 1.0 mm per metre.

2.1.8 Transverse Joints : Where a transverse joint acts as a reinforcing member its maximum allowable deflection will be 0.25” (6.25mm) for ducts up to 48” (1220 mm) width (W), and (W/200) for greater widths.

10

2.1.9 For duct sizes below 750 mm, Slip joints (S or standing S cleats) or alternating Slip and Drive (‘C’ cleats) may be used. Under no circumstances should Drive (‘C’) cleats be used on all four of the duct sides. All such joints to be spot sealed to avoid visible gaps at the cleat interfaces.

2.1.10 Corners : It shall be inserted into the hollow web of the slip – on flanges. 4 corner pcs. Are required for each rectangular frame, 8 corners pcs, per joint.

2.1.11 Gasket – Neoprene / PVC: Self adhesive, micro-cellular, cross-linked, polyethylene foam/ UV resistant PVC foam/neoprene.

2.1.12 .Bolts, Nuts And Washer: Electro – galvanized, square neck carriage bolts, nuts and washers. Each joint requires 4 sets.

2.1.13 Fabrication Equipment and Processes: All cutting, folding, notching, beading, shearing operations must be done by machines (CAD/CAM equipment preferred) for accuracy of parts and speed of fabrication.

2.2 MATERIAL :

2.2.1 All ducting shall be factory fabricated out of Galvanised Steel Sheet (GSS) Lock Forming Quality (LFQ) conforming to the standards of ASTM A653 and A924 or conform to grade D of IS 1079:1988 or IS 513:1986 as specified in IS277:1992. The coating of zinc shall conform to class VIII.

2.2.2 The G.I. raw material should be used in coil-form (instead of sheets) so as to limit the longitudinal joints at the edges only, irrespective of cross-section dimensions.

2.2.3 Only new, clean and bright sheets without watermarks shall be used.

2.2.4 Flanges and stiffeners used in duct sections shall be rolled steel angles. All nuts, bolts and washers shall be of zinc plated steel and all rivets shall be galvanized or made of aluminium alloy. Gaskets shall be of 3mm-neoprene rubber and shall be leak proof. Four sets for each joints.

2.2.5 CLEATS: GI Metal Clear 150 mm in length can be snap-fitted or slid over the mating flanges.

2.2.6 GASKET-NEOPRENE / PVC: UV resistant, self-adhesive, 10 mm wide and 4.5 mm thick.

2.2.7 BOLTS, NUTS AND WASHER: Electro-galvanised, square-necked carriage bolts, nuts and washers. Each joint requires 4 sets.

2.2.8 The ducts will be formed with sheet metal flange and to be cross self ribbed for reinforcement. However where ever the size of the duct either on its width or on its height (breadth) exceeds 750mm the same will have welded angle iron metal flange of size 25X25X3mm The angle iron frames as flange to be riveted the surface with MS rivets rigidly. All the

ducts are to be joined together with 8mm GI hexagonal bolt and nut at distance not exceeding 250mm.

2.3 CONSTRUCTION AND INSTALLATION :

2.3.1 Duct shall be fabricated as per details shown on approved shop drawings. All ducts shall be rigid and shall be adequately supported and braced where required with standing seams, tees, or angles of sample size to keep the ducts true to shape and to prevent bulking, vibration and breathing.

2.3.2 The fabrication of the ducting including details of transverse joint connections etc shall be generally as per SMACNA-2005. The ducts should be rigid and should have very minimum leakages. All the supply air and return air ducts which has a size less than 1200mm either on its width or on its height are to be made with 24SWG GP/GI sheets. And ducts with larger size of 1200mm and will have to be formed with 22SWG GI/GP sheets.

11

2.3.3 All edges to be machine treated using lock formers, flanges and rollers for turning up edges.

2.3.4 Ducts shall be straight and smooth on the inside. Longitudinal seams shall be airtight and at corners only, which shall be either Pittsburgh or Snap Button Punch as per SMACNA practice, to ensure air tightness.

2.3.5 Changes in dimensions and shape of ducts shall be gradual (between 1:4 and 1:7). Turning vanes or air splitters shall be installed in all bends and duct collars designed to permit the air to make the turn without appreciable turbulence.

2.3.6 Plenums shall be shop/factory fabricated panel type and assembled at site. The plenum chamber of size 2400mm X 800mm X6000MM long to be formed with 20 SWG GP/GI sheets. The plenum chamber is a formation of multiple ducts and each such ducts length should not exceed 1250mm. These ducts are provided with 40X40X6mm thick

angle iron welded flanges. The plenum ducts to be connected with 6mm thick thermo rex foam by means of GI MX hexagonal bolt 40X8mm and nut.

The Plenum chamber is to be connected to the respective A/C plants with ducts and these are tailor made according to the opening provided in the plant. Thus formed plant connection supply air ducts with multiple joints as required with control dampers to open or close provisions.

2.3.7 Great care should be taken to ensure that the duct work does not extend outside and beyond height limits as noted on the drawings.

2.3.8 All air turns of 45 degrees or more shall include curved metal blades or vanes arranged so as to permit the air to make turn without an appreciable turbulence. Turning vanes shall be securely fastened to prevent noise or vibration.

2.3.9 The flexible joints are to be not less than 75 MM and not more than 250 MM between faces.

2.3.10 The duct work should be carried out in a manner and at such time as not to hinder or delay the work of the other agencies especially the boxing or false ceiling Vendors.

2.3.11 The plenum chamber will be erected over the supports made by the tenderer. The supports for the plenum chamber to be made with 150 mm X 100 mm MS RS joist duly fixed by penetrating the two end of the wall and are duly concreted and plastered with sand and cement mortar.

2.3.12 Suitable volume control dampers shall be provided in the branch ducts for balancing air quantities.

2.3.13 Ducts shall be supported independently from the building structure and adequately to keep the ducts true to shape. The ducts are to be hoisted and supported at regular intervals not exceeding 2000mm by drawing 8mm MS threaded rods, fixed to the ceiling hooks. and the ducts are to be rested on support angle formed with 40X40X6mm.

2.3.14 Where ducts cannot be suspended from ceiling, wall brackets or other suitable arrangements as approved by the AIR Officials shall be adopted.

2.3.15 Neoprene or other vibration isolation packing of minimum 6 mm thickness shall be provided between ducts and the angle iron supports / brackets.

2.3.16 Rat proofing consisting of 16 gauge galvanised weld mesh, with about 4 mesh per inch, shall be provided in supply air ducts at AHU / Fan outlets, in return air openings of AHU room wall, and above return air slits in conditioned spaces.

12

2.3.17 In all branch ducts and at salient locations, suitable splitters and control dampers shall be provided to facilitate air balancing. All dampers shall be provided with suitable links, levers and quadrants with position indicators and locking arrangement.

2.4 MEASUREMENT :

2.4.1 Measurements for the ducting shall be taken at centre line.

2.4.2 Duct measurements (for insulated ducts) shall be taken before application of insulation.

2.4.3 Duct work shall be measured section wise on the basis of external surface area by multiplying the axial length from flange face to flange face for each section by the corresponding duct perimeter in the centre of that section length.

2.4.4 Measurement sheet should cover each fabricated duct piece showing dimensions and external surface area along with summary of external surface area of duct gauge-wise.

2.4.5 Uniformly tapering straight sections shall also be measured as in above.

2.4.6 However, for special pieces like tees, bends etc. area computations for surface areas shall be done as per shape of such pieces.

2.4.7 For each drawing, all supply of ductwork must be accompanied by computer generated detailed bill of material indicating all relevant duct sizes, dimensions and quantities. In addition, summary sheets are also to be provided showing duct areas by gauge and duct size range as applicable.

2.4.8 The quoted unit rate for external surfaces of ducts shall include all wastage allowances, flanges, gaskets for joints, vibration isolators, bracings, hangers and supports, inspection chambers/access panels, splitter dampers with quadrants and levers for position indication, turning vanes, straightening vanes, and all other accessories required to complete the duct installation as per the specifications. These accessories shall not be separately measured.

2.4.9 All duct pieces shall have a part number, corresponding to the serial number assigned to it in the measurement sheet. The above system shall ensure speedy and proper site measurement, verification and approvals.

2.5 LOUVERS:

2.5.1 Fresh Air Intake Louvers shall be provided as indicated in the drawings. The Louvers shall be fabricated out of extruded aluminium sections and

shall be powder coated.

2.5.2 Bird / Insects screen will be provided at the outer surface of the louvers. The lowest louver member shall extend out of the bottom frame work, so that rain water can drain off. Wherever specified all fresh air louvers shall be provided with volume control dampers.

2.5.3 These dampers shall be fitted integrally on the inside surface of the louvers. The damper shall be fabricated out of extruded aluminium sections.

2.5.4 Weather proof Louvers shall be made out of extruded aluminium and colour should match with the building finish or as approved by AIR Officials and these shall be of rain protection and metal bird screen to be fitted on the inner surface. The louvers shall have nylon mosquito net and pre filter.

2.5.5 The louvers shall additionally be provided with heavy duty expanded metal (aluminium-alloy) bird screen and also 20micron filter for fresh air intake.

13

2.6 GRILLES / DIFFUSERS

2.6.1 Grilles shall be linear type made out of heavy extruded aluminium sections. All the grilles shall be powder coated with approved colour shade.

2.6.2 Diffusers shall be square in shape and made out of heavy extruded aluminium sections with removable core and concealed fixing screw. Opposed blade volume control dampers made out of aluminium extruded sections shall be provided for supply air diffusers.

2.6.3 SIZING: Grilles / Diffusers shall be sized within limits of sound pressure level NC-25 curve .

2.6.3 Supply and return air diffusers shall be shown on the drawings and indicated in schedule of quantities. The supply air diffuser shall be provided with removable key operative volume control dampers. Aluminium supply and return air diffusers shall be powder coated and to have colour of AIR Officials’ choice or shall be extruded aluminium.

2.6.4 Supply/return air linear diffuser shall be Extruded aluminium construction, square, rectangular, or round diffusers with flush fixed pattern or adjustable flow pattern.

2.6.5 Diffusers for different spaces shall be selected in consultation with AIR Officials.

2.6.6 Supply air diffusers may be equipped with fixed air distribution grids, removable key-operated volume control dampers, and anti smudge rings as per requirements of schedule of quantities.

2.6.7 Linear Supply air / Return Air Grilles: This shall be extruded aluminium construction with fixed horizontal bars at 0 / 15deg inclination and flanged on both side. The thickness of fixed bar louvers shall be at least 5.5mm and angle shall be 20mm/30mm inside. The grilles shall be suitable for concealed fixing volume control damper of extruded. Aluminium construction with black anodized finished shall be provided in SA duct collars.

2.6.8 The colour of powder coating shall be decided by AIR Officials. All supply air grilles / diffusers shall have volume control dampers, factory fitted.

2.6.9 The return air grilles / diffusers shall be similar to the supply air grille/diffusers except that they shall not be having volume control dampers.

2.6.10 Before ordering out of grilles/diffusers, the Vendor shall furnish samples of the same to DDK Officials and upon their approval only the grilles shall be procured.

2.6.11 All ceiling diffusers and side wall grilles should be fixed on to the supply collars of the ducts, with proper GI sheet metal cleats, and not on to the False ceiling / boxing. Suitable removable core diffusers and grilles should be provided to facilitate this.

2.6.12 For ceiling diffusers, the drop collar duct size should be made equal to the diffuser neck size. After fixing the diffusers, the mating portion of the collar and diffuser should be sealed air tight with proper sealant.

2.6.13 When continuous grilles are used, and when the ducts are visible through the grilles, the ducts should be painted with black Matt finish paint.

2.6.14 All supply grilles and diffusers including slot diffusers shall be provided with volume control dampers, turning vanes, deflectors which can be adjusted and set through the grille/diffuser face.

2.6.15 When grilles/diffusers which are not allowed to rest on the false ceiling, the A.C. Vendor shall suspend them from the ceiling slab through adjustable suspension system. Cost of this suspension shall be included in the price of the grilles/diffusers.

14

2.6.16 All Return/Exhaust grille/diffusers shall be supplied without volume control dampers unless otherwise specified or required.

2.6.17 All supply grilles & diffusers shall have box type dampers, having vanes, deflectors which can be adjusted through the grille/diffuser face.

2.6.18 Bars longer than 45cm shall be reinforced by set-back vertical members of approved thickness.

2.6.19 The supply air grills/diffusers are be fitted with (VCD) volume control dampers to control the flow of air, fixed to the collars of the ducts openings. The return air grills are to be formed with aluminium extruded profile with an inclination of 15 degree.

2.7 MEASUREMENTS :

2.7.1 Grilles and diffusers (except linear diffusers) shall be measured by the cross sectional areas, perpendicular to the airflow, and excluding the flanges. Volume control dampers, where provided shall not be separately accounted for.

2.7.2 Linear slot type diffusers shall be measured by linear measurements only, and not by cross-sectional areas, and shall exclude flanges for mounting of the linear diffusers. The supply air plenum for linear diffusers shall be measured as described above for ducting.

SPECIFICATION – INSULATION WORK

3.0 INSULATION WORK:

Scope: Scope of this section comprises of the supply and fixing of insulation work conforming to the specifications and in accordance

with the requirement of drawings and of the Schedule of Quantities.

3.1 GENERAL CONDITIONS :

3.1.1 The Vendor shall ensure that samples of all forms of insulation material to be installed are submitted to AIR Officials for their approval within 10 days from the date of issue of Work Order. AIR shall have the right to reject all subsequent supplies that do not conform to the approved samples.

3.1.2 All insulating materials in the form, which it is used and under the condition anticipated, shall not ignite, burn, support combustion or release toxic gases when subject to fire or heat.

3.1.3 All adhesives used to stick insulation shall also be non-flammable.

3.1.4 Manufactures recommendation for application & safety shall be strictly adhered to.

3.2 THERMAL INSULATION FOR DUCT :

3.2.1 Ducts shall be Thermally insulated with 19 mm thick flexible thermal insulation made out of Cross Linked closed cell polyolefin/ polyethelene foam, factory fused to a reinforced 9 micron aluminium foil and longitudinal and transverse joints sealed with self adhesive tape of same material.

3.2.2 MATERIAL SPECIFICATIONS

Cross linked, closed cell polyolefin foam with factory applied, reinforced aluminum foil.

Optional factory applied acrylic adhesive backing

Density : 25kg / m3

Thermal conductivity: Maximum 0.032W/m.k @ 23°C.

Moisture absorption : non hydroscopic

Water vapor permeability : better than .8gm/m2/24hrs(90%RH, 38° C)

Minimum service temperature : - 80° C

Maximum mean duct service temperature : 90° C

Maximum service temperature : 100° C

15

3.2.3 The material should confirm to class 0, self extinguishing, does not drip due to reaction with fire, dust, CFC, HCFC and fibre free with zero ODB.

3.2.4 FIRE RATING:

Minimum fire rating properties of the insulation material when tested to BS476 part 6&7 - Class 0

3.2.5 INSTALLATION PRE-CHECKS :

All joint should be butted firmly against each other, seal all joint with 75mm reinforced aluminum foil tape. no gluing in joints is required

Insulated each duct separately. Flanges should be insulated with a120mm wide strip of insulation material.

No additional vapor barrier or coatings are required.

All supporting hangers should be lined with the same insulation material to avoid excess compression of insulation .(refer manufacturers instruction )

Ensure no air pocket during the installation of the insulation to the duct.

Any minor surface cuts should be covered with aluminum foil type

All joints should be butted firmly together & sealed with high grade aluminum foil such as PPC 493 or equivalents

3.4 ACOUSTIC INSULATION OF DUCTS(only for supply Duct) :

3.4.1 Material of construction shall be fibre-free elastomeric nitrile rubber foam with open cell structure .

3.4.2 The density of the same shall be within 140-180 Kg/m3.The material should have a thermal conductivity not exceeding 0.050 W/mK. The Thickness of the material shall be 25 mm.

3.4.3 The maximum surface temperature the material should withstand is 105º C and minimum temperature should be -20ºC. The Thickness of the material shall be 15mm. The material should conform to Class 1 rating for surface spread of Flame as per BS 476 Part 7.

3.4.4 The insulation board has to be faced with tissue paper and supported by 26 SWG perforated aluminium sheet fixed with GI roofing bolt and nuts of 40X6mm with GI washers and nut. The nut to be on the outer surface of the duct to avoid air cutting noise and the nut are to be applied with red oxide primer for tack and hold. The perforation of Aluminium sheet should not be less than 30 %..

3.4.5 The corrugated surface shall be fixed facing the air path and flat surface stuck to the inside duct surface facing as specified or shown on the drawings.

3.5 ACOUSTIC INSULATION OF PELINUM DUCT) :

The plenum ducts are to be acoustically lined with 50mm thick resin bonded fibre glass wool with a density of 32Kg/Cu.M duly wrapped with fibre glass RP tissue mat and covered duly with 26SWG Al. Perforated sheets, The insulation panels are held in position to the inner peripheries of ducts by means of 75X6mm GI roofing bolt and nuts with GI washers on either side. Due care to be taken while fixing insulation panels by covering the glass wool completely with Al. perforated sheets with necessary over lapping so that glass fibres are not exposed and do not fly while the A/C plant are in operation. Similarly the GI roofing bolt head should be placed adjoining al. Perforated sheet and the nut over the external surface of the duct so as to avoid air cutting noise of the protruding roofing bolts.

16

-LIST OF DRAWINGS

4.0 LIST OF DRAWINGS

The following drawings are enclosed as part of the tender. The job involves design as part of the scope. The vendor should be fully

capable of undertaking professional design of the system and submit good for construction drawings based on actual site

measurements and requirements within 10 days from the date of

issue of Work Order to be submitted for approval. AIR will not be in position to furnish any civil / building drawings and the vendor has

to make necessary arrangements to re-create drawings based on as built site conditions. The drawings furnished along with tender

documents are only for guidance purposes and cannot be construed

as good for construction drawings.

4..1 DRAWING NAME CONTENT

4.1.1

TC 16382

Layout Plan of Supply & Return air Duct Drawing of 100 kW MW Transmitter, AIR, Vijayawada. In the layout plan the supply ducts & return duct extended to Announcer room & Rest room are not required.

S.NO Description of work Quantity

1 The area for the plenum chamber: 42 Sq.M

2 Supply air ducts with thermal and acoustic insulations 88 Sq.M

3 Supply air plant connection ducts to plenum with insulations both acoustic and thermal

20 Sq.M

4 Return air ducts with thermal insulations 70 Sq.M

5 40X40X6mm welded angle iron frames for plenum ducts 16 Nos

6 25X25X3mm welded angle iron frames for supply & return air ducts 80 Nos

7 Supply air grill/Diffuser 275 X 250 mm with VCD 2 Nos

8 Supply air grill /Diffuser 325 X 225 mm with VCD 3 Nos

9 Supply air grill/diffuser 600 X 350 mm with VCD 2 Nos

10 Supply air Grill/diffuser 400 X 325 mm with VCD 1 No

11 Return air Grill 15deg. Deflections 450 X400 mm 1 No

12 Return air Grill 15deg. Deflections 850 X500 mm 1 No

13 Return air Grill 15deg. Deflections 1050 X500 mm 1 No

14 Return air Grill 15deg. Deflections 475 X375 mm 2 Nos

15 Return air Grill 15deg. Deflections 300 X300 mm 2 Nos

16 Return air Grill 15deg. Deflections 375 X350 mm 1 No

17 Control Dampers (mouth for the three plants) 3 No

17

18

PRICE BID

Prorata Break up Details of the Identifiable Items of Supply and ITC / ETC cost (To Be Filled In By Tenderers)

Tender No ADG(E)(SZ)/PUR/79/DUCT/2013-14 Date: 05-02-2014

Supply, Fabrication and Erection & Commissioning of insulated Supply , Return Air

Ducts and Plenum chamber for 3X15Ton package Type A/C plants at 100KW MW Transmitter building , All India Radio ,Vijayawada

Tender’s Name ________________________ Due Date _______________

Delivery Period: _ _____________________ Tenderer’s Quotation No.:_______________________

Validity of Quotation:_______________________________________

Sl. No

Description Qty

Unit price

Total Cost Taxes if any (Rate & Amount)

Total Cost

I Supply Part

1. The area for the plenum chamber 42 Sq.M

2. Supply air ducts with thermal and acoustic insulations

88 Sq.M

3 Supply air plant connection ducts to plenum with insulations both acoustic and thermal

20 Sq.M

4 Return air ducts with thermal insulations

70 Sq.M

5 40X40X6mm welded angle iron frames for plenum ducts

16 Nos

6 25X25X3mm welded angle iron frames for supply & return air ducts

80 Nos

7 Supply air grill/Diffuser 275 X 250 mm with VCD

2 Nos

8 Supply air grill /Diffuser 325 X 225 mm with VCD

3 Nos

9 Supply air grill/diffuser 600 X 350 mm with VCD

2 Nos

10 Supply air Grill/diffuser 400 X 325 mm with VCD

1 No

11 Return air Grill 15deg. Deflections 450 X400 mm

1 No

19

12 Return air Grill 15deg. Deflections 850 X500 mm

1 No

13 Return air Grill 15deg. Deflections 1050 X500 mm

1 No

14 Return air Grill 15deg. Deflections 475 X375 mm

2 Nos

15 Return air Grill 15deg. Deflections 300 X300 mm

2 Nos

16 Return air Grill 15deg. Deflections 375 X350 mm

1 No

17 Control Dampers (mouth for the three plants)

3 No

II Installation and & Commissioning of insulated Supply , Return air ducts , Plenum chamber and the above Items for 3X15Ton package Type A/C plants

One job

III Any other item/work required for completeness of the job, With break-up details

• QUANTITY AS PER ACTUAL. Grand Total(I+II+III) in Rs.________________ Both in words & figure NOTE:- 1. Please indicate prorata break up details of all identifiable items of supply ofStores

and ITC/ETC cost in proforma as noted above. 2. The statutory charges like Excise Duty, VAT/Sale Tax, Service Tax etc which will

not be borne by the bidder must be indicated with % rates as applicable in

column 6 above, failing which this Organization will not be liable for payment of any such charges.

3. State Entry Tax, Toll Tax and other taxes which are collected by statutory bodies

on the way during transportation of materials shall not be included in the price bid. These taxes, if paid, may be reimbursed as per actual on claim with original receipt of payment.

Place: Signature of the Tenderer with seal.

Date: