refurbishment of acs (air conditioning system) with allied ... · campus, new delhi-110067 for the...

38
1 रारीय तिराविान संथान जैव ौयोगिकी वभाि, वान और ौयोगिकी मंाऱय, भारत सरकार का वायत अन संधान संथान अणा आसफ अऱी माग , नई दिऱी-110067 NATIONAL INSTITUTE OF IMMUNOLOGY An Autonomous Research Institute of the Department of Biotechnology, Ministry of Science and Technology, Government of India Aruna Asaf Ali Marg, New Delhi-110067 (Ph. No. 011-26171121-45 & 26717010-19) TENDER DOCUMENT FOR Refurbishment of ACS (air conditioning system) with allied works in small animal facility at NII, Delhi

Upload: others

Post on 10-Apr-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

1

राष्ट्रीय प्रतिरक्षाविज्ञान संस्थान

जैव प्रौद्योगिकी ववभाि, ववज्ञान और प्रौद्योगिकी मंत्राऱय, भारत सरकार का स्वायत्त अनुसंधान संस्थान अरुणा आसफ अऱी मार्ग, नई दिल्ऱी-110067

NATIONAL INSTITUTE OF IMMUNOLOGY An Autonomous Research Institute of the Department of Biotechnology, Ministry of Science and

Technology,

Government of India

Aruna Asaf Ali Marg, New Delhi-110067

(Ph. No. 011-26171121-45 & 26717010-19)

TENDER DOCUMENT

FOR

Refurbishment of ACS (air conditioning

system) with allied works in small animal

facility at NII, Delhi

Page 2: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

2

राष्ट्रीय प्रतिरक्षाविज्ञान संस्थान

NATIONAL INSTITUTE OF IMMUNOLOGY J.N.U Campus, Aruna Asaf Ali Marg, New Delhi 110067

NII/EE/Elect/240/19-20/51

ननववदा आमंत्रण सूचना/Notice Inviting Tender

Sealed tenders are hereby invited in two parts, (I-Technical Bid and II- Price Bid) on behalf of

the Director, NII, Aruna Asaf Ali Marg, JNU Campus, New Delhi-110067 for the work

“Refurbishment of ACS with allied works in small animal facility at NII, Delhi”

from financially sound, well-versed, well-experienced, dedicated and professional agency

executed similar nature of works in any Central Govt./State Govt./PSU/Autonomous bodies

and other Govt. Departments, as per schedule of work and General Terms & Conditions

available on the Institute‟s website www.nii.res.in and CPPP web site.

Executive Engineer, NII

Page 3: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

3

राष्ट्रीय प्रतिरक्षाविज्ञान संस्थान जैव प्रौद्योगिकी ववभाि, ववज्ञान और प्रौद्योगिकी मंत्राऱय, भारत सरकार का स्वायत्त अनुसंधान संस्थान

अरुणा आसफ अऱी मार्ग, नई दिल्ऱी-110067

NATIONAL INSTITUTE OF IMMUNOLOGY An Autonomous Research Institute of the Department of Biotechnology, Ministry of Science and

Technology,

Government of India

Aruna Asaf Ali Marg, New Delhi-110067

(Ph. No. 011-26171121-45 & 26717010-19)

NII/EE/Elect/240/NIT/19-20/51 Date 27.12.19

ननववदा आमंत्रण सूचना/Notice Inviting Tender

Sealed tenders are hereby invited in two parts, (I-Technical Bid and II- Price Bid) on behalf of

the Director, NATIONAL INSTITUTE OF IMMUNOLOGY, Aruna Asaf Ali Marg, JNU

Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning

system) with allied works in small animal facility at NII, Delhi” from financially

sound, well-versed, well-experienced, dedicated and professional agency executed similar

nature of works in any Central Govt./State Govt./PSU/Autonomous bodies and other

Govt. Departments, as per schedule of work and General Terms & Conditions available on

the Institute‟s website www.nii.res.in and CPPP web site.

1. Name of work : Refurbishment of ACS (air conditioning system) with allied

works in small animal facility at NII, Delhi.

2. Estimated Cost : ₹ 1,18,00,000/- (plus GST extra as applicable)

3. Earnest Money : ₹ 3,00,000/-(Interest free, No Exemption on EMD)

4. Last Date of sale of tender : 20.01.2020

5. Last date of receipt of tender : 21.01.2020 (up to 3.00 PM)

(Both Technical & Price Bids)

6. Date of opening of tender : 21.01.2020 (at 3.30 PM)

(Technical Bid only)

7. Time for completion of job : 180 days

8. Cost of tender : ₹ 2,000/- (Non- refundable. However, in order to

promote wider participation and ease of bidding, no cost of tender document may be

charged for the tender documents downloaded by the bidders).

9. Prequalification criteria (agency should submit all documents/ undertaking/

confirmation etc in support of each of points, failing which the tender will be

rejected automatically):

a) Agency should have working and practical experience of executing similar nature of

work in small animal facility/animal bio-safety laboratory/clean room animal

facility. In support of this; agency should attach relevant completion certificates

showing name of work, purchase order /work order/ agreement number, date of start,

date of completion, order value, work done value etc with copy of order copy/agreement

Page 4: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

4

copy, BOQ/ schedule of work, user satisfactory certificate where they had

installed/executed similar works, up to date contact details of concerned person i.e

mobile number, office number, email ID etc; failing which the tender will summarily be

rejected.

b) The agency must be in existence as a contracting firm/agency for executing similar work

with all necessary statutory requirements during the year 2018-19 (upto August. 2018);

supporting documents should be attached i.e order copy, completion certificate as

specified.

c) Agency should be registered with PWD/CPWD/MTNL/MSME/Central Govt./State

Govt./PSU/Autonomous bodies and other Govt. Departments in Electrical/Electro-

mechanical/HVAC/SAC category and copy of the same shall be attached.

d) The agency should have executed at least one similar works of value not less than ₹

94.40 lakh or two similar work not less than of ₹ 70.80 lakh each or three similar work

not less than of ₹ 47.20 lakh each in any Central Govt./State Govt./PSU/Autonomous

bodies and other Govt. Departments during last seven financial years [the similar works

means repairing/replacement of AHUs (air handling units) with their allied items). Other

works like P & F of central chillers, package units, split/windows units, main piping

works etc will not consider in any case. This may be inspected (at the risk and cost of

agency) by the Engineer-in-charge if required. Agency shall have to submit (with

Technical Bid ) all supporting documents i.e purchase order/agreement/work order

with BOQ/schedule of work, Completion certificate (showing name of work,

purchase order /work order/ agreement number, date of start, date of completion,

order value, work done value etc with copy of order copy/agreement copy, BOQ/

schedule of work, up to date contact details of concern i.e mobile number, office

number, email ID etc;) issued by the competent authority etc.

However, one successfully executed work for AHUs and associated items (excluded

items as specified above) in small animal facility/animal bio-safety laboratory/clean

room animal facility in any Central Govt./State Govt./PSU/Autonomous bodies.

e) Joint Venture/ Consortium will not be permitted. Agency shall submit confirmation in

writing that they will not execute said work in Joint Venture/ Consortium.

f) The agency should have competent personnel stationed in the office/service centre in

Delhi/NCR. The service centre in Delhi/NCR must also be stocking spares for providing

prompt services during contract period/defect liability/guarantee period and after that if

required by the Institute. A proof to the effect must be furnished with confirmation

letter.

g) Only agency who are competent to deliver/complete project in time and as per specified

regulations needs to apply. Agency should submit declaration in support of the above

alongwith compitence proof i.e financial stability, past records, experience etc.

h) The agency shall submit copy of balance sheet, P&L Account, ITR for the assessment

year i.e 2016-17, 2017-18 & 2018-19.

i) Average annual financial turn over should be at least ₹ 3.80 Crore during the immediate

last three consecutive financial years. Copy of balance sheet (Duly attested by chartered

accountant) should be enclosed with the Technical Bid.

j) The agency shall visit/examine the site as per given time schedule or prior appointment

and submit duly filled & signed Annexure-II counter signed by Ex. Engg or his

representative. Non-submission of certificate (duly signed by Engg-in-charge or his

representative) by bidder treated as unresponsive bid and disqualified

automatically.

Page 5: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

5

k) The agency shall submit a Letter of association of manufacturer alongwith technical bid,

valid till the completion of defect liability period.

l) The agency shall attach copy of PAN card and GST registration number.

m) The agency shall attach copy of agency RTGS details

n) An affidavit in a e-stamp paper of ₹ 50/- to the effect that „agency‟ undertakes that :

(i) There is no complaint against me/us (Tenderer/Bidder) from any of the Govt. Deptts.

/ Govt. Institutions etc. towards delaying of execution of work related to

SAC/Electrical/HVAC etc or „delay/non-attending of complaints during contract

period of SAC/Electrical/HVAC work during last Five years.

(ii) The documents submitted by me/us are genuine and undisputable and in the event of

it coming to notice at a later date that the documents are not genuine, I/we shall be

liable for action and such compensation payable to NII as may be decided by the

Institute.

(iii) I/we will not withdraw his/their Tender after opening of technical bid and if done so;

his/their EMD will be forfeited.

(iv) I/we will not sublet the work (if awarded to his/their Bidder) and if it does so; the

penalty shall be payable by me/us to NII as may be decided by the Institute.

(v) The I/we have read all terms and conditions of said tender and submit all documents

as per of tender requirements. However, I/we give full rights to Competent Authority

of NII to reject my/our bids at any point of time due to short coming or short fall of

any documents or breach of any tender condition(s) and to forfeit my/our EMD.

(vi) I/we will not defaulter for submission of statutory dues i.e GST etc since August

2017.

Copy of all documents of pre-qualification criteria and as asked for in the tender may please

be attached with the Technical Bid ONLY. In case of shortfall of any documents/cost of

tender/EMD, tender will summarily be rejected and no queries will be entertained in this

regard. Decision of the NII authority shall be final in this regard. ALL DOCUMENTS

PERTAINING TO THE REQUIREMENT OF THE PREQUALIFICATION CRITERION

WILL BE FURNISHED IN THE „TECHNICAL BID‟s ENVELOPE ONLY

The offer shall remain open for at least 60 days from the date of opening of Price Bids. The

cost of tender and Earnest Money shall be accepted only in the form of Demand Draft/Pay

order drawn in favour of the „Director, NII‟ & payable at New Delhi, failing which the bid

will summarily be rejected.

(कायगपाऱक अभियंिा)

Page 6: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

6

सामान्य नियम और शर्तें/GENERAL TERMS AND CONDITIONS

Name of Work: - Refurbishment of ACS (air conditioning system) with allied works in

small animal facility at NII, Delhi.

1. The work shall be done as per the instruction and prior approval of Engineer-in-charge of

National Institute of Immunology (Hereinafter referred to NII).

2. The bidders may visit/examine the site and its surrounding from 27.12.2019 to

20.01.2020 on any working day between 2:00 PM to 04:00 PM by prior appointment with

the Engg-in-charge to assess the accessibility and assess the scope of works before

submitting their offer. No claims later on in regard to the site and its surrounding or any

matter relating thereto shall be entertained. The bidders shall arrange & maintain at his

(their) own cost all materials, Tools & Plants, security (for their man/materials), storage

for material and facilities to the workmen for executing the work. The agency shall

visit/examine the site as per given time schedule or prior appointment and submit duly

filled & signed Annexure-II counter signed by Ex. Engg or his representative. Non-

submission of certificate (duly signed by Engg-in-charge or his representative) by bidder

treated as unresponsive bid and disqualified automatically and will not be considered for

further evaluation.

3. The cost of tender document is ₹ 2,000/- (Non-refundable). The above mentioned cost

of the tender document will have to be paid through a separate Demand-Draft drawn in

favour of “Director, NII” payable at New Delhi along with the Technical Bid, failing

which the bid will summarily be rejected.

In order to promote wider participation and ease of bidding, no cost of tender document

may be charged for the tender documents downloaded by the bidders.

4. An Earnest Money Deposit [interest free EMD, (No exemption on EMD)] of ₹

3,00,000/- (Rupees Three Lakh Only, ) has to be enclosed along with the Technical Bid

(Part-I). The EMD shall be only in the form of Demand Draft drawn in favour of

“Director, NII”, payable at New Delhi, along with the Technical Bid, failing which the

bid will summarily be rejected. No Cheque / Cash shall be accepted as EMD. (The EMD

shall be interest free).

However, EMD exemption shall only be allowed on submission of valid documents as

per tender conditions and to the agency registered with the MSME/NSIC for execution of

AHUs (agency registered for any other work will not considered) and having valid UAM

number duly declared/linked on CPPP etc and as well as full-filled pre-qualification

criteria; failing which the tender will be rejected automatically.

MSME/NSIC registered bidders should also give declaration that their UAM number has

been declared or linked on CPPP (also they should attached copy of the same), failing

which such bidders will not be able to enjoy the benefits as per Public Procurement

Policy for MSEs order, 2012 (or amended time to time) for tenders invited through

CPPP/Institute's web site etc.

5. The rates mentioned in the financial bid shall be inclusive of all labour charges, Packing,

Forwarding, Cartage, Insurance, Loading-unloading, road permit/state entry permit and

Delivery, Installation, Testing , Commissioning, etc at site including temporary

constructional Storage, Risks, Overhead Charges, General Liabilities/ Obligations etc.

Any variation in the above said components till the completion of the work will also be in

the bidder‟s account. The GST shall be extra as applicable.

However, bidder should mention rate of applicable GST. In case applicable GST rate is

not mentioned by the bidder in price bid; then it will be assumed that their quoted rates

are INCLUSICE of all GST.

6. The agency shall attach copy of PAN Card.

7. The agency shall attach copy of GST registration number.

Page 7: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

7

8. The agency shall attach copy of agency RTGS details.

9. Duly sealed tenders shall be dropped in the tender box placed at the reception counter of

the Main NII building. Technical Bid MUST contain one Xerox copy of the unfilled bid

document duly signed and stamped on each page as a token of acceptance of all terms

and conditions /clauses of the tender enquiry.

10. The each agency is permitted to give only one tender and is not permitted to change its

tender.

11. Date of opening of the price bid, will be intimated separately to the technically qualified

bidders only, after evaluating the technical bids. Price bid(s) of only technically qualified

bidders will be opened in the presence of bidders, who wish to present at the time of

opening of price bids.

12. The conditional bids shall not be considered under any circumstances and rejected

without any notice.

13. All bids shall be the property of NII, and contractors will lay no claim whatsoever on the

same.

14. Director, NII reserves the right to reject any or all the tenders in full or in part without

assigning any reasons whatsoever, and the decision of the NII in this regard will be

binding on all the bidders. Bidders not complying with any of the provisions stated in this

tender document are liable to be rejected. Director, NII reserves the right to accept or

reject any tender without assigning any reason and does not bind himself to accept the

lowest tender.

15. Payment terms as follows: -

a) No advance payment will be made.

b) 30% payment shall be made after delivery of material (s) at site on pro-rata basis.

c) 50% payment shall be made after successful completion and handing over of work (on

phase manner basis) in all respect on pro-rata basis.

d) Balance 20% payment shall be made after successful completion, operation and

handing over of entire project work.

16. Income Tax and surcharge will be deducted as per Govt. of India rules.

17. No Tools & Plants shall be supplied by the NII.

18. Successful bidder shall deposit an amount equal to 10% of the tendered and accepted

value of the work (including GST) as performance guarantee/security in the form of DD

FDR/PBG within 21 days of issue of award/LOI letter. The performance guarantee

shall be remain valid for a period of SIXTY DAYS beyond the date of completion of

defect liability period. If successful agency fails to submit the P.G within the mentioned

time period, the contract shall be cancelled & the amount of earnest money shall be

forfeited besides blacklisting the agency for the period of three years.

If successful bidder has submitted performance guarantee/security as mentioned

above, than further security will not be deducted from their bill (s).

19. Earnest Money Deposited by the successful bidder shall be release after submission of

performance guarantee (the overall security deposit shall be maximum of 10% of

accepted value of work/work done (including GST).

20. The agency shall carry out monthly visit/inspection/maintenance/replacement of

defective parts/components (with prior approval of Engineer-in-charge) of entire system

and attend un-limited calls/break-down calls during the contract period and/or defect

liability period. Thoroughly check/service entire system two times in a year (during DLP)

Page 8: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

8

with prior approval of Engg-In charge. Extra cost will not be paid for labour or

materials till the completion of defect liability period.

21. Any violation of instruction/agreement or suppression of facts will attract cancellation of

agreement without any reference or any notice period and in such case the amount of

earnest money/P.G will be forfeited.

22. Time allowed for completion of work shall be 180 days which shall be reckoned from

15th day from the date of award letter or letter of intent.

23. In case the successful bidder resiles from the offer within the validity of tender, the

earnest money will be forfeited. Similarly if successful contractor fails to commence the

work within 20 day from the date of issue of award letter, the amount of earnest money

will also be forfeited besides blacklisting the firm.

24. Time allowed for the work shall be strictly followed otherwise the bidder shall be liable

to pay compensation at the rate of 1.5% of the total tendered value of the work per week

of delay on the part of the agency subject to a maximum of 10% of the total work order

value. The decision of competent authority of NII or the Director on the delay shall be

final and binding.

25. If bidder at any time makes default during currency of work or does not execute any part

of the work with due diligence or Commits default in complying with any of the terms

and conditions of the contract and does not initiate any remedy for it or takes effective

steps for its remedy or Fails to complete the work(s) or items of work with individual

dates of completion, on or before the date(s) so determined, and does not complete them

within the period specified in the notice given in writing in their behalf by the Engineer-

in-charge.

The Engineer- in-charge without prejudice to any other right or remedy against the bidder

which have either accrued or accrue thereafter to the Government, by a notice in writing

to take the part work / part incomplete work of any item(s) out of his hands and shall

have powers to take possession of the site and any materials, constructional plant,

implements, stores, etc., thereon; and/or Carry out the part work / part incomplete work

of any item(s) by any means at the risk and cost of the bidder.

26. Director, NII reserves the right to terminate the contract without any reference or

any notice period on account of poor workmanship, non-compliance of set

norms/specifications for the works, delay in progress of work, violation of any

contract provisions by the bidder, failure to start the work at NII, within 15 days

from date of issue of Letter of Intent (L.O.I).

27. NII shall be fully empowered to expel any of the agency‟s staff in case of any

indiscipline/misconduct/violence besides of that suitable action shall be taken against the

agency. All the decisions of the Competent Authority of NII shall be final and binding on

the agency.

28. The agency should take extra precaution to ensure that there is absolutely no damage to

the facility/laboratories/equipments of NII and if so done; suitable action shall be taken

against the agency and all decisions of the Competent Authority of NII shall be final and

binding on the agency.

29. Electricity shall be recovered as per actual basic and per unit cost shall be ₹ 12 per unit.

However, necessary piping, valve, wiring, cabling, lamps, energy meter, switches &

sockets, main switches, halogen/tube light fitting and tapping from existing

line/connection including labour have to be arranged by the bidder at their own risk &

cost.

30. The bidder shall supply materials at site with manufacturers test certificate and challan as

desired by the Engineer-in-charge.

Page 9: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

9

31. All materials brought at site shall be got approved by the Engineer-in-charge before being

used. If rejected, the same shall be removed immediately. The material of only approved

make shall be brought at site.

32. The bidder shall depute their own security staff for watch and ward of their materials

supplied/ installed at site till the final handing over of the complete work and temporary

lockable shed/Almirah etc. shall be arranged by bidder at his own risk and cost. No

accommodation/ staff/ lockable space will be provided by NII under any circumstances.

33. The work done beyond 100% deviation limit or an extra item, the rate shall be worked

out based on prevailing market rate of the area. Also during the execution of work, the

agency may be required to execute certain additional/extra items in order to complete the

job/works beyond the BOQ for which no rates are available. As far as possible, the rates

shall be derived from nearest acceptable tender rates or DSR-2018 (E&M), DSR-2018

(civil). The rate of extra/substitute items shall be as per a rate analysis to be prepared by

the agency, based on prevailing market rates (1) cost of material (2) cost of direct labour

(3) agency over head & profit 10%, duly approved by NII before execution of work.

34. No escalation in any form either of cost of materials/labours shall be payable by the NII

during the contract period.

35. The bidder shall be solely responsible for any accident/medical/health related

liability/compensation for the personnel deployed by them at NII. The NII shall have no

liability in this regard.

36. The personnel employed by the bidder will not claim any right to become the employees

of NII and there will be no Employee and Employer relationship between the personnel

engaged by the bidder and NII.

37. No tent or hut shall be allowed to be put up for workers to stay within the campus. The

contractor is deemed to have inspected the site and thoroughly acquainted himself with

the site conditions, availability of storage space for materials etc.

38. It may be noted; that the entire staff and labour of the bidder will follow all the security

instructions issued by the NII from time to time and these instructions may include the

provisions to make suitable barricades or temporary wall fence to ensure that the labour

confines itself to the area of the work ONLY. Serious action will be taken in case any of

the bidder‟s workmen are found to be tampering with the Laboratory equipment and

property of the NII. Suitable damages will be recovered from the bidder‟s bills if anyone

is found to do so. All decisions of the Engineer-In Charge in respect of the same will be

final and binding on the bidder.

39. On completion of all work, bidder shall remove all surplus materials & leave the site in a

broom clean condition, failing which the same shall be done at bidder‟s risk & cost.

40. Bidder shall be responsible for taking/disposing off the all old dismantled waste materials

away from the campus. The disposal of such materials shall be done immediately after

completion of work at own risk & cost.

41. Mandatory and prescribed tests i.e air balancing, maintaining positive/negative pressure,

temp./RH balancing etc have to be carried out as requested for by the Engineer-in-

Charge.

42. The work shall be guaranteed for at least one year from the date of actual completion of

the work for both materials as well as workmanship.

43. The rates quoted by bidders should be realistic and workable for each and every

items. Quoting unrealistic/unreasonably lower or higher price will be treated as

non-responsive bid and will not be considered for further evaluation. The decision

of NII shall be final in this regards.

Page 10: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

10

44. The bidder shall ensure compliance of all statutory laws & bye laws of the central Govt./

state Govt./Municipal authorities related to the employment of their staff and all

obligations under Minimum Wage Act, Workman Compensation Act, Provident Fund &

Miscellaneous Provision Act, Bonus Act & Contract Labour Act 1970 etc. NII will not be

responsible for such purposes in anyway.

45. Any claim, dispute or difference arising out of or in connection with this agreement and

which cannot be settled by mutual consultations, shall be referred to sole Arbitration or

an Arbitrator to be appointed by Director, NII. The award of the Arbitrator shall be final

and binding between the parties as per the terms and conditions of the Agreement to be

executed on award of contract. The Arbitrator proceeding shall be governed by the

Arbitration and Conciliation Act 1996 and shall be conducted in Delhi

The agreement is subject to the jurisdiction of the courts at Delhi.

(कायगपाऱक अभियंिा)

Page 11: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

11

INSTRUCTIONS TO AGENCIES

1. The work is related to the fully functional animal research laboratories. The

work may be carried out on phase manner basis or as per site requirement.

Agencies are requested to read the complete tender carefully and satisfy them

self before submitting the tender. No query will be entertained after

submission of tender and decision of NII shall be final in this regards. In case

of shortfall of any documents/cost of tender/EMD, tender will summarily be

rejected and no queries will be entertained in this regard. Decision of the NII

authority shall be final in this regard.

2. Agency must fill in all blank spaces in the Bill of Quantities/Schedule of work

of the tender for which quantities have been indicated in near, legible and

correct entries, both in figures as well as in words. Alterations, erasures and

indistinct figures should be avoided. Failure to quote against all the items

could render the tender liable to rejection.

3. The tender should be signed in long hand, dated and witnessed at all places

provided therein. Also all pages, drawings, corrections/alterations should be

initialed / stamped.

4. Agency must be careful to deliver a bonafide tender. Any tender which

proposes any alterations to any of the conditions laid down which proposes

any other conditions or any description whatsoever is liable to be rejected.

5. Intimation of tenders‟ quotation by a telegram/fax will not be considered.

6. In view of postal and other delays, the tenders should be posted sufficiently in

advance of the last date fixed for receipt of tenders or be sent by a special

messenger. Tender received late shall be liable for rejection.

7. The prices shall be quoted for all items and shall be firm. The amount shall

include all plant, layout, materials, all temporary works, supervision, duties,

levies, insurance and every incidental and contingent cost and charges

whatsoever required completing the item of work in all respects conforming to

related specifications, drawings etc. however, GST shall be extra as

applicable.

8. Prices shall be written in ink and shall be entered both in figures and words (if

applicable). In case of discrepancy the figure quoted in words shall be taken as

accurate. In case of any discrepancy in the unit and amount, the unit rate shall

be taken as accurate.

9. The agency shall be deemed to have been allowed in his rates and prices for

the provision, maintenance and final removal of all temporary works of

whatsoever nature. No specific item of any or particular temporary shed/work

will be measured and paid for separately.

10. The agency shall include the proposed quality assurance program containing

overall quality management and procedural requirements to be adhered to

during the execution of the contract to maintain effective quality assurance

system as outlined by the recognized codes for various works in their offer,

along with quality assurance manual, officials responsible for the same and

their organizational approach for quality control.

Page 12: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

12

निविदा जमा करि ेके लऱए सामान्य शर्तें/ GENERAL CONDITIONS

FOR SUBMISSION OF TENDER

1.0 Submission of Tender:

Tenders should be submitted in sealed envelopes in two parts separately, i.e.

"Technical Bid" (Part-I) and "Price bid" (Part-II). Both the parts should be

further sealed in an envelope super-scribing name of work, due date for opening,

Bidder‟s name & address. The tender duly filled in should be sent to above

mentioned address either by post or hand delivered in the tender box kept in the

area of reception, NII. NII will not be responsible for tenders lost in postal transit

or otherwise. It should not be handed over to any employee of the NII. Any

clarifications / amendments / corrigenda etc., to NIT before last date of

submission of bid will be available on our website www.nii.res.in and website

of CPPP . Bidder‟s are therefore advised to keep visiting our website. No tender

shall be accepted later than the time schedule specified above. Tender once

submitted will remain with the NII and will not be returned to any of the

Bidder‟s.

2.0 Technical Bid (Part-I) :

In this bid, the Bidder should submit his bidder profile, organizational setup,

credentials, list of plant, machinery & tools in his possession. The Bidder‟s are

required to attach entire NIT (except the price bid part) duly signed & stamped

as a token of acceptance of NIT conditions with this bid. NII reserves the right

to visit the working site mentioned by Bidder‟s to find out the quality of services

rendered. The following documents are essentially to be submitted with technical

bid for qualifying.

(i) Earnest Money Deposit of ₹ 3,00,000/- (Rupees Three Lakh Only).

(ii) Entire NIT (except Price bid) duly signed & stamped by the bidder.

(iii) All documents, undertaking & confirmation etc as asked in the

prequalification criteria.

(iv) The bidder shall attach copy of PAN Card.

(v) The bidder shall attach copy of GST registration number.

(vi) The bidder shall attach copy of agency RTGS details.

(vii) Agency has to submit a declaration (on their letter pad) that “they will

meet/fulfill all the items of scope of work & Technical specifications”

of NIT.

(viii) Cost of tender document i.e. ₹ 2,000/- (Rupees Two thousand Only)

(Non- refundable. However, In order to promote wider participation and

ease of bidding, no cost of tender document may be charged for the tender

documents downloaded by the bidders).

3.0 Price Bid (Part-II):

Page 13: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

13

In this bid, the bidder is required to quote his items rates/prices for the

“Refurbishment of ACS (air conditioning system) with allied works in small animal

facility at NII, Delhi” in the schedule of work attached. The scope of work &

technical specifications are provided for your reference. The quoted prices shall be

excluding the GST. It is mandatory on bidder to quote all items rate as asked for

in the BOQ/ Schedule of work. Failure to adhere to this condition may lead to

rejection of tender. The Tenderer/Bidder should quote unconditional rates, neatly

written without any overwriting and duly signed & stamped in all pages.

4.0 Earnest Money :

An earnest money of ₹ 3,00,000/- (Rupees Three Lakh Only) has to be enclosed

along with the Technical Bid (Part-I). The EMD shall be only in the form of

Bank Demand Draft/pay order in favour of “Director, NII”, payable at New

Delhi. No Cheques/Cash shall be accepted as EMD. EMD of the unsuccessful

bidders shall be returned to them at the earliest after expiry of the final bid validity

and latest on or before the 30th day after the award of the contract. The EMD of

the successful agency (L1) shall be held back as security deposit or shall be

released after submission of PG.

5.0 Validity of Tender:

Tender shall be valid for our acceptance without any change in rates and NIT

conditions for a period of 60 days from the date of opening of Price Bid.

(कायगपाऱक अभियंिा)

Page 14: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

14

Annexure-I

बोऱीदार्ता द्िारा घोषणा/Declaration by the Bidder

This is to certify that I/We before signing this tender have read and fully

understood all the terms and conditions contained herein and undertake

myself/ourselves to abide by them.

Enclosures:

1. DD/Pay Order No……………

2. Terms & conditions (each page must be signed and stamped with

the seal)

3. Financial Bid.

(Signature of Bidder with seal)

Name:

Address:

Date:

NOTE: Submission of all the documents mentioned above along with

declaration, is mandatory. Non submission of any of the documents

above will render the bid to be rejected. Also, Non adhering of any of

the conditions of NIT will render the bid to be rejected.

Annexure-II

Page 15: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

15

प्रमाणपत्र / अडंरटेककंग Certificate/Undertaking

a) Certified that I / we have visited the site on ----------------------- and assessed the

nature and amount of work involved before submitting our offer. We will be able

to execute the work within the available site conditions.

b) I undertake that I / we have visited the place of " Refurbishment of ACS (air

conditioning system) with allied works in small animal facility at NII, Delhi”,

and noted the entry door / approach sizes/quantities, height of building, floor &

floor space, existing electrical connections etc.. Manpower & Materials supplied

by us will be suitable for in the existing location / condition with sufficient space

all around. No extra cost will be claimed by me later for any

difficulties/modifications involved for total execution of works as mentioned in

the tender. I also understand that the work is related with already

operating/functional animal facility and laboratories, so we are ready to work in

day / night hour subject to availability of site/space.

c) I undertake that I/we solely responsible for any accident/medical/health related

liability/compensation for the personnel deployed at NII during the execution

work (IN or OUT of the Institute‟s building in which our team members or

materials or equipments are involve); we will take full responsibility of it and

ready to compensate to the concern & NII and NII will not responsible for it at

any point of time.

(Signature of Bidder ) :

(NAME):

(SEAL):

(कायगपाऱक अभियंिा)

Note :

(i) A certificate for the site inspection should be duly signed by Engg-in-

charge or his representative as per annexure-II. Non-submission of this

certificate duly signed by Engg-in-charge will be treated as un-responsive

bid and dis-qualified automatically and will not be considered for further

evaluation.

(ii) Above certificate/ undertaking is to be given on the Letter head/pad

of the agency.

Page 16: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

16

TECHNICAL SPECIFICATIONS

A.H.U.

The scope of this section, comprises the supply, erection, testing and commissioning of double

skin construction AHUs conforming to these Specifications and in accordance with

requirements of drawings and of the Schedule of Quantities.

The AHUs shall be double skin construction, draw-thru type comprising of various sections,

filter section, coil section and fan section, cell deck section etc and included in schedule of

quantities.

Supply AHUs : - SITC of factory built Eurovent certified multistage air processing unit/ AHU of

following capacity constructed out of 270 zinc coated, 0.80 mm thick pre-coated GP sheet from

outer side and 0.80 mm thick plain GP Sheet from inner side having density 42 Kg/cum PUF

injected, double skinned panel shall have separate section of blower, CHW coils, cell deck pad,

filters etc. Casing shall be of non - skeleton construction with thermal break profile AHU complete

with backward curved aerofoil blade plug fan direct driven type alongwith energy efficient motor

suitable for operations on 415 volts + 5 volts, 50 Hz, 3 phase AC supply, compatible with VFD

arrangement, chilled water cooling coils, hot water/ heating coils with aluminium fins and copper

tubes, pre-filter EU-4 (box type) & EU-7 fine filter box type on common frame, cell deck pad of

following thickness in cell deck section, drain connections with stainless steel drain tray and

necessary vibration isolator to avoid any vibration, connecting flanges including making

construction of foundation blocks etc and design/ erection of suitable ratings variable frequency

drive/ variable speed drive for saving of energy and application for animal facilities/BSL/clean

room AHU etc including connecting with AHU motors etc as required.

The air handling capacities, maximum motor horse power and static pressure shall be as selection

of Eurovent Certification and in Schedule of Quantities.

Exhaust AHUs Supply, Installation, testing & commissioning of following capacity floor

mounted/ tailor made design type double skin exhaust air unit fabricated out of 0.80mm thick GI

pre-coated sheet on outer side and 0.80mm thick GI plain sheet on inner side having PUF injected

insulation with 25mm thickness density not less than 32 kg/m3, sandwitched between GI sheet

panel for acoustic & thermal application comprising of energy efficient plug fan/Centrifugal fan

with TEFC weather proof motor of IP-55 class F insulation, EFF 1, Direct/Belt drive and direct-

drive/pulley mounted on motor and fan shaft, belt guard, motor & fan mounted on common base

plate/suitable arrangement. Fan assembly shall be statically and dynamically balanced. Eurovent

approved/AMCA approved blower unit complete as per specifications, this item also includes pre-

filter & carbon filters including making construction of foundation blocks/MS frame as required

and providing/ erection of suitable ratings variable frequency drive/ variable speed drive for saving

of energy and application for animal facilities/BSL/clean room AHU etc including connecting with

EA unit motors etc as required

Note: - The entire framework of supply & exhaust AHU shall be mounted on an aluminium alloy

or galvanized steel or heavy duty engineering composite material (depending on size) channel base

as per manufacturer‟s recommendation. Panels shall be assembled together to form an enclosure

that is capable of low air leakage potential. Handles shall be made of hard nylon and all access

panels should be openable with Allen key arrangement. Units supplied with various sections shall

be suitable for onsite assembly with continuous foam gasket and properly sealed with sealing

compound. All fixing and gaskets shall be concealed. All access door must have EPDM grooved

Page 17: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

17

type gaskets of minimum 10mm thickness. Units shall have hinged or removable type quick

opening access door in the fan section and also in filter section where filters are not accessible from

outside. Access doors shall be double skin type. All the section of air handling units should be

accessible for easy maintenance.

Condensate drain pan, humidifier tank, water storage tank etc shall be fabricated from minimum 20

gauge stainless steel (SS304) sheet with all corners welded.

MOTOR AND DRIVE

Fan motors shall be energy efficient and shall be 415±10% volts, three phases, totally enclosed fan-

cooled class F, with IP-11 protection. Motors shall be especially designed for quiet. Drive to fan

shall be provided through belt-drive/ Direct drive arrangement. Belts shall be of the oil-resistant

type. To maintain class of cleanness, for three stage filtration AHUs, belt drive shall not be used

and direct driven plug fans shall be used. Frequency converter (VFD) for energy saving, shall be

supplied by the AHU manufacturer for all AHUs with direct driven fans.

FAN

Fans shall be backward curved Plenum plug fan (or as per Engg.-in-charge) with aerofoil design

blades so as to give maximum efficiency for given duty condition. In case of Plug fan, the entire

fan with casing will be certified by a reputed 3rd

party internationally acclaimed certifying body

like Eurovent/ AMCA, and the entire Fan + Motor assembly will be balanced at supplier‟s works

before dispatch . Fans driven by variable frequency drive shall be backward inclined irrespective of

static pressure value. Fans shall be selected for high efficiency (> 70%). Fan wheels shall be

made of MS epoxy coated/composite material in case of plug fans. Fan array with multiple fans

should be used for capacities more than 11000 CMH. Plug fans in fan array shall have individual

VFDs for every motor fan set. Certified Computerized selection for AHU shall be with fan

selection and sound level spectrum. Complete AHU sound level should be given in computerized

selection sheet instead of sound level of bare fan.

Motors shall be mounted inside the AHU casing on rigid frame/ slide rails for alignment, and be

totally enclosed, fan cooled, to be class `F‟ insulation.

Heavy duty anti-vibration mounts shall be provided for isolating the unit casing. Fire retardant,

waterproof silicone rubber impregnated flexible connection shall be provided at the fan inlet/

discharge.

COOLING COILS

Chilled water coils shall have 12.1 to 11 mm dia (O.D) tubes minimum 0.31 mm thick with

fins firmly bonded to copper tubes assembled in zinc coated steel frame. Face and surface areas

shall be such as to ensure rated capacity from each unit and such that the air velocity across

the coil shall be around 110 meters per minute. Where, air velocity of coil is more than 150meter

per minutes, additional PVC eliminator should be provided to avoid water carryover. The coil shall

be pitched in the unit casing for proper drainage. The coil shall have MS header with chilled water

supply & return connections protruding out of AHU casing by minimum 110 mm and fitted with

MS stub for copper head for connection with MS pipe. Each coil shall be factory-tested at 21 kg

per sq. m air pressure under water. Tubes shall be mechanically expanded for minimum thermal

contact resistance with fins. Fin spacing shall be 4 - 1 fins per cm. Water pressure drop in coil shall

not exceed 10 PSIG. Certified Computerized selection for AHU shall be submitted with coil

selection.

FILTERS

Page 18: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

18

Each unit shall be provided with a factory assembled filter section containing washable synthetic

type air filters having aluminium frame. Filter media and frame shall be rust proof and corrosion

resistant. The filter shall have minimum 90% efficiency down to 10 microns. The media shall be

supported with HDP mesh on one side and aluminium mesh on other side. Filter banks shall be

easily accessible and designed for easy withdrawal and renewal of filter cells. Filter framework

shall be fully sealed and constructed from aluminium alloy.

Pipe Line

Supplying, Laying/ fixing, testing and commissioning of heavy duty pipe line of nominal sizes (as

given in BOQ) of chilled water piping inside the building (with necessary clamps, vibration

isolators and fittings but excluding valves, strainers, gauges etc.) duly insulated with fire retardant

quality expanded polystyrene moulded pipe sections of density 24 kg / cu.m insulation covered

with a layer of 120 gm/sqm polythene sheet (vapour barrier) and finally applying 0.63mm

aluminium sheet cladding complete with type3 , grade 1 roofing feItstrip(as per IS:1322 as

amended up to date ) at joints and repairing of damage to building etc. as per specifications and as

required.

Insulation: Supplying, Laying/ fixing, testing and commissioning of fire retardant quality expanded

polystyrene moulded pipe sections of density 24 kg / cu.m with a layer of 120 gm/sqm polythene

sheet (vapour barrier) on existing pipe and finally applying 0.63mm aluminium sheet cladding

complete with type 3 , grade 1 roofing feltstrip(as per IS:1322 as amended up to date ) at joints etc.

as per specifications and as required

DAMPER

Dampers shall be opposed blade type. Blades shall be made of double skinned aerofoil aluminium

sections with integral gasket and assembled within a rigid extruded aluminium alloy frame. All

linkages and supporting spindles shall be made of aluminium or nylon, turning in teflon

bushes. Manual dampers shall be provided with a Bakelite knob for locking the damper blades in

position. Linkages shall be extended wherever specified for motorised operation. Damper frames

shall be sectionalised to minimise blade warping. Air leakage through dampers when in the closed

position shall not exceed 1.1% of the maximum design air volume flow rate at the maximum

design air total pressure.

DUCTING

This section covers the general requirements for sheet metal ductwork for air distribution with

associated items such as air outlets and inlets, fresh air intake and fire dampers. All ducts shall be

fabricated from Galvanized Sheet Steel (GSS). Ducts shall be fabricated at site as per requirement.

The interior surfaces of the ducting shall be smooth.

Ducts shall be supported independently from the building structure and adequately, to keep the

ducts true to shape. The support spacing shall be not more than 2 m or as per site requirement.

Where ducts cannot be suspended from ceiling, wall brackets or other suitable arrangements, as

approved by the Engineer-in-charge shall be adopted. Neoprene or other vibration isolation packing

of minimum 6 mm thickness shall be provided between the ducts and the angle iron

supports/brackets. Vertical duct work shall be suitably supported at each floor by steel structural

members.

Page 19: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

19

Duct connections to the air-handling unit shall be made by inserting a double canvas sleeve 100

mm long or as per site requirement. The sleeve shall be securely bonded and bolted to the duct and

unit casing.

The necessary openings and the wooden framework for fixing the duct, grilles etc shall be carried

out/provided by the contractor. The location of these outlets/ inlets is subject to change and the

approval of the Engineer-in-Charge shall be obtained before finally fixing the grilles/diffusers in

position.

In installing fresh air intakes, no fixing device shall be visible from the face of the frame. Where

louvers are to be fixed in masonry or concrete, fixing shall be with either expanding plugs or raw

plugs. Where the louvers are to be fixed in steel or wood, non-ferrous screws or bolts shall be used.

Supply air outlets and return air intakes shall be anodized/ powder coated aluminium to the desired

colour to match the surroundings wall/ceiling. The fresh air intakes shall be anodized/ powder

coated aluminium as approved by the Engineer-in-Charge. The paint colour shall be approved by

the Engineer-in-Charge.

All damages to the finish of the structure during the installation work shall be made good by the

air-conditioning contractor before handing over the installation to the Department.

FIRE DAMPER

Fire dampers shall be provided in all the supply air ducts and return air ducts (where provided),

return air passage in the air-handling unit room and at all floor crossings. Access door will be

provided in the duct before each set of fire dampers.

Fire dampers shall be multi blade louvers type. The blade should remain in the air stream in open

position & shall allow maximum free area to reduce pressure drop & noise in the air passage. The

blades and frame shall be constructed with minimum 1.6mm thick galvanized sheet & shall be

factory fitted in a sleeve made out of 1.6mm galvanized sheet of minimum 400mm long. It shall be

complete with locking device, motorised actuator & control panel.

Fire dampers shall be motorised smoke & fire dampers type. It shall be supplied with spring loaded

UL stamped fusible link to close fire damper in the event of rise in duct temperature. Fire damper

shall also close on receipt of fire alarm signal to cut off air supply instantaneously. An electric limit

switch shall also be operated by the closing of fire damper, which in turn shall switch off power

supply to AHU blower motor as well as strip heaters.

Fire dampers shall be CBRI tested & certified for 90 minutes rating against collapse & flame

penetration as per UL 555-1995.(Under writers laboratories)

Fire dampers shall be compatible with the fire detection system of building & shall be capable of

operating automatically through an electric motor on receiving signal from fire alarm panel.

Necessary wiring from AHU electric panel to fire damper shall be provided by air conditioning

contractor.

PAINTING: - Shop coats of paint that have become marred during shipment or erection shall

be cleaned off with mineral spirits, wire brushed and spot primed over the affected areas, then

coated with paint to match the finish over the adjoining shop painted surface.

Page 20: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

20

PERFORMANCE DATA: - Air handling unit shall be selected for the lowest operating

noise level of the equipment. Fan performance rating and power consumption data, with

operating points clearly indicated shall be submitted and verified at the time of testing and

commissioning of the installation. Computerized selection for air handling units shall be provided

through 3rd

party certified software for all the FMUs.

TESTING: - Cooling capacity of various air handling unit models be computed from the

measurements of air flow and dry and wet bulb temperatures of air entering and leaving the coil.

Flow measurements shall be by an anemometer and temperature measurements by accurately

calibrated organic liquid (red) thermometers. Computed results shall conform to the specified

capacities and quoted ratings. Power consumption shall be computed from measurements of

incoming voltage and input current

ELECTRICAL WORK

Supply, installation, testing and commissioning of MV Panel Boards cubical type,

compartmentalised design fabricated from 2 mm thick CRCA sheet having necessary cable

alleys, powder coated through nine tank process facility for pricking and degreasing, dust and

vermin proof, suitable for operation on 440 V 3 phase, 50 Hz, A.C. supply with necessary

MCCBs / MCBs / MPCBs ELECTRICAL WORKS : and other accessories, IP 44 Protection

complete in all respects including internal wiring, labels, ferrules, cable termination,

gland plates, earth terminals, painting etc. conforming to specifications. All MCCB shall

be with Rotary handle and pad locking arrangements complete with incoming and

outgoing feeders and accessories as described below:

Note:-

i). Wall mounted/ floor frame arrangement is included in the scope of work.

ii). Panel shall be design as per site requirement, nothing shall be paid extra on account of change

in outgoing switchgears nos. & ratings but not change main incomer capacity. Bidder shall access

the site condition and quote accordingly.

iii) Repairing of existing old AHUs main electrical panels including replacement of defective parts

and providing additional parts (MS supports, MCCB, MCB, NO/NC contacts, relay, contactor,

wires etc) as per site requirement.

(कायगपाऱक अभियंिा)

Page 21: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

21

SPECIAL CONDITIONS OF CONTRACT

1.GENERAL

These special conditions are intended to amplify the General Conditions of Contract, and

shall be read in conjunction with the same. For any discrepancies between the General

Conditions, Technical specification, schedule of work/BOQ and these Special Conditions, the

more stringent shall apply.

Site Location : New Delhi

Geographic Location : 28.35 Deg N

Outdoor Design Conditions

a) Summer : Dry Bulb Temperature 43 Deg C (110 degree F)

Wet Bulb Temperature 24 Deg C (75 degree F)

b) Monsoon : Dry Bulb Temperature 35 Deg C (95 degree F)

Wet Bulb Temperature 28 Deg C (83 degree F)

c) Winter : Dry Bulb Temperature 7 Deg C (45 degree F)

Wet Bulb Temperature 5 Deg C (41 degree

Indoor Design Conditions

Indoor design conditions for Centrally Air Conditioned spaces shall be as follows:

DB: (21 + 1 Deg C)

RH: 57+ 5%

Fresh Air 100% fresh air

Quantity as per cooling load calculations

Water Chilling Machine:

Performance rating of the water chilling units shall be based on following design parameters :

Temperature of chilled water entering chiller : 52 Deg F (11 Deg C)

Temperature of chilled water leaving chiller : 42 Deg F (6 Deg C)

Air handling units:

Maximum face velocity across filters : 100M / Min.

Maximum face velocity across cooling coils : 150 M / Min.

Maximum fan outlet velocity : 750 M/ Min.

Maximum fan speed : 1000 RPM

Maximum fan motor speed : 1450 RPM

Duct design:

Maximum flow velocity : 450 M/Min.

Maximum friction : 1 cm WG/100 M Run

Maximum velocity at supply air outlet : 150 M / Min.

2. SCOPE OF WORK

The general character and the scope of work to be carried out under this contract is

illustrated in Specifications and Schedule of Quantities. The Contractor shall carry out and

complete the said work under this contract is every respect in conformity with the contract

documents and with the direction of and to the satisfaction of the Engg.-In-charge. The

contractor shall carried out/furnish all design, drawing, labour, materials and equipment as

per site requirement and as listed under Schedule of Quantities and specified otherwise,

Page 22: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

22

transportation, loading-unloading and incidental necessary for supply, installation, testing

and commissioning of the air conditioning system with associated items as described in the

Specifications & tender. This also includes any material, equipment, appliances and

incidental work not specifically mentioned herein or noted on the Drawings/Documents as

being furnished or installed, but which are necessary and customary to be performed under

this contract without any extra cost. The system/work shall also comprise of following:

a. Air handling units (AHUs)

b. Sheet metal ducts inclusive of external insulation, acoustic lining, canvas connections,

silencers, volume control dampers and smoke dampers as required.

c. Supply and return air registers and diffusers.

d. Insulation of pipes, pumps and tanks.

e. Vibration isolators for all HVAC equipment.

f. Automatic controls and instruments

g. Wiring and earthing from controls panels to various refrigeration, air conditioning and

mechanical ventilation equipment, control wiring and interlocking.

h. Cutting holes, chases and the like through all types of non structural walls, and

finishing for all services crossings, including sealing, frame work, fire proofing,

providing sleeves, cover plates, making good structure and finishes to an approved

standard.

i. Balancing, testing and commissioning of the entire HVAC and mechanical

ventilation installation.

j. Test reports, list of recommended spares, as-installed drawings, operation and

maintenance manual for the entire HVAC installation.

k. Wastage on materials and labour

l. The tender shall take into account the expenses of dismantling, design, drawing, pre-

commissioning tests etc to be conducted as per specification of the complete

installation in consultation with NII.

m. Dismantling of existing AHUs, panels, cables wire, nitrile insulation duly covered with

FRP treatment, glass wool insulation, pipe, valves etc required for new installation.

n. Dismantling of existing electro-mechanical items i.e pipes, valve, wiring, switch,

socket, plates, fixtures, cable, fire alarm system, fire fighting system etc and making

suitable arrangement for the installation of new items (within the campus).

o. The work is also including temporary shifting/re-installation/connection of existing

piping & ducting etc to run the pumps/AHU and other items as required as per site

condition are in the scope of successful bidder including all labour & material. No extra

charge shall be paid by NII on part of labour/material/tools etc required for temporary

shifting/re-installation/connection work.

p. Providing suitable of cable tray, MS angle, supports, nut-bolts, fast nut with accessories

and associated items (associated items of fire alarm & fire fighting system, if required)

etc as per site requirement and as approved by Engg-in-charge. No extra charge shall

be paid for these.

q. Minimum two coat Enamel painting work in plant room and utility room for items

associated with HVAC & Electrical system. No extra charge shall be paid for these.

Page 23: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

23

3. ASSOCIATED CIVIL WORKS

Following civil works associated with HVAC installation are included in the scope of this

contract.

i. PCC foundation blocks or angle iron frame work edging for all motor control centre.

ii. PCC foundation blocks for all air handling units.

iii. Masonry drain channels

iv. Supply and fixing of G.I/wooden frame for mounting of grilles in masonry walls.

v. Supply and fixing of GSS frame for mounting of grilles / diffusers in false ceiling/

boxing.

4.TECHNICAL DATA

Each tenderer shall submit alongwith his tender, the technical data for all items, selection

chart, shop drawing of individual AHU, floor wise shop drawing of complete system. Failure

to furnish complete technical data, documents, drawings etc with tenders may result in

summary rejection of the tender.

5. SHOP DRAWINGS

All the shop drawings shall be prepared on computer through AutoCAD System based on

site measurements and Interior Designer's Drawings. All heat load calculations shall be done

using latest version of HAP or Trace 600 only. The contractor shall furnish, for the approval

of the Engineer in charge, two sets of detailed shop drawings of all equipment and materials

including layouts for AHU rooms, fan rooms, fan units, ventilation fans; detailed ducting

drawings showing exact location and type of supports, valves, fittings etc; acoustic lining

and external insulation details for ducts, pipes insulation etc; electrical panels inside/outside

views, power and control wiring schematics, cable trays, supports and terminations. These

shop drawings shall contain all information required to complete the Project as per. These

Drawings shall contain details of construction, size, arrangement, operating clearances,

performance characteristics and capacity of all items of equipment. Each shop drawing shall

contain tabulation of all measurable items of equipment/materials/works and progressive

cumulative totals from other related drawings to arrive at a variation-in-quantity statement at

the completion of all shop drawings. Minimum 7 sets of drawings shall be submitted after

final approval along with soft copy. Each item of equipment/material proposed shall be a

standard catalogue product of an established manufacturer strictly from the manufacturers

listed and quoted by the tenderer in technical data part.

6. QUIET OPERATION AND VIBRATION ISOLATION

All equipment shall operate under all conditions of load without any sound or vibration

which is objectionable in the opinion of the Owner's site representative. In case of rotating

machinery sound or vibration noticeable outside the room in which it is installed, or

annoyingly noticeable inside its own room, shall be considered objectionable. Such

conditions shall be corrected by the Contractor at his own expense. The contractor shall

guarantee that the equipment installed shall maintain the specified NC levels.

7. TESTING AND BALANCING

After the installation of the entire air distribution system is completed in all respects, all

ducts shall be tested for air leaks by visual inspection.

The entire air distribution system shall be balanced using an anemometer. Air balancing

shall be done as per site requirement. Measured air quantities at fan discharge and at various

outlets shall be identical to or less/excess than 5 percent in excess of those specified and

Page 24: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

24

quoted. Branch duct adjustments shall be permanently marked after air balancing is

completed so that these can be restored to their correct position if disturbed at any time.

Complete air balance report shall be submitted for scrutiny and approval, and four copies of

the approved balance report shall be provided with completion documents.

8. COMPLETION DRAWINGS

Contractor shall periodically submit completion drawings as and when work in all respect is

completed in a particular area. These drawings shall clearly indicate complete room layouts,

ducting and piping layouts, location of wiring and sequencing of automatic controls, location

of all concealed piping, valves, controls, dampers, wiring and other services.

9. OPERATING INSTRUCTION & MAINTENANCE MANUAL

Upon completion and commissioning of system the contractor shall submit a draft copy of

comprehensive operating instructions, maintenance schedule and log sheets for all systems

and equipment included in this contract. This shall be supplementary to manufacturer's

operating and maintenance manuals. Upon approval of the draft, the contractor shall submit

four (4) complete bound sets of type written operating instructions and maintenance

manuals. These manuals shall also include basis of design, detailed technical data for each

piece of equipment as installed, spare parts manual of maintenance of each equipment.

10. PERFORMANCE GUARANTEE

The contractor shall carry out the work in accordance with the Drawings, Specifications,

Schedule of Quantities and other documents forming part of the Contract.

The contractor shall be fully responsible for the performance of the selected equipment

(installed by him) at the specified parameters and for the efficiency of the installation to

deliver the required end result. The contractor shall guarantee for the installed system an

uptime of 98%.

The contractor shall guarantee that the HVAC system as installed shall maintain the inside

conditions in the air-conditioned spaces as described under "Design Condition" in the

specifications.

In case of shortfall in any month during the defects liability period, the Defect Liability

period shall get extended by a month for every month having shortfall and no reimbursement

shall be made for the extended period.

11. TOOLS & TACKLES

Agency to supply new tools for the maintenance of the equipment exclusively. These tools

should be separately packed and shipped alongwith suitable size of tool box. Minimum

tentative list of tools is enclosed. Agency to confirm suitability of the following tools for their

equipment. If any addition /new list is required for the system, it may please be furnished and

will be decided during detailed engineering.

a. Adjustable spanners, 445mm long.............................02nos.

b. Adjustable spanners (with soft grip), 380mm long...02nos.

c. Combination Pliers, 255/300......................................02nos.

d. Long Nose Pliers280mm............................................02nos.

e. Pipe wrenches (stillson type)600mm.........................02 nos

f. Pipe wrenches (stillson type)900mm.........................02 nos

g. Socket set 9.5mm (3/8) square drive, S3/8H (14sockets & 6accessories) ............01 set

h. Socket set 12.7mm (1/2) square drive, S-14H (22sockets & 5accessories)............01 set

i. Sledge hammer 1800Gms with hickory wood handle.................01no

j. Sledge hammer 1350Gms with hickory wood handle.................01no

Page 25: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

25

k. Cross pin hammer 500Gms with wood handle......................01no

l. Club hammer 800Gms with hickory wood handle................01no

m. Double ended spanners sets (Product no. Dep12)...................02set

n. Ring Spanners set (product no. 1812).....................................01Set

o. Ring Spanners set (product no. RW09)...................................01Set

p. Bolt cutter (product no. BC-36) with three extra blade set.....01no

q. Aviation tin cutter with spring (product no. ATS10)...............01no

r. Cable cutter (product no. CCS10)............................................01no

s. Double ended spanners (32x36, 36x41,41x46, 46x50)...........01set

t. Screw driver (product no. 931, 930).........................................01 set

u. Insulated Screw driver (product no. 9381, 9281)....................01 set

v. Screw driver set (product no. 840)............................................01Set

w. Allen key set (mm size, product no. KM9V)..............................01Set

x. Allen key set (inch size, product no. KI 10V)..............................01Set

y. Clamp meter, 3150 MECO.........................................................01 no

z. Phase sequence indicator model PSI2016, MECO.....................01no

aa. Clamp-on earth/ground resistance & leakage current tester, model 46808BLC,

MECO...01no.

bb. Flexible head ratched with soft handle suitable for mentioned socket (any standard

make)..01no.

12. The Agency should ensure the availability of related components and other

accessories required for the smooth functioning of the entire project, for the next

five years.

13. All prospective Agencies are advised to note that they are expected to quote

invariably for all the categories of work/items especially for the AMC/CAMC rates

and other listed items under Price bid, failing which their tenders will not be

considered for further evaluation. It is further noted that the Competent Authority

in the Institute would decide as to whether it should consider awarding the

AMC/CAMC work at the time of finalisation.

(a) Rates for undertaking the AMC for the next five years after completion of

warranty period, for the complete project year-wise.

(b) Rates for undertaking the Comprehensive AMC (CAMC) for the next five

years, after completion of warranty period, for the complete project, year-

wise

(c) Similarly the Unit price for the listed items ( for SITC) mentioned below

should be quoted for the next five years, year-wise.

i) Motors

ii) Pumps

iii) VFD

iv) MCCB (as mentioned in BOQ)

v) MCB (as mentioned in BOQ)

vi) MPCB (as per design)

vii) Hepa filters

viii) Pre filters

ix) Fin filters

x) Carbon filters

xi) 4RD chilled water coil

Page 26: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

26

xii) 2RD hot water coil

xiii) Belts

xiv) Blowers

xv) Heavy duty MS pipe upto 80mm (per Mtr.)

xvi) Contactors

xvii) Actuators

xviii) Sensors

xix) Heater Element

Page 27: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

27

Abbreviation -

1. ACS :- Air conditioning system

2. AHU : - Air handling unit

3. MCB : - Miniature Circuit Breakers

4. MCCB : - Molded Case Circuit Breaker

5. MPCB : - motor protection circuit breaker

6. M.S pipe : - Mild Steel Pipe

7. AMC :- Annual Maintenance Contract

8. CAMC : - Comprehensive Annual Maintenance Contract

9. SITC : - Supply, installation, testing and commissioning

10. BOQ : - Bill of Quantity

11. HVAC : - Heating, Ventilation and Air Conditioning

12. SAC : - Split air conditioning

13. GP sheet :- Galvanized Plain Sheet

14. CPPP : - Central Public Procurement Portal of Government of India

15. NII : - National Institute of Immunology

16. EMD : - Earnest money deposit.

17. PAN : - Permanent Account Number

18. GST : - Goods and Services Tax

19. P&L Account: - Profit and Loss (P&L) statement

20. ITR :- Income Tax Return

Page 28: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

28

LIST OF APPROVED MAKES

1. AHU/ AHU Exhaust : - STULZ/BLUE STAR/VTS/FEDDERS LLYOD/BAE/VKE/ Systemair/Zeco

2. SPACE HEATER : - GIRISH & CO, TELELAC, Dasspass

3. MCCB/MCB/MPCB/Contactor : - L&T/Siemens/C.G/ABB

4. Meters : - L&T/Siemens/ELTRAC/ABB

5. Indicators/Push Button/Selector switch : - L&T/Siemens/Salzer/KAYCEE/VAISHNO

6. Wire & Control cables : - Finolex/Havells/Gloster/CMI

7. Power cable : - Finolex/Havells/Gloster/CMI

8. M.S Pipe/GI pipe (C class/heavy duty) : - Jindal/TATA/MSL

9. LRB Insulation/glass wool insulation : - LLOYD /UP-TWIGA/owen coming/Rockwool India

10. Butterfly valve : - AUDCO/ADVANCE/SIEMENS

11. Ball Valve : - SANT/ AUDCO/ADVANCE

12. Strainer : - EMERALD/SANT/ AUDCO/ADVANCE

13. Pump/Motor : - Kirloskar/Crompton/KSB/Siemens

14. Cable gland/Lugs : - Commet/ Dowels/ Electrica

15. GI Sheet : - Sail/Jindal/Tata

16. Panel : - Unique Power Control/Tricolite/Advance/L&T/Siemens

17. Insulation : - Armaflex/A-flex/Armacell

18. Grill/diffuser/damper : - Caryaire/ Opella/ravistar/Airflow/Cosmic

19. Air/hepa/micro/bag Filters : - Thermadyne/, American air filter/Camfil air filter

20. Actuator : - Siemens/Belimo/Emerson Electric

21. Tools & tackles : - Taparia, MECO

22. Fan / Blower :- Kruger / Nichotra

(कायगपाऱक अभियंिा)

Page 29: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

29

Price bid

Schedule of work

Name of Work: - Refurbishment of ACS (air conditioning system) with allied works in small

animal facility at NII, Delhi

S.No. Description of Items Qty. Unit Rate Amount

1 Dismantling & removal of following capacities Air

Handling Units alongwith PUF injected cabinets,

blower, motors, evaporators pads, cooling coils, pulley

drives, belts etc, disconnecting of metallic connections,

ducts, canvass connections, chilled water pipes,

Humidifier pipes, other accessories, electrical cables,

control cables, BMS cables/wires, earthing strips/wires

etc connected with outlived AHU. The job includes

complete dismantling & removal of AHU with lifting

& shifting as per direction of Engineer-in-charge for

buy back of units, crane charges, heavy labour, chain

pulley blocks etc as required and as approved by Engg-

in-charge

a) 15572 CMH 2 Nos.

b) 11900 CMH 2 Nos.

c) 6035 CMH 2 Nos.

2 Dismantling & removal of following capacities Exhaust

Air Units alongwith PUF injected cabinets, blower,

motors, pulley drives, belts etc, disconnecting of

metallic connections, ducts, canvass connections, other

accessories, electrical cables, control cables, BMS

cables/wires, earthing strips/wires etc connected with

outlived EA Units. The job includes complete

dismantling & removal of EA Units with lifting &

shifting as per direction of Engineer-in-charge for buy

back of units, crane charges, heavy labour, chain pulley

blocks etc as required and as approved by Engg-in-

charge

a) 7310 CMH 1 Nos.

b) 12512 CMH 1 Nos.

c) 9520 CMH 1 Nos.

d) 4165 CMH 1 Nos.

e) 17000 CMH 1 Nos.

f) 1275 CMH 1 Nos.

Page 30: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

30

3 SITC of factory built Eurovent certified multistage air

processing unit/ AHU of following capacity constructed

out of 270 zinc coated, 0.80 mm thick pre-coated GP sheet

from outer side and 0.80 mm thick plain GP Sheet from

inner side having density 42 Kg/cum PUF injected, double

skinned panel shall have separate section of blower, CHW

coils, cell deck pad, filters etc. Casing shall be of non -

skeleton construction with thermal break profile AHU

complete with backward curved aerofoil blade plug fan

direct driven type alongwith energy efficient motor

suitable for operations on 415 volts + 5 volts, 50 Hz, 3

phase AC supply, compatible with VFD arrangement,

chilled water cooling coils, hot water/ heating coils with

aluminium fins and copper tubes, pre-filter EU-4 (box

type) & EU-7 fine filter box type on common frame, cell

deck pad of following thickness in cell deck section, drain

connections with stainless steel drain tray and necessary

vibration isolator to avoid any vibration, connecting

flanges including making construction of foundation

blocks etc and design/ erection of suitable ratings variable

frequency drive/ variable speed drive (configuration shall

be done with close co-ordination/integration of BMS

system or the concern agency, no extra cost shall be paid

for this) for saving of energy and application for animal

facilities/BSL/clean room AHU, etc including connecting

with AHU motors etc as required and as approved by

Engg-in-charge

a) 17129 CMH 4RD - 4RD - 2RD - 115mm - 2 SF CHW,

75mm WGSP 2 Nos.

b) 13090 CMH 4RD - 4RD - 2RD - 115mm - 2 SF CHW,

75mm WGSP 2 Nos.

c) 6635 CMH 4RD - 4RD - 2RD - 62mm - 3 SF CHW with

HEPA Filter (EU-13) , 100mm WGSP similar to existing 2 Nos.

4 Supply, Installation, testing & commissioning of

following capacity floor mounted/ tailor made design type

double skin exhaust air unit fabricated out of 0.80mm

thick GI pre-coated sheet on outer side and 0.80mm thick

GI plain sheet on inner side having PUF injected

insulation with 25mm thickness density not less than 32

kg/m3, sandwitched between GI sheet panel for acoustic

& thermal application comprising of energy efficient plug

fan/Centrifugal fan with TEFC weather proof motor of IP-

55 class F insulation, EFF 1, Direct/Belt drive and direct-

drive/pulley mounted on motor and fan shaft, belt guard,

motor & fan mounted on common base plate/suitable

arrangement. Fan assembly shall be statically and

dynamically balanced. Eurovent approved/AMCA

approved blower unit complete as per specifications, this

item also includes pre-filter & carbon filters including

making construction of foundation blocks/MS frame as

required and providing/ erection of suitable ratings

variable frequency drive/ variable speed drive

(configuration shall be done with close co-

ordination/integration of BMS system or the concern

agency, any kind of extra cost shall not be paid for this)

for saving of energy and application for animal

facilities/BSL/clean room AHU etc including connecting

with EA unit motors etc as required and as approved by

Engg-in-charge

Page 31: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

31

a) 8041 CMH at 40mm WG SP without carbon filter 1 Each

b) 13763 CMH at 40mm WG SP 1 Each

c) 10472 CMH at 40mm WG SP 1 Each

d) 4500 CMH at 40mm WG SP 1 Each

e) 18000 CMH at 40mm WG SP 1 Each

f) 1400 CMH at 40mm WG SP without carbon filter 1 Each

5 Supplying, Laying/ fixing, testing and commissioning

of following nominal sizes of chilled water piping

inside the building (with necessary clamps, vibration

isolators and fittings but excluding valves, strainers,

gauges etc.) duly insulated with fire retardant quality

expanded polystyrene moulded pipe sections of density

24 kg / cu.m insulation covered with a layer of 120

gm/sqm polythene sheet (vapour barrier) and finally

applying 0.63mm aluminium sheet cladding complete

with type3 , grade 1 roofing feItstrip(as per IS:1322 as

amended up to date ) at joints and repairing of damage

to building etc. as per specifications, as per site

requirement and as approved by Engg-in-charge.

a) 125mm dia.(50mm thick insulation) 20 Metre

b) 100mm dia. (50mm thick insulation) 20 Metre

c) 80mm dia. (50mm thick insulation) 20 Metre

6 Supplying, Laying/ fixing, testing and commissioning

of following thickness fire retardant quality expanded

polystyrene moulded pipe sections of density 24 kg /

cu.m duly covered with a layer of 120 gm/sqm

polythene sheet (vapour barrier) on existing pipe and

finally applying 0.63mm aluminium sheet cladding

complete with type3 , grade 1 roofing feltstrip(as per

IS:1322 as amended up to date ) at joints etc. as per

specifications, as per site requirement and as approved

by Engg-in-charge.

a) 50mm 40 Sqm

b) 40mm 10 Sqm

c) 25mm 10 Sqm

7 Supplying, laying, fixing, testing and commissioning of

following thickness closed cell elastrometric nitrile

rubber of class '0' applied by suitable adhesive, as per

specifications and as required complete in all respect

with accessories and as approved by Engg-in-charge

a) 32mm 10 Sqm

Page 32: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

32

b) 19mm 10 Sqm

8 Supplying, fixing, testing and commissioning of

following sizes Motorized Butter fly Valve with CI

Body, SS Disc,O - ring and minimum PN-16 pressure

rating , conforming to BS 5155, IS 13095, with IP-55

actuator, capable of accepting upto 10V DC , and upto

20mA electric signal and providing similar transduced

feedback output to control system as required with

accessories and as approved by Engg-in-charge

a) 100mm dia. 12 Each

b) 80mm dia. 12 Each

c) 50mm dia. 12 Each

9 Y - STRAINER of Ductile CI Body flanged ends with

stainless steel strainer (< 3mm mesh) for chilled / hot

water circulation including insulation as specified with

accessories and as approved by Engg-in-charge

a) 100 mm dia 6 Each

b) 80 mm dia 6 Each

c) 50 mm dia 6 Each

10 Providing and fixing in position the industrial type

pressure gauges , brass bourdon tube type, 150 mm Dial,

3/8" BSP bottom connection, 0-7 kg. Per sq.cm (0-100 psi

). including and shall be connected to the pipes by welding

socket, GI nipple, S.S. Ball valve ( Shenco - Make ), S.S.

U-tube, S.S. Nipple, pressure gauge , with gun metal /

brass valves complete as required 18 Each

11 Providing & fixing in position the organic liquid (red)

industrial type thermometers with centigrade &

Fahrenheit scales, 30-120 .F ( 0-50 Deg C), include and be

fixed by screwing into heavy duty brass thermo well

(fabricated from brass bar) which is screwed into M.S.

Socket fixed on pipe by welding with accessories and as

approved by Engg-in-charge 18 Each

12 Supply, installation, balancing and commissioning of

fabricated at site GSS sheet metal rectangular/round

ducting complete with neoprene rubber gaskets,

elbows, splitter dampers, vanes, hangers, supports etc.

as per approved drawings and specifications of

following sheet thickness complete as required and as

approved by Engg-in-charge

a) Thickness 0.63 mm sheet 100 Sqm

b) Thickness 0.80 mm sheet 200 Sqm

c) Thickness 1.00 mm sheet 200 Sqm

Page 33: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

33

13 Supply, installation, testing and commissioning of

Motorized (ON-OFF Type) duct mounted Zero leak

aluminium/GI volume control damper with enthalpy

sensor and necessary control wire (minimum 1.5

sqmm) for integration within AHU room etc and as

approved by Engg-in-charge

a) Damper 18 Sqm

b) Actuator 14 Each

14 Supplying & fixing of powder coated extruded

aluminium Supply Air Grills with aluminium volume

control dampers as per specifications and as approved

by Engg-in-charge 21 Sqm

15 Supplying & fixing of powder coated extruded

aluminium Return Air Grills with louvers but without

volume control dampers complete as required and as

approved by Engg-in-charge. 30 Sqm

16 Supplying, Fixing, testing and commissioning of fire

dampers in supply air duct/main branch and return air

path as and where required of required sizes i/c control

wiring, the damper shall be motorized and spring return

so as to close the damper in the event of power failure

automatically and open the same in case of power being

restored. The spring return action shall be inbuilt

mechanism and not externally mounted. The damper

shall also be closed in the event of fire signal complete

as required and as per specifications and as approved

by Engg-in-charge

a) Fire Damper 10 Sqm

b) Actuator 6 Each

17 Supply and fixing of acoustic lining of supply air duct

and plenum with 25 mm thick resin bonded glass wool

having density of 32 kg/cum, with 25 mm X 25 mm GI

section of 1.25 mm thick, at 600 mm centre to centre

covered with Reinforced Plastic tissue paper and 0.5

mm thick perforated aluminium sheet fixed to inside

surface of ducts with cadmium plated nuts, bolts, stick

pins, CPRX compound etc. complete as required and as

per specifications and as approved by Engg-in-charge 500 Sqm

18 Providing and fixing of 15 mm thick cross link

polyethylene (XLP/XLPE) insulation for ducting, main

plenum and supply duct i/e cleaning of duct,

cutting and pasting of (XLP/XLPE) with the help

of Adhesive (SR 505) and 100 mm adhesive based

nitrile tape for making the joint etc complete as per

relevant IS and site condition and as approved by Engg-

in-charge 500 Sqm

Page 34: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

34

19 Supplying, cutting and fixing of plain aluminium

sheet of 26 gauge thick for inner/ outer ducts

insulated ducting from unit to complete insulated

ducting including hardwares such as nut bolts etc.

The item includes the cost of scaffolding (Nothing

shall be paid extra on account of necessary shifting

and scaffolding etc) and as approved by Engg-in-charge 500 Sqm

20 Supply, installation, testing and commissioning of MV

Panel Boards cubical type, compartmentalised design

fabricated from 2 mm/ 1.6 mm thick CRCA sheet

having necessary cable alleys, powder coated through nine

tank process facility for pricking and degreasing, dust and

vermin proof, suitable for operation on 440 V 3 phase,

50 Hz, A.C. supply with necessary MCCBs / MCBs /

MPCBs ELECTRICAL WORKS : and other accessories,

IP 44 Protection complete in all respects including

internal wiring, labels, ferrules, cable termination,

gland plates, earth terminals, painting etc. conforming

to specifications and as approved by Engg-in-charge. All

MCCB shall be with Rotary handle and pad locking

arrangements complete with incoming and outgoing

feeders and accessories as described below:

Note:-

i). Wall mounted/ floor frame arrangement is included in the

scope of work.

ii). Panel shall be design as per site requirement, nothing

shall be paid extra on account of change in outgoing

switchgears nos. & ratings but not change main incomer

capacity. Bidder shall access the site condition and quote

accordingly.

a) 1 No. 63 amp Three Pole MCCB (25 KA) and

isolated Neutral Link with adjustable thermal

magnetic release type with over current and

short circuit thermal/ magnetic releases.

0-500 V voltmeter - 1 set

0-63 Amps digital ammeter with selector switch

and 63/5 Amps 15 VA, CL 1 CTs . - 1 Set

1 (One) set of 3 Nos. LED type RYB indicating

lamps with protection 2A SP MCB.

BUS BARS

100A FP Aluminium Bus bar with colour

coded heat shrinkable PVC sleeves.

OUTGOINGS

1 (One) Nos. MPCB with contactors & relays with

fully automatic Star Delta Starter having built in Single

phase preventer, overload relay suitable for 10 KW

motor, NO/NC for remote operation, a set of On and

Off indication lights and Start/Stop push button.

(Selection of MPCBs, contactors and relays for

starters to be done for fuse less protection as per

Type 2 co- ordination)

Control Wiring and safety circuit as required.

Auxiliary Contactors and Relays including

Potential Free Contacts for BMS System for

AHU. Necessary interlocks Mechanical and Electrical

as required. MCB 3 Pole with neutral link with

accessories suitable rating for Humidifier package etc

and as approved by Engg-in-charge. 2 Each

Page 35: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

35

b) 1 No. 63 amp Three Pole MCCB (25 KA) and isolated

Neutral Link with adjustable thermal magnetic

release type with over current and short circuit

thermal/ magnetic releases.

0-500 V voltmeter - 1 set

0-63 Amps digital ammeter with selector switch

and 63/5 Amps 15 VA, CL 1 CTs . - 1 Set

1 (One) set of 3Nos. LED type RYB indicating

lamps with protection 2A SP MCB.

BUS BARS

100A FP Aluminium Bus bar with colour

coded heat shrinkable PVC sleeves.

OUTGOINGS

1 (One) Nos. MPCB with contactors & relays

with fully automatic DOL Starter having built in

Single phase preventer, overload relay suitable for 5.5

KW motor, NO/NC for remote operation, a set of On

and Off indication lights and Start/Stop push button.

(Selection of MPCBs, contactors and relays for

starters to be done for fuse less protection as per

Type 2 co- ordination)

Control Wiring and safety circuit as required.

Auxiliary Contactors and Relays including

Potential Free Contacts for BMS System for

AHU. Necessary interlocks Mechanical and Electrical

as required. MCB 3 Pole with neutral link with

accessories suitable rating for Humidifier package etc

and as approved by Engg-in-charge. 2 Each

c) 1 No.32 amp Three Pole MCCB (25 KA) and isolated

Neutral Link with adjustable thermal magnetic release

type with over current and short circuit thermal/

magnetic releases.

0-500 V voltmeter - 1 set

0-40 Amps digital ammeter with selector switch

and 40/5 Amps 15 VA, CL 1 CTs . - 1 Set

1 (One) set of 3 Nos. LED type RYB indicating

lamps with protection 2A SP MCB.

BUS BARS

50A FP Aluminium Bus bar with colour coded heat

shrinkable PVC sleeves.

OUTGOINGS

1 (One) Nos. MPCB with contactors & relays

with fully automatic DOL Starter having built in

Single phase preventer, overload relay suitable for 3.7

KW motor, NO/NC for remote operation, a set of On

and Off indication lights and Start/Stop push button.

(Selection of MPCBs, contactors and relays for

starters to be done for fuse less protection as per

Type 2 co- ordination)

Control Wiring and safety circuit as required.

Auxiliary Contactors and Relays including

Potential Free Contacts for BMS System for

AHU. Necessary interlocks Mechanical and Electrical

as required. MCB 3 Pole with neutral link with

accessories suitable rating for Humidifier package etc

and as approved by Engg-in-charge 2 Each

Page 36: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

36

21 Supply, installation, testing and commissioning of

MV Panel Boards cubical type, compartmentalised

design fabricated from 2 mm/ 1.6 mm thick CRCA

sheet having necessary cable alleys, powder coated

through nine tank process facility for pricking and

degreasing, dust and vermin proof, suitable for

operation on 440 V 3 phase, 50 Hz, A.C. supply

with necessary MCCBs / MCBs / MPCBs

ELECTRICAL WORKS : and other accessories, IP

44 Protection complete in all respects including

internal wiring, labels, ferrules, cable termination,

gland plates, earth terminals, painting etc.

conforming to specifications and as approved by

Engg-in-charge. All MCCB shall be with Rotary

handle and pad locking arrangements

complete with incoming and outgoing feeders and

accessories as described below:

Note:-

i). Wall mounted/ floor frame arrangement is included

in the scope of work.

ii). Panel shall be design as per site requirement,

nothing shall be paid extra on account of change in

outgoing switchgears nos. & ratings but not change

main incomer capacity. Bidder shall access the site

condition and quote accordingly.

a) 1 No. 63 amp Three Pole MCCB (25 KA) and

isolated Neutral Link with adjustable thermal

magnetic release type with over current and

short circuit thermal/ magnetic releases.

0-500 V voltmeter - 1 set

0-63 Amps digital ammeter with selector switch

and 63/5 Amps 15 VA, CL 1 CTs . - 1 Set

1 (One) set of 3 Nos. LED type RYB indicating

lamps with protection 2A SP MCB.

BUS BARS

100A FP Aluminium Bus bar with colour

coded heat shrinkable PVC sleeves.

OUTGOINGS

1 (One) Nos. MPCB with contactors & relays

with fully automatic DOL Starter having built in

Single phase preventer, overload relay suitable for upto

5.5 KW motor, NO/NC for remote operation, a set of

On and Off indication lights and Start/Stop push

button. (Selection of MPCBs, contactors and relays

for starters to be done for fuse less protection as per

Type 2 co- ordination)

Control Wiring and safety circuit as required.

Auxiliary Contactors and Relays including

Potential Free Contacts for BMS System for

AHU. Necessary interlocks Mechanical and Electrical

as required. MCB 3 Pole with neutral link with

accessories suitable rating for Humidifier package etc

and as approved by Engg-in-charge 5 Each

Page 37: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

37

b) 1 No. 32 amp Three Pole MCCB (25 KA) and

isolated Neutral Link with adjustable thermal magnetic

release type with over current and short circuit

thermal/ magnetic releases.

0-500 V voltmeter - 1 set

0-32 Amps digital ammeter with selector switch and

50/5 Amps 15 VA, CL 1 CTs . - 1 Set

1 (One) set of 3 Nos. LED type RYB indicating lamps

with protection 2A SP MCB.

BUS BARS

32A FP Aluminium Bus bar with colour coded heat

shrinkable PVC sleeves.

OUTGOINGS

1 (One) Nos. MPCB with contactors & relays with

fully automatic DOL Starter having built in Single phase

preventer, overload relay suitable for upto 2 KW motor,

NO/NC for remote operation, a set of On and Off indication

lights and Start/Stop push button. (Selection of MPCBs,

contactors and relays for starters to be done for fuse less

protection as per Type 2 co- ordination)

Control Wiring and safety circuit as required. Auxiliary

Contactors and Relays including Potential Free

Contacts for BMS System for AHU. Necessary

interlocks Mechanical and Electrical as required. MCB 3

Pole with neutral link with accessories suitable rating for

Humidifier package etc and as approved by Engg-in-charge 2 Each

22 Supply, laying, Testing and commissioning of 1.1

KV, XLPE Copper Conductor Armoured power

cable including lugs, termination and gland, cable

tray etc. as per relevant IS/IE rules and site condition

of the following size and other accessories as per site

requirement and as approved by Engg-in-charge

a) 4 x 10 sq.mm Copper armoured cable 120 Metre

b) 4 x 6 sq.mm Copper armoured cable 80 Metre

c) 4 x 4 sq.mm Copper armoured cable 80 Metre

23 Supply, Installation, Testing and Commissioning of

Humidification package unit (up to 9KW) comprising

of PAN type heater, control wiring, casing of powder

coated MS/GI sheet etc. as required and other

accessories as per site requirement and as approved by

Engg-in-charge 6 Nos

24 Providing and fixing 6 SWG dia G.I. wire on surface or

in recess for loop earthing along with existing surface/

recessed conduit/ sub main wiring/ cable as required

and other accessories as per site requirement and as

approved by Engg-in-charge 100 Metre

25 Providing and fixing 25 mm X 5 mm G.I. strip on

surface or in recess for connections etc. as required and

other accessories as per site requirement and as

approved by Engg-in-charge 300 Metre

26 Supplying, fixing, testing and commissioning of

following butterfly valves, strainers, gauges in the

chilled water plumbing duly insulated to the same

specifications as the connected piping and adequately

supported as per specifications and other accessories as

Page 38: Refurbishment of ACS (air conditioning system) with allied ... · Campus, New Delhi-110067 for the work “Refurbishment of ACS (air conditioning system) from financially with allied

38

per site requirement and as approved by Engg-in-

charge. BUTTERFLY VALVE (MANUAL) with C I

body SS Disc, Nitrile Rubber Seal & O- Ring PN 16

pressure rating for chilled water/hot eater circulation as

specified.

a) 100mm dia. butterfly valves 4 Each

b) 80mm dia. butterfly valves 4 Each

c) 50mm dia. butterfly valves 4 Each

27 Supplying, fixing, testing and commissioning of ball

valve in all humidifier line and as required in chilled

water pipeline circuit etc and other accessories as per

site requirement and as approved by Engg-in-charge

a) 50mm dia. 20 nos

b) 32 mm dia. 20 nos

28 Supplying, fixing, testing and commissioning of supply

air diffusers of powder coated aluminium with

aluminium volume control dampers with anti smudge

ring & removable core and other accessories as per site

requirement and as approved by Engg-in-charge. 8 Sqm

29 Supplying, fixing, testing and commissioning of Return

air diffusers of powder coated aluminium without

volume control dampers with anti smudge ring &

removable core other accessories as per site

requirement and as approved by Engg-in-charge 12 Sqm

30 Buy Back of old dismantled material such as supply

AHU & exhaust AHU with their associated &

connected coils, Blowers, ducts, grills, wires cable,

control panels etc as is where is basis. 1 Job

Sub Total

GST

Total Amount

In words ( Rupees

Note: -

Rates quoted shall be inclusive of all cartage etc. as mentioned under Item - 5 of

General T. & C. of tender document.

GST shall be extra as applicable. However, bidder should mention rate of applicable

GST.

Signature of agency representative:

Seal of agency/agency:

(कायगपाऱक अभियंिा)