tender notice for acinfo
TRANSCRIPT
-
7/30/2019 Tender Notice for ACInfo
1/49
GUJARAT BHAWAN GOVERNMENT OF GUJARAT
TENDER DOCUMENTS
TECHNICAL BID
Project Name: Supply, Installation, Commissioning and testing of Air -
Conditiong Plant Package type including false ceiling andelectrical work in Banquet Hall at Gujarat Bhawan, New Delhi.
Project Duration: 3 Months
Project Estimate: Rs.11,08,956/-
Note : If you are downloading this tender documents from the website , for clarity
of drawings, you are advised to take its printouts in color.
Issued to M/s. : ________________________
__________________________
__________________________
GOVERNMENT OF GUJARAT, GUJARATBHAWAN
11, Kautilya Marg.Chanakyapuri,
New Delhi 110021Tele Fax No. : 24673661, 62,65
Email : [email protected]
CONTENTS
GUJARAT BHAWAN, NEW DELHI - 1 -
-
7/30/2019 Tender Notice for ACInfo
2/49
SECTION
NO.PERTICULARS PAGE NO.
1 Project Information 3
2 General and Commercial Conditions 3 to 23
3 Instruction to Bidders 24 to 25
4 Technical Specification 26 to 42
5 Approve Brand List 43 to 47
6 List of BIS Codes 48 to 49
7 Drawings
a Working Layout - WK-BH-01 50
b Ceiling Layout W-BH-CEL-01 51
c HVAC Layout PR-BH-AC-01 52
d Electrical Layout PR-BH-ELE-01 53
1.0 PROJECT INFORMATION
1.1 General:
GUJARAT BHAWAN, NEW DELHI - 2 -
-
7/30/2019 Tender Notice for ACInfo
3/49
An Air-conditioning system (ACS) has been designed for the Banquet hall at
Gujarat Bhawan, New Delhi of Govt. of Gujarat. Scope of work includes supply,
installation, testing and commissioning of HVAC (Heating, Air-Conditioning)system for above mentioned area including false ceiling and related electrical
works in the Banquet hall.
1.2 Expectation from Bidders :
1.2.1 The Bidders are advised to study (in detail) the site conditions, scope of work,specifications, tender drawings, and other respective terms and conditions as
applicable and also specified in the tender. The Technical Specifications have
been outlined at page 26 to 40 of this document. The bidders are encouraged to
offer ACS satisfying all functional and having better parameters than proposed
1.2.2 The Bidders are expected to note that completion of work on time is the mostcritical requirement of the work. They must focus on timely completion of thework, through better planning, management, execution and coordination with all
concern without compromising with the quality of material and finished work.
GENERAL AND COMMERCIAL CONDITIONS
2.1 Definitions:
The following words, shall have the meanings herein assigned to them exceptwhere the subject or context otherwise requires, in constructing conditions and the
specifications, Schedule of Quantities and subsequent Contract Agreement:
(a)Employer / Client shall mean the Resident Commissioner of Governmentof Gujarat responsible for effective management of the Gujarat Bhavan,Gandhinagar and shall include his / their heirs, legal representatives,
assignees and successors.(b)The Architect shall mean a qualified architect ofM/s. JAG Designers Pvt.
Ltd. having their registered office at Ahmedabad, who have been retained
by the Clients as Engineering and Architectural Consultants to design the total
Civil works, HVAC works & related services for the Project and to co-ordinate all engineering activities with various Consultants / Contractors.
(c)Clients representative i.e. Clerk of Works / Site Engineer shall mean anEngineer appointed by the Client. He/She will be competent to issue the
Completion / Payment Certificates in consultation with the Consultants/Architects.
(d)Contractors shall mean the Bidder or the Tenderer, whose tender has been
accepted and shall include his / their heirs, and legal representatives and thepermitted assigns.
(e)Works shall mean the works to be executed and recorded in accordancewith the Contract and shall include all extra or additional offered orsubstituted works as required and recorded for the performance of the
Contract, and Site shall mean the land and other places as shown bounded
red on the site plan, on or under or things, which the works are to be executed
GUJARAT BHAWAN, NEW DELHI - 3 -
-
7/30/2019 Tender Notice for ACInfo
4/49
or carried out and other lands or places provided by the Employer or
Consultants for the purposes of the Contract.
(f) Contract Documents shall include the notice inviting Tenders, the Articlesof Agreements, the General Conditions of Contract the Appendices, The
Schedule of Quantities, Specifications for Materials, Work Sheet and mode of
measurements, and drawings pertaining to the work. All sections of thisContract Document are to be read together including all modifications in the
Contract mutually agreed upon in writing and signed by Contractor and theClient. The letters, correspondence, etc. Exchanged between Contractor andConsultant and Client with written consent of client shall also from part of the
Contract.
(g)Drawings shall mean the drawings referred to in the specifications and anymodifications of such drawings approved in writing by the Engineer ad theConsultants and such other drawings as may from time to time be furnished or
approved in writing by the Engineer and the Consultants.
(h)Notice shall mean a notice in writing, typed or printed characters, sent(unless delivered personally or otherwise) proved to have been received by
registered post to the last known private or business address or registered
office of the address and shall be deemed to have been received when in theordinary course of post it would have been delivered.
(i) Completion shall mean that the works are in the opinion of the Consultantsand Client complete or ready for occupation or use.
(j) Contract Price shall mean the total final amount as referred to in Financialbid.
(k)Effective Date of the Contract shall mean the date that the Contract comesinto force in accordance with the Contract Agreement signed between theClient and the Contractor
(l) Final Acceptance shall mean the acceptance by the Purchaser of the worksin accordance with conditions of Contract & the issue of a Final Acceptance
Certificate issued by client.(m)Site shall mean the land upon which the Works are to be constructed as
specified in Drawing.
(s) Sub-Contractor employed herein includes only those having a directcontract with the main contractor and it includes one who furnishes materialworked to a special design according to the plans or specifications of this work.
(t) The term Bidder / Vendor / Supplier used hereinabove shall mean the firmquoting against this Tender documents.
(u)Words importing persons include firms and Corporations, words importing thesingular only also include the plural and vice versa where the context requires.
(v)Headings and marginal notes to these conditions shall not be deemed to form
apart there of or be taken into consideration in the interpretation orconstruction thereof or of the contract.
2.2 TENDER :
The bidders are invited by the client in two Bid formats :
A) Technical Bid
GUJARAT BHAWAN, NEW DELHI - 4 -
-
7/30/2019 Tender Notice for ACInfo
5/49
B) Financial Bid as enclosed as a separate Document, which the Bidders are
advised to read very carefully along with this Technical bid document before quoting
prices in the financial bid.
A) Technical Bid :
1) The bidders are required to quote in the tender after physically inspection of the
site keeping in the mind the existing duct being used for supply of air conditioned air.
2) Bidder should have proven experience of executing of a similar type of work. He
should have executed reputed building and development work for govt., semi Govt.and reputed institute. He has to completed this type of three works of Rs.20 lacs in
last three years. Copies of certificate of completion of work or copies of work order
executed should be submitted along with the tender. The bidder will abide by the lawsof Union of India and of Gujarat state and legal jurisdiction of the place where the
works are located.
3) As a part of the bid with his tender, the bidder shall furnish a written statement
with proper cross referencing for ease in locating the details in the bid submitted:-
1. The bidders experience in the field of air conditioning.
2. The bidders capability and qualifications of himself and his regular staff etc.
3. Plants and Machinery available with the bidder for the work tendered.
4. Solvency certificate from the banks take 5 Lacs
5. Sales tax certificate
6. Income tax clearance certificate7. Last three years audited Balance sheet.
8. List of plants & equipments in possession of the firm.
9. Any other fact or details that bidders want to highlight to improve his bid
4) In order to enable Gujarat Bhawan to decide about the competency of the bidder
for the award of work contract, the technical bid will be examined by a committee
appointed by the Resident Commissioner of Gujarat Bhawan. Apart fromexamining the records and data as furnished in the technical bid, the Committee or
its members may inspect the works executed and completed by the bidder. Work
experience in Air conditioning alone, will be considered for qualifying the
bidders.
5) The technical bid shall be evaluated on various parameters as listed in the
evaluation sheet placed at Annexure A (page no7 & 8 of this document).
6) Only those bidders who scores 50% or more marks in technical bid will qualify
for opening price bid. The price bid of the bidder who do not qualify will not beopened and returned to the bidders unopened.
GUJARAT BHAWAN, NEW DELHI - 5 -
-
7/30/2019 Tender Notice for ACInfo
6/49
7) Documentary evidence in respect of similar work executed in the last three years
should accompany the quotation including all the details like name of the party,
type and capacity of work, period of completion against allowed period, amountof the contract and contact person of the client with phone numbers.
GUJARAT BHAWAN, NEW DELHI - 6 -
-
7/30/2019 Tender Notice for ACInfo
7/49
(ANNEXURE A )
EVALUATION SHEET
Sr. No. Particular Marks Remarks
1 Strength of Organization 30
(1) a Type of Company 15
Public Ltd. 15
Pvt. Ltd. 15
Partnership 12
Sole Proprietary Firm 10
Joint Venture 10
(1) b Year of incorporation 10
2004 or before 10
2004-2007 8
After 2007 6(1) c ISO certified company 5
TOTAL
2 Financial Status 20
(2) a Annual turn Over in last three years in air
conditioning work
20
More then 20 lacs 20
Turnover more then 15 to 20 12
between 12 lacs to 15 lacs 8
Less then 12lacs 0
TOTAL
3 Personnels and Tools & Parts 25
(3) a Available Man Power 15
B.E. Mechanical Engineer Experience more than 5
years. 5 mark/No.(max1)
5
B.E. Electrical Engineer Experience more than 5
years. 5 mark/No.(max1)
5
Diploma Civil Engineer Experience more than 5
Years. 3 mark/No. (max.1)
3
B.Com. Experience more than 2 Years. 2.0
mark/No. (max.1)
2
(3) b Available Tools & Parts 10
Flow Meter 1.0 mark/No. (max.2) 2
Mano Meter 1.0 mark/No. (max.2) 2
Megger for earth Test 2 mark/No. (max.1) 2
Ampere Meter 1.0 mark/No. (max.2) 2
Tang Tester 1.0 mark/No. (max.2) 2
GUJARAT BHAWAN, NEW DELHI - 7 -
-
7/30/2019 Tender Notice for ACInfo
8/49
TOTAL
Sr. No. Particular Marks Remarks
4 Experience 25
a Experience in Air conditioning work only 15
b Experience in Civil and Electrical Works relatingAir conditioning
10
TOTAL
GRANT TOTAL
GUJARAT BHAWAN, NEW DELHI - 8 -
-
7/30/2019 Tender Notice for ACInfo
9/49
2.2.1 The Submission of the tender by a bidder implies that he has read the entire tender
document and has made himself aware of the scope and specification of work tobe performed and of the local conditions and other factors which have a bearing
on the execution of work. Client, therefore, after acceptance of bids shall not pay
any extra charges for any reasons what so ever, in case the contractor is found
later on to have misjudged the tender specifications, requirements and sitecondition.
2.2.2 Specifications:Material should be offered strictly conforming to our specifications (refer page
no. 24 to 38) / drawings (refer page no. 45 to 48). Deviation, if any, should be
clearly indicated by the Bidder in his quotation. The Bidder should also indicatethe Make Type/Model number of the materials offered and catalogues, technical
literature, wherever necessary should accompany the quotation. Clarifications on
drawings/specifications, if any, should be obtained before submitting quotation.
2.2.2.1Wherever reference to any standard specifications/codes are made in thesespecifications, only the latest revised and amended versions of the same shall be
referred to.
2.2.2.2Tender drawings are detailed specification drawings. However, the foundation
drawings, general assembly drawings, shop floor fabrication drawings etc. are to
be prepared by the successful bidder. The equipment drawings shall be furnishedby the successful bidder as per the tender document at appropriate times.
2.3 Modification and changes:
Client shall have right to change and modify the drawings, specifications of any
items in the Contract and contractor shall carry out such modifications andchanges up to 2% of the contract value free of charge. However, if the
modifications and changes exceed 2% of contract value, Client and contractor
shall with their mutual understanding agree for additional amount payable to theContractor due to such modifications and changes in the work. Relevant terms
and conditions in the contract shall be applicable to such revision in amount
payable to the contractor.
2.3.1 Except ordered in writing by the Client/Consultant, no charge for any extra work
or material shall be payable by the Client/Consultant to the Contractor.
2.4 Tender Documents:
2.4.1 Before submission of bids, the bidders shall make themselves fully conversant
with the technical specifications, tender drawings, general conditions instructionsto bidders, etc. so that no ambiguity arises at a later date in this respect. Bids shall
be prepared and submitted strictly in accordance with the requirements of this Bid
Document.
GUJARAT BHAWAN, NEW DELHI - 9 -
-
7/30/2019 Tender Notice for ACInfo
10/49
2.4.1.1 Clarification on Tender Documents:
If the bidder finds any discrepancy in the drawings or between the drawings,
specifications, technical & commercial questions, information, clarifications andschedule of quantities; he shall immediately refer the same on telephone as given
below:
1) Sh. Keyur Sheth - 09879579631 For Civil Work2) Sh. Jaydeep Rajput - 09558815784 For Electrical and AC
design and Quantities3) Sh. O.P. Mehta - 09868771154 - For Site and any other issue.
2.4.2 Inspection of Site and Sufficiency of Tender:
2.4.2.1 The Bidder shall inspect and examine the site and its surrounding and shall satisfyhimself before submitting his tender as to the nature of the site, the quantities and
nature of the work and materials necessary for the completion of the works and
means of access to the site, the accommodation he may require and in general,shall himself obtain all necessary information as to risk, contingencies and other
circumstances which may influence or affect his tender.
2.4.2.2The Bidder shall be deemed to have satisfied himself before tendering as to the
correctness and sufficiency of his tender for the works and of the rates and prices
quoted in the financial bid, which rates and prices shall except as otherwise
provided, cover all his obligations under the Contract and all matters and thingsnecessary for proper completion and maintenance of the works.
2.4.2.3No extra charges consequent on any misunderstanding or otherwise shall beallowed.
2.4.3 Descriptive Literature and Drawings:
2.4.3.1 Bidder shall submit following in duplicate along with tenders:
(a)Descriptive leaflets giving complete process, mechanical, electrical andinstrumentation data about the equipment offered and drawings showing
detailed dimensions of the equipment.
(b)The statements of technical particulars and performance specifications alongwith performance curves with efficiency, C.O.P and power consumption of
the equipment offered.
2.4.3.2In the event of an order being placed, the contractor shall supply four copies each
of the following within the time period as agreed upon from the date ofacceptance.
(a) Installation drawings showing complete details.
(b)Instruction books for operation, maintenance and servicing of all units.
(c)List of recommended spares for two years of operation.
GUJARAT BHAWAN, NEW DELHI - 10 -
-
7/30/2019 Tender Notice for ACInfo
11/49
2.4.3.3 Drawings enclosed with Tenders are schematic only and indicate the extent of
work covered in the contract. The drawings broadly suggest the concept and routesto be followed. Under no circumstances shall dimensions be scaled from these
drawings. The actual site details shall be examined for exact location of
equipments and other system parts.
2.4.4 Bids shall be completed in all respects and shall include properly filled inprices(financial bid), other specifications, schedules, relevant drawings andcatalogues as necessary along with the bid covering letter.
2.4.5 Quotation:
Quotation super scribing our Tender Notice No., date, due date and shortdescription of item should be submitted to the Office of client/consultants in a
sealed envelope on or before the due date. Late/incomplete quotations will not be
considered. Envelopes received without Tender No., date, due date and shortdescription of item may be rejected. The quoted prices(financial bid) hold be firm
during the validity/extended validity of bids. Client/Consultant is not bound to
accept lowest bid Client/Consultant reserves the right to place order on one ormore parties. The scope of supply includes insurance by the Contractor.
2.4.6 The Bid forms and the documents attached to it shall not be detached from one
another and no alteration or mutilation (other than filling in all the blank spaces)shall be made in any of the documents attached hereto. Such alterations,
overwriting or amendments shall render the bid liable for rejections.
2.4.7 Bidders shall quote (financial bid) in English, their rates/prices both in figures as
well as words against each item. In the event of any discrepancy between thequoted rates/prices in words and that quoted in figures, the one quoted in words
shall govern.
2.4.8 The Bidder must return the complete set of the bid documents (Technical and
Financial bid). Each page of the bid document including bid drawings must be
signed and dated by the Bidder as a token of having examined the same carefully.Any bid not so signed and dated is likely to be rejected. All writing shall be in ink
only. Overwriting, alterations, etc. also shall be initialed and dated.
2.4.9 Prices are required to be quoted according to the units indicated in the Schedule ofQuantities (SOQ) in financial bid. Financial Bid format duly filled in and signed
by the Bidder must accompany the tender. The bidder shall be quoted for unit
specified in the SOQ and not in any other units.
2.4.10 Client/Consultant is striving for getting best value for its money and therefore isunder no obligation to accept the lowest or any tender and reserves the right ofacceptance of the whole or part of the tender of portion of the quantity offered and
the Contractor shall execute the same at the rates quoted.
2.4.11 Program of Work & Progress Schedules:
GUJARAT BHAWAN, NEW DELHI - 11 -
-
7/30/2019 Tender Notice for ACInfo
12/49
The Contractor shall submit along with the offer detailed schedules showing the
program and the sequence in which the Contractor proposes to carry out the work
with dates and estimated completion times for various parts of the work. Suchschedules shall be approved by the Client before starting the work and shall be
binding on the Contractor.
2.4.12 Submission of Tender Documents:
Sealed tender, complete with all enclosures will be submitted to the Client on orbefore the due date and time mentioned in the Tender Notice.
2.5 Prices and Rates:
2.5.1 Prices and rates quoted in the price bid will include cost of packing, forwarding,
freight, insurance, unloading, storage, shifting, erection and commissioning andeverything necessary for due completion and performance of the work covered in
the contract.
2.5.2 Taxes:
The price quoted by the bidders in the price bid will be inclusive of Excise duty,
VAT, Service Tax and all other taxes or cess/ local duties or the like asapplicable.
2.5.3 Temporary Works:
The rates quoted in the financial bid shall include all temporary power wiring andmeters, scaffoldings, hoisting arrangement, equipment, watching and lighting by
night as well as day including Sundays & holidays, temporary plumbing and
electric supply, protection of the public and safety of adjacent roads, streets,pavements, wall houses, buildings and all other erections, matters or things and
the Contractor shall take down and remove any or all such scaffolding etc., asoccasion shall require or when ordered so to do and fully reinstate and make good
all matters and things disturbed during the execution of work and to thesatisfaction of the Client.
2.5.4 Transportation:
The material / equipment required for completion of job shall FOR site i.e.Gujarat Bhawan, New Delhi. The Contractor will bear the cost of transportation,
Insurance and freight etc for the goods supplied.
2.5.5 The bidder shall arrange for insurance of goods against loss and/or damage duringtransport, storage at works due to theft, fire, accident or any other insurable risks,
Insurance should also cover third party liability for an amount mutually agreed
upon between the Client and the Contractor. Insurance should be valid till theplant is formally taken over by the Client. Before starting the work, the Contractorwill submit a copy of the Insurance note to the Client.
2.5.6 The rates and prices quoted in financial bid shall be Firm and Fixed for till thecompletion of contract and shall not be subject to any escalation due to increase in
prices of material, rise in labour wages and transport charges or due to any other
reasons.
GUJARAT BHAWAN, NEW DELHI - 12 -
-
7/30/2019 Tender Notice for ACInfo
13/49
2.6 Earnest Money Deposit (EMD):Each bidder must be accompanied by a Earnest Money deposit of Rs 12000.00(Rs, Twelve Thousand Only) in the form of Demand Draft/ Bankers Cheque
payable at New Delhi in favors of Govt.of Gujarat payable at any Scheduled
Bank in New Delhi. The E. M. D. shall be valid for a period of not less than onehundred and twenty (120) days from the date tenders are opened. Any bidder not
accompanied by appropriate earnest money deposit in the form of a stipulatedBank Draft/ Bankers Cheque for the sum stipulated in the Tender Document maybe summarily rejected.
2.6.1 The Earnest Money Deposit will be refunded to the unsuccessful Bidders within
six weeks of placing the order to the successful bidder.
2.6.2 The Earnest Money Deposit will be forfeited in the event, the successful bidderfails to accept the contract and fails to submit the Security Deposit to the Client asstipulated in the tender documents within fifteen days after receipt of notice of
award of contract. In such case Client may disqualify the tenderer from tendering
for further works, under the jurisdiction of the Client.2.6.3 The Earnest Money Deposit of the successful bidder shall be returned after the
security deposit, as required, is furnished by the Contractor.
2.6.3 No interest shall be paid by the Client on any E. M. D. / Security Deposit.2.6.4 Bank Guarantee or Cheque shall not be accepted as E. M. D.
2.7 Security Deposit:
The successful bidder will furnish to the Client an interest free security deposit for5% (Five percent) of the contract value in the form of TDR of a scheduled Bank
for maintenance period / warranty within 15 days from the date of Letter ofacceptance and the said Guarantee should be valid throughout the maintenance
period. The Security Deposit shall be returned to the contractor after successfulexpiry of maintenance period / warranty.
2.8 Right to Reject or select the Bids
2.8.1 Client reserves the right to Reject Bids which do not fulfill any of the above
conditions or incomplete in any respect are liable to be rejected.
2.9.2 The Client reserves the right to accept any bid irrespective of whether it is thelowest or otherwise or reject any or all bids without assigning any reason
therefore, or to split the contract at the initial contract award stage or during the
progress of the work due to unsatisfactory work or progress of any oneContractor.
2.10 Result of the Tenders:
The Departmental Purchase Committee of the Office of the Resident
Commissioner will examine the bids of technically qualified bidders. The date ofthe meeting will be intimated to all bidders whose financial bids will be opened.
GUJARAT BHAWAN, NEW DELHI - 13 -
-
7/30/2019 Tender Notice for ACInfo
14/49
Such bidders are advised to remain present at the venue as they may be called for
giving any clarification. The Committee will strive to get best value for the money
to be spent on the scope of work. It is not bound to place order blindly to thelowest bidder. At the end of the meeting the successful bidder will be announced.
Unsuccessful bidders will not be informed of the result of their tenders.
2.11 Permit and Licenses :
2.11.1 The Contractor shall be responsible for securing all licenses and permit whereverapplicable for the work awarded. No expenditure incurred for this purpose bereimbursed. He may require to comply with all laws ordinances and regulations of
the Public authorities in connection with the performance of his obligations under
the Contract. The Contractor shall be responsible for all damages and shall
indemnify and save the Client harmless from and against all claims for damagesand liability which may arise out of the failure of the Contractor to secure and pay
for such licenses and permits or to comply fully which any and all applicable laws
ordinances and regulations.
2.11.2 Contractor shall comply with all the laws and regulations including various labour
laws in respect of the work covered under this contract and in respect of workers,employees and sub-contractors employed by the Contractor.
2.12 Performance Guarantee:
The Contractor will furnish to the client an interest free performance guarantee forfor a period of 12 months from the date of Completion. 5% (Five percent) of the
contract value in the form of TDR of a Nationalised/ Scheduled Bank valid will
be retained for this purpose and liable to be utilized, if the Contractor failed toprovide the maintenance services to the satisfaction of the Client. The same shall
be returned to the contractor after one year on satisfactory functioning of the ACplant.
2.13 Validity of Bids:The bid shall remain valid for a period of 60 (Sixty) days from the date of opening
of bids, In case Client needs extension of validity, the Bidder shall extend the
validity of his offer without any change in price (quoted in financial bid) andterms and conditions.
No Bidder shall be allowed to withdraw his Bid during this period. In the event of
any such withdrawal during the above said period, EMD will be forfeited by theClient.
2.14 Acceptance of Tenders:
Acceptance of tenders by the Client will be communicated to the successful
bidder by in writing. The successful Bidder will execute at his cost a agreement(on an appropriate non-judicial stamp paper of suitable amount) at the earliest
after receipt of Letter of acceptance. One copy of the above duly executed
agreement will be given to the Contractor and the original and other copies willremain in the safe custody of the Client/Consultant. The Performa of the
GUJARAT BHAWAN, NEW DELHI - 14 -
-
7/30/2019 Tender Notice for ACInfo
15/49
agreement is as at the Annex. The successful Bidder whose offer is accepted is
advised to execute the agreement at the earliest and proceed with the execution of
the contract on the basis of such acceptance.
2.14.1 All other relevant terms and conditions will be put in the final Contract to besigned between Client and the successful Bidder.
2.14.2 The Contractor shall make his own arrangement for storage of materials deliveredat site. The protection, watch and ward and safe custody of all the materials
supplied by the Contractor shall rest with the contractor till the entire completed
work is finally handed over to the Client. The Client will not be responsible to
provide any lockable space for storage purpose.
2.14.3 No correspondence will be entertained with the bidder after the financial bids are
opened for any change in the terms and conditions.
GUJARAT BHAWAN, NEW DELHI - 15 -
-
7/30/2019 Tender Notice for ACInfo
16/49
Annex
PERFORMA OF THE CONTRACT AGREEMENT
Contract Agreement for the work of supply, installation, commissioning and testing of
AC plant packaged type including false ceiling and electrical works in Banquet hall at
Gujarat Bhawan New Delhi. This agreement is made on _________________2009 [TwoThousand And Nine] __________ between M/s.________________________& the
Resident Commissioner, Govt of Gujarat, New Delhi or his authorized representative in
the town of New Delhi herein after called the CONTRACTOR [ which term shall
unless excluded by or repugnant to the subject or context, includes his successors andpermitted assignees ] of the one part and the the Resident Commissioner, Govt of
Gujarat, New Delhi hereinafter called the OWNER [ which term shall unless excluded
by or repugnant to the subject or context, includes his successors and assignees] of theother part.
A. Whereas the OWNER being desirous of having provided and executed certain works
mentioned, enumerated or referred to the tender documents, General conditions ofcontract, Special conditions of contract, Specifications, Drawings, Plans, Time
Schedule of completion of jobs, Agreed variations, other documents part of tender asattached to this agreement.
B. And Whereas the CONTRACTOR has inspected the site and surroundings of the
works specified in the tender documents and has satisfied himself by carefulexamination before submitting the tender as to the nature of the surface strata , sub-
soil and ground, the form and nature of site and local conditions , the quantities,
nature and magnitude of the work, the availability of labour and materials necessaryfor the execution of work, the means of site, the supply of power and water thereto
and the accommodation he may require and has made local and independent inquiriesand obtained complete information as the matters and things and referred to or
implied in the tender document or having any connection therewith, and has
considered the nature and extent of all probable and possible situations, hindrances orinterference to or with the execution and completion of the work to be carried out
under the contract and has examined and considered all other matters, conditions and
things and possible and general matters incidental thereto and ancillary thereofaffecting the execution and completion of the work and which might have influenced
him in making his tender.
C .The General and commercial conditions of contract, Special conditions of contract,
general obligation, technical specification , drawings, time schedule of completion ofjobs letter of acceptance of tender and any statement of agreed variation with its
enclosures, copies of which are also hereto annexed, form part of this contract thoughseparately set out herein and included in the Expression CONTRACT.
And Whereas the Owner accepted the Tender of the Contractor for the provision andthe execution of the said work at the rates stated in the Schedule of Quantities of
GUJARAT BHAWAN, NEW DELHI - 16 -
-
7/30/2019 Tender Notice for ACInfo
17/49
works and finally approved by owner [ herein after called the Schedule of Rates]
upon the terms and subject to conditions of contract.
NOW THIS AGREEMENT WITNESSED, it is hereby agreed by and between the parties
and declared as follows:-
1. In Consideration of the payment to be made to the Contractor for the work to be
executed by him, the Contractor hereby covenants with the owner that the contractorshall and will duly provide, execute and complete the said works and shall do andperform all other acts and things in the contract mentioned or described or which are
to be implied there from or may be reasonably necessary for the completion of the
said works and at the said times and in the manner and subject to the terms and
conditions or stipulations mentioned in the contract.
2. In consideration of the due provision, execution and completion of the said work, theOwner does hereby agree with the Contractor that the Owner will pay to theContractor the respective amounts for the work actually done by him and approved
by the Owner at the Schedule of Rates and such other sum payable to the Contractor
under provision of contract. Such payment to be made at such time and in suchmanner as provided for in the contract. AND.
3. In consideration of the due provision, execution and completion of the said work, theContractor does hereby agree to pay such sums as may be due to the owner for theservices rendered by the owner to the contractor such as power supply, water supply,
and other as set for in the said contract, and such other sum as may become payable to
the owner towards the controlled items of free issue material or towards loss damageto the owners equipment materials construction plant and machinery. Such payments
to be made at such time and in such manner as is provided for in the contract.
4. It is specifically and distinctly understood and agreed between the owner and thecontractor that the contractor shall have no right in the title of site made available bythe owner for execution of the works or in the building, structures or works executed
on the said site by the contractor or in the goods articles, materials brought to the said
site [unless the same specifically belongs to the contractor] and the contractor shallnot have or deemed to have any lien whatsoever charge for unpaid bills nor will be
entitled to assign or retain possession or control of the site or structures and the owner
shall have an absolute and unfettered right to take full possession of site and to
remove the contractor, their servants, agents and materials belonging to the contractorand lying on the site.
5. The contractor shall be allowed to enter upon the site for execution of the works onlyas a licensee and shall not have any claim, right, title or interest in the site or the
structures erected thereon and the owner shall be entitled to terminate such license at
any time without assigning any reason.
6. The material including sand, gravel, stone, loose soil, earth, rock dug up or excavated
from the said site shall, unless otherwise expressly agreed under this contract,exclusively belong to the owner and the contractor shall have no right to claim over
GUJARAT BHAWAN, NEW DELHI - 17 -
-
7/30/2019 Tender Notice for ACInfo
18/49
the same and such excavations and materials shall be disposed by the contractor
according to the instructions issued from time to time by the Engineer in charge.
In witnessed whereof the parties have executed these presents in the day and the year first
above written.
Signed and Delivered for and on behalf of Government Of Gujarat, Gujarat Bhawan,
New Delhi.______________________________________________________________________
Date ______________
Place _____________
In presence of two Witness
1.______________________________________________________________________________________________________________________________________________
_________________________
2.______________________________________________________________________
_________________________________________________________________________________________________
Signed and Delivered for and on behalf ofContractor
________________________________________________________________________
________________________________________
Date ______________Place _____________
In presence of two Witness1.______________________________________________________________________
________________________________________________________________________
_________________________
2.______________________________________________________________________
________________________________________________________________________
_________________________
GUJARAT BHAWAN, NEW DELHI - 18 -
-
7/30/2019 Tender Notice for ACInfo
19/49
2.15 Possession Prior to Completion:
Client shall have the right to take possession of or use any completed or partially
completed part of the work. Such possession or use shall not be deemed to be anacceptance of any work not completed in accordance with the specifications, etc.
If such prior possession or use by Client delays the progress of such work, an
equitable adjustment at the time of completion will be made.
2.15.1 Completion Period:The entire work is to be completed within THREE months from the date ofacceptance. The work in totality must be completed within the specified period.
The contractors allow to do work in 3 Shifts if required, with necessary prior
permission. In case of delay on part of contractor, a suitable penalty may be
imposed as per the relevant clause on Compensation (refer clause 2.17).
2.15.2 Time of completion shall be deemed to commence from the date of issue of
acceptance and work shall be completed within the stipulated period.
2.15.3 Time is the essence of the Contract. The Contractor on receipt of acceptance shall
submit for approval to the Client detailed schedule showing the way the work isproposed to be carried out to complete the work in time. The approved schedule is
to be strictly adhered to and work completed in time.
2.16 Guarantee:
2.16.1 The Contractor provides a guarantee for satisfactory performance entire work
executed under this tender for a period of twelve months from the date ofcompletion. Poor performance due to poor workmanship will be rectified free of
cost during the Guarantee period. During this period for any kind of defectnoticed in any material supplied, it shall be replacement free of cost within 2 days
failing which the Owner will be at liberty to get it replaced/ repaired from themarket and deduct the cost from any kind of deposite retained with the Owner.
2.16.2 The Contractor shall without any extra cost, carry out all routine and preventive
maintenance of the plant in order to ensure the smooth function of the plant.
2.17 Compensation on Account of Delay in Complete of Work:
Compensation for the delay shall be paid levied 0.5% (point five percent) of the
total contract value of the work for the delay of each week till the date ofcompletion of the work, subject to a maximum of 5% (Five percent) of total
contract value.
2.18 Sub-Contractor / Suppliers:
List of Sub-contractors, vendors, and suppliers proposed for any part of work,
system components, must be approved before placing the work order or purchaseorder by the main contractor or supplier. Copy of order shall be submitted for
confirmation along with all specifications. Authorized Client representative shall
be allowed to visit and inspect the works of the sub-contractors.
GUJARAT BHAWAN, NEW DELHI - 19 -
-
7/30/2019 Tender Notice for ACInfo
20/49
2.19 Inspection:
Materials on its arrival at Clients site will be inspected by Stores In-
charge/Clients Representative and Engineer-in-charge and their decision in thematter will be final.
2.19.1 The Contractor/Bidder/Vendor shall at all times indemnify the Client against allclaims which may be made in respect of the stores for infringement of any right
protected by Patent Registration of design or Trade Mark and shall take all risk ofaccidents or damage, which may cause failure of supply from whatever causearising and the entire responsibility for sufficiency of all means used by him for
the fulfillment of the contract.
2.20 Measurement of Work:The work executed shall measured jointly by contractor and representative of
client / consultants. Then after it shall be proceed for payment.
2.21 Payment:
A) Civil and Electrical Works
The Client shall pay the contractor the amounts certified by theEngineer within 28 days from the date of each certificate.
B) HVAC Works
60% - On arrival of equipment on site.
25% - After Erection.15% - On commissioning and testing.
No Advance Payment is admissible.
2.22 Test Certificates:Test Certificates demanded by the Client/Consultant shall be obtained and
furnished free of cost along with the supply. Client/Consultant reserves the rightto avail third party for inspection and testing.
2.23 Removal of All Offensive Matters:All temporary structure, debris, insulation bitumen, EPS wastage or other matterof an offensive nature, shall not be deposited on the surface, but shall be taken out
at once or carried away by the Contractor to some pits or place provided by him
and shall be disposed off as per the rules and regulations of the Local Authorities
concerned.
2.24 Removal of Improper Work and Materials:
The Client shall, during the progress of works, have power to order in writingfrom time to time the removal from the works, within such reasonable time as
may be specified in the order, of any materials which in the opinion of the Client
and the substitution of proper materials and the removal of proper re-execution ofany work which has been executed with materials or workmanship, not in
according with the Drawings and specifications or instructions, the Contractor
shall forthwith carry out such order at his own cost. In case of default on the partof the Contractor to carry out such order, the Client shall have power to employ
GUJARAT BHAWAN, NEW DELHI - 20 -
-
7/30/2019 Tender Notice for ACInfo
21/49
and pay other persons to carry out the same and all expenses consequent thereon
or incidental thereto shall be borne by the Contractor and shall be recoverable
from the Contractor any money due or that may become due to the Contractor.
2.25 Dismissal of Workman:
The Contractor shall on the request of the Client immediately dismiss from theworks any person employed thereon who may, in the opinion of the Client, be
unsuitable or incompetent or who may misconduct himself and such person shallnot again be employed or allowed on the works without the permission of theClient. The Contractor shall promptly depute other competent workman in equal
number to the satisfaction of Client.
2.26 Material:The Bidders will quote only for the approved Brands/Makes specified in the
Tender documents (refer page no. 41 to 44) Client reserves the right to accept or
reject the Equivalents quoted.
2.27 Variation not to Vitiate Contract:
The Contractor shall when directed in writing by the Client omit from or vary
works shown upon the drawings or described in the specifications or included inthe priced schedule of quantities, but the Contractor shall not make any alterations
in the provisions of the contract without such authorization or direction in writing
from the Client.
No claim for an extra shall be allowed unless it shall have been executed by the
authority of the Client as herein mentioned. Any such extra is hereinafter referredto as an authorized extra. No variation, i.e. additions, omissions or substitutions
shall vitiate the contract.
The rate of items not included in the schedule of Quantities and subsequentlyfound absolutely necessary for execution of the Project may be agreed upon
mutually by the Client and the Contractor.
2.28 Protection of Work and Property:
The Contractor shall continuously maintain adequate protection of all his workfrom damage and shall protect the Clients property from damage or loss arising
in connection with the contract. The Contractor shall make good any such
damage, injury or loss. The Contractor shall adequately protect adjacent propertyas provided by law and the contract documents.
The Contractor shall take all necessary precautions for the safety of employees onthe work and shall comply with all applicable provisions of Central, State andLocal Bodys laws and erection codes to prevent accidents or injury to persons on,
Contractor shall erect and properly maintain at all times, as required by the
conditions and progress of the work, all necessary safeguards for the protection ofworkmen and the public and shall post danger signs warning against the hazards
hatchways, scaffolding, window openings, stairways and falling materials and he
shall designate a responsible member of his organization of the work, whose duty
GUJARAT BHAWAN, NEW DELHI - 21 -
-
7/30/2019 Tender Notice for ACInfo
22/49
shall be the prevention of accidents. The name and position of the person so
designated shall be reported to the Client by the contractor.
2.29 Certificate of Virtual Completion of Works:
The Contractor shall report in writing to the Client, in terms of Certificate as and
when the works are completed in all respects to enable the Client to makepossession of the completed work.
2.30 Training of Personnel:The Contractor shall undertake to extend free training in operation and
maintenance of System offered by them to at least two technical persons of Client
at their works for a period of 15 days and 15 days at the site of the Client.
2.31 Completion of Erection & Commissioning of the system and Inspection during
Erection:
(A)Inspection during erection:
The Client is at his liberty to inspect the system during installation and defectsfound shall be remedied by the Contractor free of cost. All instruments and
services needed for the tests shall be furnished by the Contractor. Any defects
and deficiencies that are noticed during these inspection will have to be
attended by the Contractor from time to time.
(B)Completion of erection & commissioning:Only after the entire installation is satisfactorily completed and the defectsfound during inspections rectified, the system will be ready for
commissioning and then will be subjected to run at least 3 days to demonstrateits satisfactory performance.
2.32 Rejection of Defective Equipment:If the completed system or any portion thereof, before it is taken over is found
defective or fails to fulfill the intent of the specifications, the Contractor shall on
receipt of notice, Purchase the relevant part or system forthwith to make defectivesystem good. If the Contractor fails to rectify/replace the defective systems within
a reasonable time, the Client may reject and replace at risk and expenses to the
Contractor, the whole or any portion of the system which is defective or fails to
fulfill the requirement of the contract.
The Client shall have the right to operate all equipment, if in operating condition,
whether or not such equipment have been accepted as complete and satisfactory.2.33 Corruption, compliance with laws, etc
The bider & Contractor shall :
Refrain from any illegal or corrupt practices, hereunder, any offer, gift, paymentor benefit of any kind, which would or could, either directly or indirectly, be
construed as an illegal or corrupt practice,
Comply with any other applicable laws and regulations, and take promptcorrective action with regard to any violation thereof brought to her attention.
GUJARAT BHAWAN, NEW DELHI - 22 -
-
7/30/2019 Tender Notice for ACInfo
23/49
Hereunder, the contractor is responsible for fulfilling any applicable registration
requirements, and is responsible for all payments, statements and reports required
by the clients in connections with the assignment and operations.2.34 Liability:
The Client shall not be liable- financially or in other ways- to companies or
individuals engaged by the consultant. Further, the Client shall not be liable toany third persons for any harm or loss incurred as a result of acts or omissions of
the Consultant its contractors.The contractor shall obtain and maintain adequate insurances in connection withthe execution of the assignment.
2.35 Breach of contract:
Failure by the contractor to carry out the assignment in accordance with this
Contract/ Agreement constitutes breach of contract. Without prejudice to anyother legal remedies available, the Client shall be entitled to a compensation
corresponding to actual or estimated costs by having any remaining work done by
another consultant, as well as to compensation of any foreseeable loss as a resultof the breach.
Moreover, each party may terminate the Contract with immediate effect if the
other party is in material breach of the Contract, or it is evident that such breachwill occur. The Client may also terminate the Contract with immediate effect if
the Contractor becomes bankrupt or is deemed to be insolvent, or if the Contractor
in the judgment of the Client has been engaged in corruption, fraud or similar.
2.36 Termination:The Client may terminate the whole or parts of the contract in which case the
contractor shall exert his best efforts to bring the work to an end in a prompt,
orderly and economical manner. The Contractor shall deliver to the Client anyplans, documents or other material generated during the course of the assignment.
The Contractor shall be entitled to remuneration for work carried out andreasonable reimbursement of costs incurred upon terminating the assignment.
2.37 Arbitration:In the event of any dispute or difference arising under this Contract, the mattershall be referred to the Arbitrators one each nominated by the Client and
Contractor from their respective organizations. In case the said Arbitrators are not
able to settle the dispute by themselves, the matter shall be referred to theArbitrator mutually nominated by the Client and the Contractor client decision
will be final. Subject to as aforesaid the Arbitration Act, 1940 and the rules there
under and any statutory modification thereof for the time being in force shall be
deemed to apply to the Arbitration proceedings under this Contract.
2.38 Jurisdiction:
The contract arising out of this tender shall be governed by the laws of India forthe time being in force. The Courts of Delhi (Delhi) only shall have jurisdiction
to deal with and decide any legal or dispute arising out of this tender.
GUJARAT BHAWAN, NEW DELHI - 23 -
-
7/30/2019 Tender Notice for ACInfo
24/49
3.0 INSTRUCTIONS TO BIDDERS3.1 Scope of Work:
The general character and the scope of work to be carried out under this contractare illustrated in Drawings, Specifications and Schedule of Quantities. The
contractor shall carry out and complete the said work under this contract in every
respect in conformity with the contract documents and with the directions of and tothe satisfaction of Engineer In-charge. The contractor shall furnish all labour,
materials, transportation and incidentals necessary for supply, installation, testingand commissioning of a complete system as described in the technicalspecifications and as shown in the Drawings. This also includes any materials
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 make a complete installation.
The Bidder must cover all the items/ works covered under the scope of work.
Electrical and Water : The electricity and water shall be provided by the Gujarat
Bhawan free of cost for erection of plant / false ceiling etc. However the electricity
required for the operation of plant shall be provided in the plant room.
Civil Work like opening in the wall wherever necessary foundation, cutting,
chasing in the wall / floors ets is deemed to be including in the cost quoted.
No extra claim for such job will be entertained.
3.2 Electrical work :Electrical installation covered under this work shall be carried out in accordancewith the specifications, local rules, Indian Electricity Act 1910 as amended up to
date and rules issued there under, regulations of the Fire Insurance authority/company and relevant BIS code of practice. Sizing of panel board, general
arrangement and all wiring system shall be approved by Engineer In-charge,before fabrication, wiring etc. All items of work under this contract shall beexecuted strictly to fulfill the requirement as laid down in the specifications.
Necessary completion certificate shall be issued by Engineer In-charge after dueverification as per the specifications of contract.
3.3 Painting :
All equipments shall be supplied with approved finish, shop coat of paint that havebecome marred during transportation or erection, shall be cleaned off with mineral,
spirits, wire brushed and spot primed over the affected areas, then coated with
enamel paint to match the adjoining areas or as directed by Engineer In charge..
3.4 Handing over:
3.4.1 Site clearance :The Scope of work includes site clearance (after completion of job), hence all the
area shall be cleared of debris and excess material left due to the contract and
related work.
GUJARAT BHAWAN, NEW DELHI - 24 -
-
7/30/2019 Tender Notice for ACInfo
25/49
3.4.2 Handing over Documents :
On completion of the work in all respects, the contractor shall furnish 2sets.
System description.
Equipment technical data, Operation and maintenance manuals, Material testreports, Rating charts, Performance curves etc.
Inspection and performance test reports (Including pre-dispatch, site test
reports). List of recommended fast moving spare parts required for 1 year.
Operation instructions.
3.4.3 All the bidders are required to return the copy of tender documents (Technical andfinancial bid) duly filled and sign on every page.
Signature and seal of Bidder.
Date:
GUJARAT BHAWAN, NEW DELHI - 25 -
-
7/30/2019 Tender Notice for ACInfo
26/49
4. TECHNICAL SPECIFICATION
SPECIFICATIONS FOR AIRCONDITIONING FLOOR MOUNTED PACKAGE UNIT
1.0 General
These specifications set out the basis of design of self contained packaged Air
conditioner unit with air cooled condenser to meet comfort condition in Banquet hall atGujarat Bhavan at Delhi.
DESIGN CRITERIA FOR FLOOR MOUNTED PACKAGE UNIT
Following Parameters have been taken up to account while the designing of AC plants:
1. Rated capacity / CFM 2 x 8.5TR / 6000 CFM each unit
2. Flow direction Upward flow
3. Air Changes 25 %
4. Room temperature / Humidity
maintained
22o
C 1oC / 50% 5
5. Air inlet Temp.(Return Air) 25o
C (DB)
6. Ambient air design temperature Max. - 45oC in summer and min. - 6
oC in winter
7. Occupancy 100 Persons
8. Electrical and other equipmentsload
5 KW
9. Sound Level Less than 40 dB
10. Total static pressure 35 mm of WG between inlet and outlet of
blower i.e., across the blower. Blower fan shouldbe statically and dynamically balanced.
11. No. of Refrigerant Circuits Two
12. Filters 1) Filter to be provided on the package unithaving 95% efficiency down to 5 microns, EU- 3
type and EU-2 filter having efficiency of 90%
down to 20 microns.
12. Face velocity across the coolingcoil
< 2.5 m/sec
13. Comfort condition achieving time
period
Comfort condition in the banquet hall shall be
achieved within 2 hrs. from the starting ofmachines.
14. Operation period 8 hr / day
15. Drawing Layout drawing no. WK-BH-01 of the banquethall has been enclosed in the tender however the
bidder before submission of tender must visit the
site with respect to dimension of the hall &
layout of the duct (i.e. supply & return)
GUJARAT BHAWAN, NEW DELHI - 26 -
-
7/30/2019 Tender Notice for ACInfo
27/49
SPECIFICATIONS OF FLOOR MOUNTED PACKAGE UNIT
1.0 CABINET
1.1 The Cabinet should be constructed from best quality sheet steel of thickness not
less than 1.6mm (16 gauge) thick suitably treated for weather protection, corrosion andshall be powder coated.
1.2 Coil and blower sections should be insulated internally for both acoustics andthermal purposes with 12mm thick resin bonded Fiber Glass of density not less than 24
Kg/m3
glass wool covered with glass cloth of fire proof grade.
1.3 Lugs should be provided for lifting/easy handling of machines.
2.0 COMPRESSOR
2.1 Compressor should be one in number having independent refrigerant circuit ratedfor100% capacity.
2.2 The compressor should be of a REPUTED make hermetic/semi-hermetic sealedand scroll type.
2.3 Compressor should be suitable for operation exclusively on Refrigerent - 22.
2.4 Compressor Motor should be suitable for operation on 415V + 10% variations,
50Hz. 3 phase AC supply.
2.5 The compressors should be located in such a way that removal of one compressorshould not affect the operation of the other circuit.
2.6 Compressors should be installed on spring mounted floating platform/rubber padsor manufacturers recommended approved mounting.
2.7 Overload protection should be provided in compressor.
2.8 Gauge Ports should be provided in each compressor.
2.9 Compressor should be fitted with electrically operated oil heaters. Heaters shouldbe automatically actuated when the compressor is stopped.
2.10 Accumulator of appropriate capacity is to be provided along with eachcompressor.
3.0 EVAPORATOR SECTION
3.1 Evaporator Coil.
GUJARAT BHAWAN, NEW DELHI - 27 -
-
7/30/2019 Tender Notice for ACInfo
28/49
3.1.1 Evaporator coil should be one in number. coil should be rated for 100%of TR
rating of package unit.
3.1.2 Evaporator coil should be constructed out of copper tubes not less than 0.355mm
(29 gauge) thick expanded on to aluminum fins to give a good mechanical bond for
maximum heat transfer. , Approximately 12 to 13 numbers of fins per inch should beprovided. Fin thickness should not be less than 0.16mm.
3.1.3 Face area of coil should be selected corresponding to air velocity not exceeding
2.5 m/sec.
3.1.4 A condensate drip tray of stainless steel construction of minimum 18 SWG thick
along with a Special plastic to drain condensate water should be provided.
3.2 Blower Section
3.2.1 Total static pressure should be 35mm of WG. To confirm static pressure ofblower 35mm of WG, it should be measured between inlet and outlet of blower
i.e., across the blower. Blower fan should be statically and dynamically balanced.
3.2.2 Airflow should be constant under all operating modes so that uniform air
distribution is maintained.
3.2.3 Fan Motor Assembly
(a) Fan should be driven by a weather proof electric Motor suitable for operation on415V + 10% variations 3phase, 50 Hz AC supply. The Motor housing shall be of IP 55
grade.
(b) The fan should be directly coupled/belt driven having a maximum speed of 1400r.p.m.
(c) Energy efficient motors as per IS:12615 of 1989 should be used.
3.2.4 Dehumidification feature
It should be possible to achieve Dehumidification by reducing effective coil area by
solenoid valve arrangement. Whenever dehumidification is required, the control systemenables a solenoid valve to limit the exchange surface of the evaporating coil, thus
providing a lower evaporating temperature. Constant airflow rate is to be maintained
even during dehumidification.
4.0 Refrigerant Piping
GUJARAT BHAWAN, NEW DELHI - 28 -
-
7/30/2019 Tender Notice for ACInfo
29/49
4.1 There should be Two self contained independent refrigerant circuits in each
package air conditioner. A totally independent piping hook up for each combination of
compressor evaporator and air cooled condenser constituting one refrigerant circuit.
4.2 Each refrigerant circuit should be suitable for operation on R-22 and should
include the following items:
a) Thermostatic Expansion Valve with external Pressure equalization.b) Removable liquid line drier/filter.c) Liquid Line Sight Glass with Moisture indicator.
d) Hand shut off valves.
e) Liquid Receiver with safety valve-purge valve, manufacturer calibrated &
sealed with test certificate. The capacity of receiver should not be less than 7liters for each circuit .Liquid receiver shall be suitably treated for weather
protection, corrosion and shall be powder coated.
f) Suction and discharge valves for isolation of each Compressor.
4.3 The serviceable/removable components should have union connections for easily
removable/assembly.
4.4 All pipe works should be carried out with refrigerant quality copper tubes andwhere bends are required these should be completed using either a proprietary bending
tool or radius fittings. The minimum thickness of pipe should be 1.6mm (16 SWG).
Copper piping / Control Cabling :
The size of copper piping & control cabling is as per requirement for each unit.
5.0 Electrical System
5.1 The Electrical power system should conform to relevant IS standard. A main
incoming MCB of 63A and having a rupturing capacity of 9KA for each AC package unit
should be provided on the unit sized to meet the total power requirement for AC packageunit circuit.
5.2 Within the panel individual power loads should be distributed equally across the
three phases.
5.3 All individual wires should be of copper and colour coded or should be numbered
at their point of termination to facilitate servicing.
5.4 Low voltage control wiring and power wiring should be segregated from each
other.
5.5 The following should be incorporated.
1. MCB of suitable rating and having a rupturing capacity of 9 KA should beprovided for each sub-circuit.
GUJARAT BHAWAN, NEW DELHI - 29 -
-
7/30/2019 Tender Notice for ACInfo
30/49
2. Contactors for motors of suitable rating.
3. Single phase preventer (operating on negative current sensing principle) inmain incoming supply.
4.Separate S.P.P combined with over load protection for all 3- motors.
5.6 Indicating Panel
The followings should be incorporated in the indicating panel:
1. The following indications should be provided in the indicating panel.
(a) Each compressorON and OFF.
(b) Evaporator fan ON and OFF.(c) Each condenserON and OFF..
(d) HP cut out for each compressor.
(e) LP cut out for each compressor.
(f) Reset push button in case of alarm.
2. For `ON indications green LEDs should be provided.
3. For `OFF indications red LEDs should be provided.
4. The position of indicating lamp should be at the eye level and also just above theirrespective start/stop push buttons.
5.7 Protective fuses of suitable ratings should be provided in the circuits.
5.8 Measuring instruments:Each compressor should have suction and discharge pressure gauges, temperature
gauges & instruments for measuring for Relative humidity.
6.0 Air Cooled Condenser
6.1 For each packaged air conditioner unit there should be one air cooled condenserunit each having a matching heat rejection duty for one refrigerant circuit These two
condensers shall be housed in a single unit. THE WIDTH OF THIS UNIT SHALL
NOT EXCEED 1500 MM .
6.2 Condenser unit should incorporate the followings:-
a) A heat rejecting coil block constructed from copper tubes of not less than0.355mm (29 gauge) thick expanded on to straight aluminum fins.
Approximately 12 number of fins/inch should be provided. Fin thickness should
not be less than 0.16 mm.
GUJARAT BHAWAN, NEW DELHI - 30 -
-
7/30/2019 Tender Notice for ACInfo
31/49
b) The fan should be 2 in numbers and should be selected for low speed quiet
operation. The fan should be directly driven by a motor of speed not exceeding
1000 RPM. and constructed from sheet and cast aluminum.
6.3 The condenser should be vertical mounting type with horizontal throw of air
forced draft type ensuring even air flow over the coil block.
6.4 All the foregoing items should be factory assembled with body made out of1.6mm (16 SWG) M.S. Sheet (Powder Coated) and should be provided with an isolator.
6.5 The entire assembly should be supported by a corrosion treated frame having four
legs.
6.6 The condenser motor should be of variable/two speed. The speed should vary
through a controller depending upon refrigerant discharge pressure. As a third
alternative, arrangements with fans having single speed motors with following provisionsshall also be accepted.
I. Each fan should be able to suck air from both the coils provided
independently for each refrigerant circuit.2. Operation of the fans should be controlled by the discharge pressure to ensure
working of the compressor against optimum discharge pressure.
6.7 Separate MCB of suitable rating and having a Rupturing capacity of 9 KA foreach motor near its vicinity in suitable weatherproof enclosure should be provided.
7.0 Controls:
Following controls should be provided:
1. High pressure trip - Manual reset (for each compressor)
2. Low pressure trip - Manual reset (for each compressor)3. The thermostat and humidistat to control the operation of the unit
8.0 SHEET METAL WORK DUCTING
8.1 The existing supply air duct shall be used and insulation shall be done. MainSupply air plenum shall be 22SWG GI sheet and other ducting like return air duct shall
be 24SWG GI sheet. The supply air plenum shall be with the acoustic enclosure for low
noise operation.
8.2 Acoustic Insulation for Duct :
The inside surface for the ducts shall be covered with 60x60cm cut panels of
resin bonded fiber glass slabs( Thermal conductivity shall not exceed 0.035 k. cal at 32*c mean temperature and density shall not be lass than 24 kg per cum with suitable
adhesive of 25 mm thick, treated with solegnum and fire resistant paint
8.3 Duct Insulation : Insulation material shall be resin- bonded fiberglass.
9.0 Copper Piping and control Cabling :
GUJARAT BHAWAN, NEW DELHI - 31 -
-
7/30/2019 Tender Notice for ACInfo
32/49
9.1 Copper pipes of suitable size shall be used for suction and discharge having
suitable insulation to protect from weather condition since the condensing unit is
proposed to install on terrace / wall.
9.2 Cabling of suitable size, no of cores, copper wires shall be used for controls.
10.0 Gas Charge :
Initial charge of refrigerant and subsequent leakages after installation of machineson account of any reasons, the charging of gas shall be in the scope of vendor during theperiod of 1 yr.
11.0 Electrical Strip Heater :
Strip heaters shall be made of stainless steel & fens shall be Galvanized coating.strip heat rating shall be 1 kw / 2 kw as per the requirement.
12.0 Safety Interlocks:
12.1 Interlock between condenser fan motor and compressor motor to prevent starting
of compressor without condenser fan in operation.
12.2 Condenser fan should stop along with compressor.
12.3 Provision should also be made to operate the evaporator fan without the operationof condenser and compressor.
12.4 TIME DELAY of minimum three minutes shall be there for restart of compressor.
12.5 TESTING ANF HANDING OVER :
12.5.1 Acceptance test shall be carried out by representative of accepting officer inpresence of contractor to record inside design condition achieved and maintained duringtest taken for 8 hrs continuous irrespective of any variation in specified electric and
occupancy load which may vary 50% and irrespective of any variation in the ambient
condition. The test shall be recorded as per the performa for test results. If theperformance and / or the results of the test detailed above are not found satisfactory the
contractor shall, at his own expense rectify / replace within seven days time, the
defective installation or part thereof as directed by the accepting officer or his authorized
representative, whose decision in this respect regard will be final. The replaced unit willbe offered for retest by the Contractor as per the clause.
12.5.2 Summer / hot weather test to be conducted in May June. The performance ofplant as whole shall be recorded in the format as per log sheet and perform for test
results.
12.5.3 Monsoon Test to be carried out in July / August. The performance of plant as
whole shall be recorded in the format as per log sheet and perform for test results.
GUJARAT BHAWAN, NEW DELHI - 32 -
-
7/30/2019 Tender Notice for ACInfo
33/49
12.5.4 Winter Test to be carried out in December / January. The performance of plant as
whole shall be recorded in the format as per log sheet and perform for test results.
12.5.5 Note the inside condition to be maintained during above test shall be strictly as
per design. In all the above test time Dry bulb temp. and time inside percentage relative
humidity, to be plotted in graph.
12.5.6 The installation shall be finally taken over after the contractor has givensatisfactory all tests at certified by the site engineer/ accepting officer or his authorizedrepresentative.
12.5.7 The Contractor will also arrange during the testing instruments like, Anemometer,
Psychomotor, Tachometer, Flow-meter, Dry and Wet bulb Thermometer, Wattmeter,Sound level and Vibration level meter.
12.5.8 The Contractor will be responsible for arranging the various tests mentionedabove, failing which the Client may not release the balance payment until completion of
the tests satisfactorily.
GUJARAT BHAWAN, NEW DELHI - 33 -
-
7/30/2019 Tender Notice for ACInfo
34/49
Re
ma
rks
RH
W B
Condition
achieved
D B
Fresh
inta
k
e-
cfm
TE
MP.
OF
LIQ
UID
TE
MP.
OF
GA
S
AIR
LE
AVI
NG
TE
CONDENSERNO.2
AIR
ENT
ERI
NG
TEM
TE
MP.
OF
LIQ
UID
TE
MP.
OF
GA
S
AIR
LE
AVI
NG
TE
CONDENSERNO.1
AIR
EN
TE
RIN
G
A M P S
O P
S P
COMPRESS
OR
D P
A M PS
O P
S P
CO
MPRESSO
R(OUTDOOR)
D P
ST
OP
TIME
STA
RT
LOGS
HEET
Date:
Name:ProvisionofAirCond
itioningsystema
tBanquethall,GujaratBhavan,NewDelhi.
Note:Hourlyreadingistobetakenforleast8hrs.
GUJARAT BHAWAN, NEW DELHI - 34 -
-
7/30/2019 Tender Notice for ACInfo
35/49
PROFORMA FOR TEST RESULTS
_____________________________________________________________
Sr .No. Items Test Results
________________________________________________________________
1. Ambient Conditions D.B. Temp. ____________O
CW.B. Temp. ____________
OC
R.H. ____________ %
2. Compressors Discharge pressure ____________ kgs./sq.cm.
Suction pressure _____________ kgs./sq.cm.
Oil pressure _____________ kgs./sq.cm.
3. Condensers Air temp:
Entering Condenser _____________OC
Leaving Condenser _____________OC
4. Cooling coil Total air quantity across coil__________ C.F.M.
Coil face area ___________ Sq.FtAir temperature :
Entering (D.B.) _____O
C
Entering (W.B.) _____O
C
Leaving (D.B.) _____O
CLeaving (W.B.) _____
OC
5. Fresh air intakes Face area _____ sq.Ft.Air quantity _____ CF.M..
6.Room conditions at the working place (No. of readings shall be taken and average out)
Temperature:D.B. _____
OC
W.B. _____O
C
Relative Humidity _____
7. Controls Function of each control shall be tested and report furnished.
8. Overall Performance :
GUJARAT BHAWAN, NEW DELHI - 35 -
-
7/30/2019 Tender Notice for ACInfo
36/49
SPECIFICATION OF ELECTRICAL WORKS
1.0 GENERAL
As required by the rule 45of the Indian Electricity Rules, 1956, Electrical Installation
work shall be carried out by an electrical contractor licensed by the licensing board ofthe State Government in this behalf and registered in an appropriate class with state
Public Works Department (Electrical) and under the direct supervision of a personholding a certificate of competency issued by the Licensing Board. Sub Contracting
by the main electrical contractor will not be allowed.
The licensed electrical contractor should have successfully carried out at least one
work of similar nature amounting to 50% of the electrical amount put to tender.
There shall be a written agreement / order between the main civil contractor and the
electrical contractor. Same shall be submitted to the engineer before commencementof the work.
The wiring and other electrical works shall conform to the I.E. Rules. The materialsused for electrical work shall comply with the standard laid down in that behalf by the
IS codes .
The agency shall be strictly selected by the main civil contractor, with the approvalfrom engineer. No deviation will be entertained without the approval from the
competent authority.
2.0 DESCRIPTION OF WORKS
Internal Electrification (L& P) of the Buildings using copper wires. The contractors
scope of work covers supply, installation, commissioning and testing of the completeelectrical installations as specified in the bill of quantities and as otherwise directedby the engineer in charge. Associated minor civil work required for the erection of the
distribution boards and other electrical items are also included in the scope of this
contract and deemed to be included with the rates and no additional payment for
compliance with the same. Any damage to finishes etc shall be restored at thecontractors cost.
3.0 DRAWINGS, SPECIFICATIONS AND DEVIATIONS
The drawings and specifications lay down minimum standards of equipment and
workmanship. Should the tenderer wish to depart from the provisions of thespecifications and drawings either on account of manufacturing practice or for anyother reason, he should clearly draw attention in his tender to the proposed points of
departures and submit such complete information, drawings and specifications as well
as enable the relative merits of the deviations to be fully appreciated.
The contractor shall prepare fabrication and working drawings and get them approved
by the Engineer. Approval of drawings does not relieve the contractor of his
GUJARAT BHAWAN, NEW DELHI - 36 -
-
7/30/2019 Tender Notice for ACInfo
37/49
responsibility to meet with the intents of the specifications. All such drawings for
approval shall be in duplicate.
All tools, tackles, scaffolding and staging required for erection and assembly of the
equipment and installation covered by the contract shall be obtained by the contractor
himself. All other materials such as foundation bolts, nuts, etc. required for theinstallation of the plant shall also be supplied and deemed to be included in the item
rates.
3.1 TESTING AND HANDING OVER
Testing of Material
The same material will have to be used at all the buildings. The material shall be got
tested as required by the Engineer in charge from the authorised testing laboratories.The testing charges shall be borne by the contractor. If the results of the material
tested are not satisfactory, the material shall be replaced, at the risk and cost of the
Contractor. The installation shall be handed over to the authority with countersignature along with four sets of documentation each consisting of:
a. Detailed list with quantity of dismantled material with due receipt of handingover to the owner or its representative.
b. Set of record drawings, showing detailed installation and wiring diagrams.
c. Approved test readings and certificate of statutory authorities.
d. Test report of the contractor as per I.E. Rules
Submission of the above documents shall form a precondition for the finalacceptance of-the equipment ,workmanship and commissioning . No final
payments shall be made in the absence of the above .
3.2 TOLERANCE OF TESTING OF INSTALLATION / MATERIAL
The entire installation shallbe guaranteed to yield the specified ratings and design
condition plus/minus 3% tolerance. Any equipment found short of the specifiedratings by more than the allowable tolerance as determined by the test readings shall
be rejected.
3.3 STATUTORY INSPECTIONS
The contractor shall be fully responsible for meeting all the statutory obligations and
local inspections, pertaining to the works carried out by them. The contractor shouldprepare all working drawings and obtain approval of competent authority and also
have the equipment and installation inspected and approved.
GUJARAT BHAWAN, NEW DELHI - 37 -
-
7/30/2019 Tender Notice for ACInfo
38/49
3.4 SAFETY PRECAUTIONS
A competent, authorised and licensed supervisor be on the site whenever thecontractor's men are at work. The supervisor should ensure that all plant and
machinery used on the site are rendered safe for working and meets with the Indian or
International safety standards applicable for the use and operation of such machinery.The supervisor should also ensure that the workmen are supplied with and made to
use safety appliances such as safety belts, life lines, helmets etc. and those prescribedas per I.E. Rules 1956.
Any hot job such as welding, soldering, gas cutting shall not be carried out without
the permission of the engineer-in- charge, such job shall not be carried out where
inflammable materials are stored or laying about. All electric connections shall bethrough adequately sized mechanically protected cables without any joints and with
proper and adequate terminals. All power supplies shall be through properly rated
fuses with insulating devices. No such jobs shall be carried out on holidays andwithout the presence of the Contractor's Supervisor. All temporary wiring shall be in
conformation with I.E. Rules 1956.
It is entirely the responsibility of the contractor to practice the principles of "Safety
first" during the entire tenure of work with adequate comprehensive Insurance
covering injury or death to workmen or any other persons on site, loss by theft, or
damage to materials and property in position or not.
The contractor shall hereto, at his own expenses, make all preliminary arrangements
as indicated below immediately after the contract is awarded without any loss of time.
He shall make his own arrangement for the storage of the materials required on thework. The material brought at site for execution of the work shall not be removed
without specific permission is obtained from the competent authority in writing.
He shall at his own expense engage watchmen for guarding the materials and the
work during day and night against any pilferage or damage and also for prohibiting
any trespassers till it is finally handed over to the building authority.
NOTE: All latest codes and standards shall be adhered to, in the absence of Indian
Standard codes of Practice, relevant British Standard Codes of Practice shall be
adhered to.
CIVIL WORK
All civil work such as foundation of various panels and making and finishing of holesand recess in the walls/ ceiling for ducting, pipelines, plumbing etc. shall be done by
the contractor in an approved manner.
4.0 ADDITIONAL TECHNICAL SPECIFICATION OF ELECTRICAL
WORKS WIRING AND MAINS
GUJARAT BHAWAN, NEW DELHI - 38 -
-
7/30/2019 Tender Notice for ACInfo
39/49
4.1 WIRES
Entire rewiring will be done at all the buildings using copper wires of specifiedbrands only and shall adhere to all technical specifications given by the manufacturer.
Wire shall be of 1100 V grade ( or as specified ) , with copper conductor and having
ISI mark. The quantities in Schedule G are approximate. The contractor shall takeactual measurements at the time of layout and then purchase the same.
Wire shall be used as given below, if not specified elsewhere :
1. Point wiring 1.5 sq. mm2. Circuit Mains 2.5 sq. mm3. Power Points 4 Sq. mm4. Mains/Sub-mains 6 Sq. mm to 50 Sq. mm as specified.
Colour code of the P.V.C insulation shall be observed as given below
POINT WIRING 1 phase
(OFF) Blue
RedPhase
Neutral Black
Earth Green
MAINS 3 PhaseR Phase
Red
Y Phase YellowB Phase Blue
N Neutral Black
E Earth Green
The location of Light, Fan, Plug points etc, shown on the plan is tentative. It may
change at the time of execution of work. The contractor shall carry out the work as
per directions of the Engineer-in-charge.
Care shall be taken to use proper terminal connectors/pin type socket that all strands
shall be inserted in the terminal. All light points shall be terminated in ceiling roseand S.P switches, point, wiring means wiring from switch to ceiling rose, IN the suite
point will start from Tag Switch.
No joint in between terminals is allowable, looping system shall be used wherevernecessary in case of light points only.
4.2 SWITCHES AND ACCESSORIES
All switches and accessories shall be of specified brands only and shall adhere to allspecifications as laid down by IS 3854 and IS 1293. They should be FIA and ISI
approved.
4.3 SWITCH BOARDS AND BOXES
GUJARAT BHAWAN, NEW DELHI - 39 -
-
7/30/2019 Tender Notice for ACInfo
40/49
Should be earthed properly. Position of the all switchboard shall normally be at 1.5
mtr from ground level and for independent plug outlets and power plugs as specified.
Locations of switchboard shall normally be as per layout given. Any change shall be
got approved from site Engineer. While execution contractor should confirm about
any change in locations.
4.4 CONDUITSRigid PVC conduit heavy gauge (H.M.S) 20mm ( or as specified otherwise), dia and
should carry certificate of the manufacturer (IS No. 9537 Part III) . Inspection boxesshall be provided at reasonable intervals.
4.5 CABLES
All cables shall be of ISI mark only and 1100 V grade ( Or as specified ) strandedcopper conductor as specified, PVC insulated with galvanized steel armouring and
PVC sheathed cables should fulfill all qualities as laid by IS codes / Manufacturer.
Before erection cables shall be tested with meager to the satisfactory results. Sameshall be done after erection but before energizing. The contractor should make routes
as per direction of the Engineer-in-charge. Cables shall be laid and terminated in
conformation with IS code of practice.
All clamps and supporting members shall be provided and fixed by the contractor.
Cables shall be clamped on supports as per approved design and spaced not more than1m apart. Cable loops shall be provided suitably prior to termination and at
intermediate places when laid underground.
Cables shall not be bent at radius less than 15 times of its overall dia. Cable laid
underground shall not interfere with other underground structure. While crossingroad, drainage line, R.C.C or G.I pipe suitable dia shall be provided. When more than
one cable is laid in same trench horizontal spacing be such as to cause no damage dueto faulty cable/ fire or similar hazards.
Cable marking plate shall be suitably erected to indicate route of underground cable.While laying cable underground all excavations materials should be stored in such a
way to cause on obstructions to surrounding areas. Flags shall be displayed to avoid
accidents if necessary. Trench should have uniform depth of 90 cms.
While terminating the cable, cable gland and lugs of suitable size and metal shall
invariably be used. Lugs shall be crimped with crimping machine. Armoring shall becarefully inserted in glands and earthing of armoring shall be done perfectly.
4.6 DISTRIBUTION BOXES
All distribution boxes shall be factory made of M.S. sheet 16 SWG. CRCA stoveenameled or powder coated adhering features specified by manufacturer. Termination
of circuits must be done with proper size and type of lugs duly crimped. Strands shall
GUJARAT BHAWAN, NEW DELHI - 40 -
-
7/30/2019 Tender Notice for ACInfo
41/49
not be left free out of terminal. Boxes shall be dust and vermin proof, blanking plate
shall be provided on spare ways.
Marking of circuit shall be clearly done on the distribution box to indicate incoming
and outgoing various circuits with number or plac