Вы находитесь на странице: 1из 178

TATA INSTITUTE OF FUNDAMENTAL RESEARCH

Homi Bhabha Road, Colaba, Mumbai 400 005.


A DEEMED UNIVERSITY

www.tifr.res.in.
Tel. : 22782316, Fax No. : 22804566 / 22804610 / 22804611
E-mail : psmurthy@tifr.res.in
hate@tifr.res.in

Public Tender No. :

TFR / PD / CA8 341 / PUB

Due Date

06 / 02 / 2009

Cost of Tender

Rs. 500 / -

------------------------------------------------------------------------------------------------------Description of Materials

Air Handling Units supply, installation, testing & commissioning of new


Single Skin AHUs along with associated ducting, insulation, piping ,
valves etc. including all allied works as specified in the Tender
Document.
01 Job.
-------------------------------------------------------------------------------------------------------

Estimated Cost of work Rs.

30,00,000/-

Closing time and date

13.00 Hours on 06.02.2009

Tender will be open at

14.00 Hours on 06.02.2009

Tender to be submitted within the due date and time.


Please see attached sheet for conditions of tender.
P. S. MURTHY
Purchase Officer

TATA INSTITUTE OF FUNDAMENTAL RESEARCH


Homi Bhabha Road, Colaba, Mumbai 400 005.
TERMS AND CONDITIONS
1. Quotation must be submitted giving complete details: in particular, the offers should
clearly specify applicable taxes, make offered, warranty / guarantee terms, delivery
charges, if the price quoted is ex-works / ex-godown / ex-shop.
2. Tender Forms can be obtained from the Purchase Section on payment of the tender
fees ( non-refundable) of Rs. 500/- for each tender by Cash/Deamnd Draft in favour
of Tata Institute of Fundamental Research, Mumbai, to the Cashier, Accounts
Department, on any working day between 11.00 a.m. to 12.30 p.m. and 1.00 p.m. to
3.00 p.m.
3. The firm who wishes to download the specifications, terms and conditions may do so.
While submitting the quotation, a DD of Rs. 500/- for each tender drawn in favour of
Tata Institute of Fundamental Research, Mumbai may please be enclosed along with
Technical Bid only.
4. Quotations must be valid for a period of 90 days from the date of opening of the
tender.
5. Tenders shall be submitted in sealed envelope duly superscribed with the Technical
Bid Tender enquiry Number and the Due date addressed to the Purchase Officer, Tata
Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai 400 005
and delivered at the Security Gate Office before 1300 hrs on the due date specified.
Tender will be opened in the presence of attending tenderers on the due date at 1400
hrs. on the same day.
6. Tender Document/Form is not transferable. Only the party who has purchased the
tender shall be entitled to quote.
7. Tenders containing corrections, overwriting will not be considered.
8. Tenders which do not comply with the above conditions are liable to be rejected.
9. If equipment offered is to be imported, arrangements for import will be made by us.
10. After Scrutiny of technical bids, Commercial Bid will be invited only from the short
listed
Venders.
11. The Institute shall be under no obligation to accept the lowest or any other tender
received in response to this tender notice and shall be entitled to reject any tender
without assigning any reason whatsoever.
12. We reserve the right to place the order for part/reduced quantity than what is
specified in the tender.

PURCHASE OFFICER
2

TATA INSTITUTE OF FUNDAMENTAL RESEARCH


Technical Services

TENDER DOCUMENT
Replacement of very old Air Handling Units with Supply,
Installation, Testing & Commissioning of New
Single Skin AHUs along with associated ducting,
insulation, piping, valves etc. at TIFR, Colaba, Mumbai

CONDITIONS OF TENDER

1.

Quotations must be submitted in duplicate giving complete details; in


particular, the offers should clearly specify applicable taxes, make, offered,
warranty/guarantee terms, delivery period and delivery charges, if the price is
ex-works/ex-Godown/ex-shop.

2.

Quotation should be valid for a period of 120 days from the date of opening of
the tender.

3.

Tenders in sealed envelopes duly superscribed with the Tender No. and due
date, shall be addressed to the Purchase Officer, Tata Institute of Fundamental
Research, Homi Bhabha Road, Colaba, Mumbai 400 005.

4.

Tenders will be opened in the presence of attending tenderers on the date and
time specified in the enquiry; in the event the due date declared is a holiday,
the tender will be opened on the following working day.

5.

This tender documents/form is not transferable.

6.

Tenders containing erasures or alterations will not be considered.

7.

Tenders which do not comply with the above conditions are liable to be
rejected.

8.

The Institute will not defray any expenses whatsoever incurred by the Bidders
for the preparation of bids.

9.

In case Bidder finds discrepancies or omissions from the specifications or


other documents or has any doubt as to their meaning, he shall at once request
in writing to the Purchase Officer, TIFR, who will for
interpretation/clarification issue interpretation and clarifications as he may
consider necessary in writing as an addendum. Copies of such addenda, if
issued, shall be signed by the Bidder and shall form a part of his bid. Verbal
clarifications given shall not be binding on the Institute.

10.

Before submitting the bids, the Bidders shall make themselves fully
conversant with the technical specifications and other documents as attached
so that no ambiguity arises at a later date in this respect.

11.

The owner reserves the right to postpone the date of submission and opening
of bids.

12.

The bidders shall quote in English their rates/prices both in figures, as well as
in words against each item of the work as detailed in the enclosed Schedule of
Quantities. In the event of any discrepancy between the quoted rates/prices in
words and that quoted in figures, the rates/prices quoted in words shall govern.
4

13.

The bidders must return the complete set of bid document. Each page of the
bid document must be signed and dated by the bidder. Any bid not so signed
and dated is likely to be rejected. All writing shall be in ink only. Any
corrections in the entries in the Schedule of Quantities of this bid document,
shall be initialed and dated by the bidder before submission of the bid. No
parts of the bid document shall be altered, overwritten or amended by the
Bidder

14.

The Institute shall be under no obligation to accept the lowest or any


tender received in response to this tender notice and shall be entitled to
reject any tender without assigning any reason whatsoever.

GENERAL CONDITIONS OF CONTRACT


1.0

Definition of Terms :

1.1.

In construing these general conditions and the specifications the following


works shall have the meanings herein assigned to them unless there is
something in the subject or context inconsistent with such works.

1.2

The term `Contractor/`Supplier/`Bidder/`Vender shall mean the Tenderer


whose tender has been accepted by the Owner and shall include the Tenderers
heirs, successors and assignees approved by the Purchaser:

1.3

The `Purchaser shall mean Tata Institute of Fundamental Research, Homi


Bhabha Road, Colaba, Mumbai 400 005 and shall include the Purchasers
heirs, successors and assignees.

1.4

The term `Sub-Contractor shall mean the firm or persons named in the
contract for any part of the work or any person to whom any part of the work
has been sublet with the consent in writing of the Engineer-In-Charge and
shall include his heirs, successors and assignees approved by the Purchaser.

1.5

The Term `Inspector shall mean any person appointed by/or on behalf of the
Purchaser to inspect supplies, stores or work under the contract or any person
deputed by the Inspector for the purpose.

1.6

The term `Particulars shall mean, the following :


a)
b)
c)
d)
e)

1.7

Specifications
Drawing
Sealed Pattern denoting a pattern sealed and signed by the Inspector.
Proprietary make denoting the produce of an individual firm.
Any other details governing the construction, manufacture and/or
supply as existing for the contract.

The term `Engineer shall mean Engineer, Central Services, Tata Institute of
Fundamental Research, Colaba, Mumbai or some other person for the time
being or from time to time duly appointed in writing by the Owner to act as
Engineer for the purpose of the Contract or in default of such appointment the
Purchaser.

1.8

The term `Specification shall mean the specifications annexed to or issued


with these Conditions of Contract.

1.9

The term `Site shall mean the place or places at which the Equipment is to be
delivered or work done by the Contractor shall include where applicable the
lands and buildings upon or in which the works are to be executed and shall
also include the place or places at which fabrication and other work is being
carried out by the Contractor.

1.10

`Electrical Equipment, `Stores, `Work or `Works shall mean and include


equipment and materials to be provided and work to be done by the Contractor
under the Contract.

1.11

The `Contract shall mean acceptance of the work order placed on


contractor/supplier under section (2) of these conditions and shall include
these conditions of Contract, Specifications, Schedule, Drawing, Letter of
Intent of the Purchaser and any subsequent amendments mutually agreed
upon.

1.12

`Tests on Completion shall mean such tests are prescribed by the


specifications or have been mutually agreed to between the
Contractor/Supplier and the Purchaser to be made before the equipment is
taken over by the Purchaser.

1.13

`Writing shall include any manuscript, typewritten or printed statement under


or over signature or seal as the case may be. Words importing `person shall
include firms, companies, corporations and association of individuals whether
incorporate or not.

1.14

Words importing singular shall also include plural and vice versa where
context requires.

2.0

Contract:

2.1

Contractor/Supplier should send their acceptance letter on receipt of `Letter of


Intent or work order within stipulated period. On expiry of said period or
exorbitant delay in commencing or executing the work, the Purchaser shall not
be liable to any claim from the Contractor/ Supplier for work entrusted to and
may revoke the contract.

3.0

Work at Site:

3.1

The contractor should ensure that his people follow safe practices at
work.

3.2

Access to the works shall be allowed only to the Contractor/Supplier, SubContractors or his duly appointed representatives. The Contractor/ Supplier
shall not object to the execution of work by other contractors or tradesman and
shall afford them every facility for execution of their several works
simultaneously with his own.

3.3

Work at the Purchasers premises shall be carried out at such time as the
Purchaser may approve but the Purchaser shall give the Contractor/ Supplier
all reasonable facilities for the same. The Contractor/Supplier shall provide
sufficient fencing, notice boards etc. to guard the works and warn the public.

3.4

The Contractor shall obey Central, local and State regulations and
enactment pertaining to workmen and labour and the Engineer shall have
the right to enquire into and decide all complaints on such matters.

4.0

Delays:

4.1

The Contractor shall not be entitled to any compensation for any loss suffered
by him on account of delays in commencing or executing the work, whatever
the cause for such delays may be, including delays in procuring Government
controlled or other materials and delay in obtaining instructions and decisions
from Engineer-In-Charge. The Contractor shall, however, merit extension of
time as hereinafter mentioned.

5.0

Taking Over:
The equipment when erected at site shall be deemed to have been taken over
by the Purchaser when the Engineer will have certified in writing that the
equipment has fulfilled the contract conditions.

6.0 Extension of Time:


6.1

If the Contractor is delayed in the progress of work by changes ordered in the


work, or by any cause, which the Engineer shall decide to justify the delay,
then the time of completion shall be extended by a reasonable time. No such
extension shall be allowed unless requests for extension are made in writing
by the Contractor/Supplier to the Engineer within 15 days from the date of
occurrence of the delay.

7.0 Other Damages:


7.1

The Contractor/Supplier shall be responsible for all injury to persons, animals


or things and for all damage to the works, structure of, and decorative work in
the property which may arise from operation or neglect of himself or any of
his Sub-Contractor or of his or Sub-Contractors employees, whether such
injury or damage may arise from carelessness, accident or any other cause
whatever in any way connected with the carrying out of this contract. This
clause shall be held to include any damage to buildings, whether immediately
adjacent or otherwise, any damage to roads, streets, foot paths, as well as all
damage caused to the works forming the subject of this contract by frost or
other inclemency of weather. The Contractor/Supplier shall indemnify the
Purchaser and hold him harmless in respect of all and any expenses or
property as aforesaid and also in respect of any claim made in respect of injury
or damage under any acts of Government or otherwise and also in respect of
any award of compensation or damages consequent upon such claim.

7.2

The Contractor/Supplier shall reinstate all damage of every sort mentioned in


this clause, so as to deliver up the whole of the contract works complete and
perfect in every respect and so as to make good or otherwise satisfy all claims
for damage to the property of third parties.

7.3

The Contractor/Supplier shall indemnify the Purchaser against all claims


which may be made against the Purchaser, by any member of the public or
other party, in respect of anything which may arise in respect of the works or
in consequence thereof and shall, at his own expense, effect and maintain,
until the work has been taken over.

7.4

The Contractor/Supplier shall also indemnify the Purchaser against all claims
which may be made upon the Purchaser whether under the Workmens
Compensation Act or any other statute in force during the currency of this
contract or at common law in respect of any employee of the
Contractor/Supplier or of any of his sub-contractor and shall at his own
expense effect and maintain until the work has been `Taken Over, with an
approved office.

7.5 The Purchaser, with the concurrence of the Engineer, shall be at liberty and is
hereby empowered to deduct the amount of any damages compensation costs,
charges and expenses arising or accruing from or in respect of any such claims
or damages from any sums due to or become due to the Contractor/Supplier.

10

GENERAL INFORMATION TO BIDDERS


1.

On behalf of Tata Institute of Fundamental Research (hereinafter referred to as


the Institute) bids are invited for design, supply, installation, testing &
commissioning of Air- Conditioning system for INO Laboratory with
associated ducting, Insulation, refrigerant piping, cabling etc at TIFR on Homi
Bhabha Road, Navy Nagar, Colaba, Mumbai-400 005.

2.

The Air-conditioning system shall be installed in stand alone Laboratory


building. The Laboratory building is situated near the Animal House. It is
only a ground floor structure.

3.

It is important that the bidder must satisfy himself before quoting that the
space provided is adequate for installation of his plant along with all
equipments and accessories as no extra space can be provided. The tenderers
must visit the site and take the actual measurement before quoting. The
bidders shall furnish a fully dimensioned layout for his Package unit, with all
equipment and accessories along with quotation.

4.

Bidder shall furnish the data called for in data sheets and the schedules in the
standard Proforma to facilitate correct evaluation of his bid in a most
expeditious manner. It is in the interest of the bidder to submit the bid in
above manner with complete technical details, failing which it is likely that his
bid may not be considered.

5.

Bidder shall be deemed to have carefully examined the specification in its


complete form and to have fully informed and satisfied himself as to the
details, nature, character and quantities of the work to be carried out, site
conditions, and other pertinent matters and details.

6.

It is the intent of the owner/purchaser to incorporate these specification


documents in the final contract order for the supply of material, equipment
and services. Bidders are required to review these documents and clearly
state in their proposals the acceptance of the same. Exceptions, if any shall
be clearly stipulated in appropriate bidding schedule. The final contract
between purchaser and vendor shall be subjected to such changes, if any,
mutually agreed upon by purchaser and vendor and included in the main
text of the contract/order.

7.

Bidder shall clearly specify all the deviations with respect to this specification
in the appropriate schedule.

8.

SCHEDULE OF QUANTITIES TO BE FURNISHED BY VENDORS

8.1

All equipments mentioned in the enclosure should conform to the respective


technical specifications. Only main items of the tender have been brought
out specifically in this schedule, however all accessories as per specification
or otherwise should be furnished at the time of quotation with cost of
individual item.

8.2

Tenderers are required to fill in unit rates for all the items mentioned in the
enclosure and any additional items quoted by them in the Financial Bid. In
absence of the unit rates, the offer may be considered as invalid.
11

8.3

All the equipments supplied shall be as per the List of Approved Make
attached .

9.

ITEMS TO BE FURNISHED BY THE PURCHASER:

9.1

Following shall be furnished by the purchaser:

9.1.1

Building, foundations and trenches.

9.1.2

Water and power for testing and commissioning.

10.

SERVICES SUPPLIED BY PURCHASER DURING ERECTION:


The purchaser will provide for the contractor following services during the
performance of work.

10.1

Temporary electric power at 415 V, 3 ph., 50 Hz at one point only which


will be within 50 M of location of works free of cost. Water shall be
provided free of cost for testing and commissioning.

10.2

The contractor shall make his own arrangement for supply, erection and
dismantling on completion of works of his temporary distribution system,
distribution panels and other equipments he may require to take the power
from the purchaser's supply points.

10.3

The contractor's temporary distribution system shall be subjected in every


respect to the approval of the purchaser and shall be arranged so as to avoid
any interference with other operations on the site.

10.4

The purchaser will not hold himself responsible for the consequences of any
interruptions to the continuity of the power supply or power system voltage
and frequency fluctuations.

10.5

The electric power shall not be used for heating purposes.

10.6

Electrical power made available to the contractor, during testing and


commissioning for the refrigeration unit is free of charge.

10.7

There is no EOT crane or mono rail to assist in erection work. Tenderer


should provide suitable derricks & tripods for lifting heavy load.

11.

SERVICE SUPPORT, SPARES & TOOLS:

11.1

The bidder shall provide in detail the Service Support Set-up in


Mumbai of the manufacturer or himself and lead time for replacement
of faulty parts and for providing technical service. The entire system
will be on comprehensive AMC with the supplier after the expiration of
the guarantee period.

11.2

The tenderer shall furnish complete set of tools & wrenches for making
adjustments, repairs & preventive maintenance including those required for
erection.
12

12

COMPLETION DRAWINGS (FINAL DRGS) & MANUALS:

12.1

The contractor shall submit tracings in original with five prints of all
installation drawings based on which equipments are installed &
commissioned.

12.2

Contractor shall supply the following literature in four sets:


a.
Start-up, operation and maintenance instructions of Airconditioning unit and its parts.
b.
Installation instructions.
c.
Field wiring diagrams.
d.
Operation and Maintenance Manual of electrical parts used in
the same.

13

INSTRUCTIONS TO BIDDERS & SPECIFIC


NON-TECHNICAL REQUIREMENTS
1.

The details in respect of Earnest Money, Security Deposit


a)

Earnest Money Deposit:


Bidder must deposit Rs. 60,000/- towards EMD along with the tender
failing which tender will be rejected. EMD will be accepted in the
form of Bank Draft only favouring Registrar, TIFR, Mumbai.

b)

Security Deposit:
5% (i.e. five percent) of the gross value of the work will be deducted
from the Contractors bill towards Security Deposit.

c)

Refund of Security Deposit:


The Security Deposit (5%) will be refunded to the contractor after the
expiry of defect liability period.

d)

Defect Liability Period:


12 (twelve) calendar months from the date of Institutes satisfactory
completion certificate will be taken as defect liability period.

e)

Bidders other than successful bidder will be refunded the EMD


submitted by them within 12 months from the date of opening of the
tender and no interest shall be paid against the said deposit.

f)

In case the successful bidder fails to undertake the said work, his EMD
amount will be forfeited.

g)

The EMD paid shall be part of Security Deposit, i.e. 5% of the


Contract value which will be refunded after expiry of Defects Liability
period.

2.

No interest will be payable on the deductions towards Security Deposit/


Earnest Money.

3.

The Bidder shall submit the copy of their PAN card.

14

4.

Prices and rates quoted shall include cost of all materials, labour, plant,
equipment, temporary work, tools, setting out, supervision, transport, taxes,
royalties, octroi and any local tax or levy payable on all transactions, insurance
and everything necessary for due performance of work under this contract.

5.

Prices and unit rates shall be valid even if the contract is split.

6.

Contract should be fixed rate contract. No escalation in prices of the materials


during the currency of the contract is permitted. However any statutory
variations like change in excise duty, taxes etc. if levied after award of the
work shall be paid on production of proof of such changes. .

7.

a)

Site Visit:
The bidders may like to visit the work site before submitting their bids
to get conversant with site conditions, which may affect the work.

b)

Location of Site:
Tata Institute of Fundamental Research
Navy Nagar, Colaba, Mumbai-400 005

8.

The work should be completed within 6 months from the date of issue of
Purchase Order.

9.

Work shall commence at site within 2 months from the date of issue of letter
of Purchase Order.

10.

The Contractor should plan and give his daily program for execution of work
in advance so that no disturbance is created in the routine working of the
Institute.

11.

Turnover Tax/Works Contract Tax:


Turnover tax applicable to this contract shall be mentioned clearly and
included by the bidder in his bid. No claim shall be entertained by the owner
thereafter.

12.

Date of Taking Over:


Site shall be deemed to have been taken over by owner when Engineer InCharge certifies the completion of work in all respect as per tender conditions
and specification.

15

13.

Income Tax as per the prevailing rates will be deducted from the progressive
bills.

14.

The contractor shall not without the consent in writing of the Owner assign or
sublet the contract.

15.

No labour below the age of 18 years shall be employed at site.

16.

Contractor shall be liable to pay workman compensation to his labour as per


prevailing rules for any accident occurring at our site.

17.

The contractor shall pay wages to his workmen as per the Statutory Minimum
Wages Act.

18.

The Contractor shall provide all risk insurance for his men, material and
machines and absolve us of all risk and liabilities whatsoever pertaining to his
men, material and machines.

19.

The Contractor will arrange for photo passes of his personnel and get the same
endorsed by our Establishment/Security Department before beginning the
work.

20.

The Contractor will ensure that his workmen follow safe practices at Work.

21.

The Contractor will work from 8.00 a.m. to 6.00 p.m.

22.

No labour camp etc. will be allowed to be put up inside or in the vicinity of the
Institute.

23

Any dispute arising from this contract will be referred to two arbitrators one to
be appointed by you and one by us. The two arbitrators, in the event of their
disagreement will appoint an Umpire. The decision of the Umpire shall be
final and binding. The arbitration will proceed as per Indian Arbitration Act,
1940, as amended up to date.

24.

The contractor should ensure that his engineer/supervisor is present at


site throughout the progress of works till completion.

25.

Terms of Payment:
Payment of pipe lines shall be made as per unit length i.e. per running
mtr./feet.

25.1.1 Unless otherwise agreed to in writing between the Purchaser and the
Contractor/Supplier, payment for the delivery of the equipment approved by
the Inspector will be made as follows:
a)
b)
c)
d)

70% of the Contract value against delivery, prorata of the value


of goods delivered and after checking the same at site.
15% on completion of erection.
10% on commissioning and final inspection and testing at site.
5% against PBG valid for 12 months from the date of handing over or
after expiry of the Defect Liability period as stated in Clause 1d) page
11.

26.

The bidder should submit technical data sheet, drawings, any other technical
detailed asked for in the tender with Part II i.e. Technical Bid of the Tender.

27.

The schedule of quantities and rates shall be read in conjunction with the
specification, tender drawings, other tender documents, relevant IS Codes,
16

Engineering hand books, etc. the Contractor shall not rely merely on the
description given in the Schedule of Quantities.
28.

The quantities mentioned in Bill of Quantities are estimated quantities.


However the payment shall be made as per actual quantities measured at site,
after completion of work.

29.

Contractor will be fully responsible for lifting, shifting and handling Institutes
properties such as any articles and materials lying nearby to proper place as
instructed by Site In-Charge.

30.

All the materials used shall be used only after approval and tests of the
Engineer-In-Charge as per specifications.

31.

All the debris shall be removed by the Contractor at his cost to any nearest
BMC approved dumping yard.

32.

Storage and custody of material, till the time of handing over to TIFR, shall be
the responsibility of contractor.

33.

The contractor after award of work, should submit detailed schedules showing
program and order in which contractor proposes to carryout the work with
dates and estimated completion time for various parts of work. This should be
submitted in the form of Bar-chart.

34.

The Engineer can instruct the contractor to make any alteration, omission, or
variation in work. The difference in cost due to instruction shall be added or
deducted from contract price as the case may be in accordance with the rate
applicable in the contract.

35.

DEVIATION FROM THE SPECIFICATIONS:


The Contractor must tender for the equipment as herein specified but
may submit alternate proposals for modifications to details where such
modifications offer technical advantages and will make cost savings to the
owner. The basis and details of calculations of operating cost and the net
expected final saving shall be indicated wherever such a claim is made.
The acceptances or otherwise of alternate proposal/deviations/
modifications etc. will be decided solely by the owner.

36.

Inspection of Material & Equipment:


Supplier shall arrange for inspection/testing of AHUs at his works. TIFR will
have liberty to inspect/test the parts of AHUs during the
manufacturing/assembly. No charges will be paid extra towards
inspection/testing. The bidder shall make necessary arrangements for travel,
boarding & lodging for 3 engineers of TIFR deputed for inspection & testing
of the AHUs at manufacturers premises.

17

BASIS OF DESIGN & SCOPE OF WORK


1.1

Design Parameters for selection of air handling unit & its components shall be:
Maximum face velocity across prefilter

400 450 Ft./Min.

Maximum face velocity across coils -

450 500 Ft./Min.

Maximum fan outlet velocity

1600 Ft./Min.

Maximum fan speed

800 RPM

Maximum fan motor speed

1500 RPM

1.1 Piping shall be sized for the following design parameter

1.3

Maximum flow velocity

8 Ft./Sec.
= 2.5 Mtrs./Sec.

Maximum friction

5 Ft. per 100 Ft. run

Max. flow velocity [S.A. Duct]

1200 Ft./min.
= 365 Mtr./min.

Max. flow velocity [R.A. Duct]

800 Ft./min.
= 240 Mtrs./min.

Max. friction drop

0.1 WG/100 Ft. run


= 1 cm WG/100 M run

Max. velocity at supply air diffusers -

500 Ft./Min.
= 150-200 Mt./Min.

Design parameters for duct design shall be

2.0

The proposed new AHUs will be put after replacing the old AHUs, which are
in running position. The contractor shall have to carry out the work in short
span of time (during shut down), preferably during weekends including
Sunday. The contractors need to work day and night to ensure minimum
disturbance to users.

3.0

The contractor should inspect the site before quoting and ascertain for himself
the nature, character and extent of work to be executed and should include all
items and services necessary, whether specially mentioned or not in the
specifications, scope etc. to meet with the intent and purpose of these
specification.

4.0

After award of work contractor should submit the GA drawing as well as data
sheet of AHU, parts etc. for engineers approval. He shall start the
manufacturing only after the approval.
18

5.0

All AHUs with the motor above 5 HP should use the flat type belt for
transmission of power (Habasit-Iakoka make flat belt only). Below 5 HP
motor, a regular V-type belt of Fenner make should be provided.

6.0

The static pressure & air flow rate mentioned in the tender are maximum for
the purpose of designing the components. However it is contractors
responsibility to prove the airflow rate at the time of commissioning. He can
use V belt pulley at initial stage and later on replace with flat belt once system
stabilizes.

7.0

During the replacement of AHU contractor shall cut/modify the existing


header/coil connection as per the new requirement. The new piping shall be
paid on RMT basis as per the tender rate. Similarly ducting connection
includes cutting/modifying the existing ducting including making new
plenum, if necessary. The new ducting shall be paid on Sqft basis as per tender
rate.

8.0

The manufacturer of AHU should have the single space for assembly & testing
of AHU preferably at his work, where different section of AHU like casing,
coil etc. manufactured.

9.0

Supplier shall arrange for inspection/testing of AHU at his works. TIFR will
have liberty to inspect/test the parts of AHU during the
manufacturing/assembly of AHU. No charges will be paid extra towards
inspection/testing. The bidder shall make necessary arrangements for travel,
boarding & lodging for 3 engineers of TIFR deputed for inspection & testing
of the AHUs at manufacturers premises.

10.0

Ceiling suspended type AHU should have intermediate anti vibration device to
stop transmission of vibration to ceiling.

11.0

There are various sizes of insulated piping in the institute on which the layers
of sand cement plaster required. Bidder should quote his rate of sand cement
plaster of various sizes as per item no. 16 of BOQ.

12.0

Spare Motor with pulley shall be provided on extended shaft for Two AHUs
(23500 CFM & 9000 CFM Catering to Pelletron Building)

13.0

Power supply shall be given by TIFR at AHU motor as per requirement but
the termination at motor end (With Copper Lugs) shall be in the scope of
contractor.

14.0

Out of eight AHUs, 4 AHUs of Pelletron block, one AHU for `C Block
Mezzanine & one AHU (ceiling suspended) of Pent House are to be replaced
on one to one basis, whereas the remaining two AHUs capacity have been
changed. It is the responsibility of successful bidder to prove the capacity of
each AHU. Mere quoting on the basis of tender will not absolve the
successful bidder from proving the capacity of AHUs.

15.0

All welding must conform to the requirements of applicable IS standards. All


welding procedures and details shall be subject to the approval of Engineer InCharge. All necessary arrangements for working at heights above the floor
level like scaffolding, rope etc. shall be arranged by the Contractor. All
materials, equipments, tools & tackle, shifting and lifting arrangement and
other necessary items required to carry out the work shall be arranged by the
Contractor. All other necessary equipments, arrangements like welding
machine, gas cutter, welding rods, drill bits, drilling machine, grinder, gas
cylinders for gas cutting etc. shall be arranged by the Contractor. Electricity &
water needed for carrying out the work shall be provided free of cost by TIFR.
19

16.0

The Contractor shall make arrangements to store his tools, equipments etc. in
his own tool box having proper locking arrangements. Material required for
carrying out the work such as flanges, nuts and bolts, rubber gasket, pipes etc.
shall be provided by the Contractor. All the above material shall be of high
standards and subjected to the approval of the Engineer In-Charge.

17.0

The work shall be carried out with least disturbance to the users. The
shut down if any required for carrying out the works shall be minimum
and advance intimation to be given. Shut down periods will be intimated
for the work to be taken up after obtaining the necessary approval form
the Users.

18.0

The Contractor shall inspect the site and ascertain for himself the nature
and extent of work to be executed and shall include all the items and
services necessary whether specifically mentioned or not in the tender
specification, drawing, so as to meet the intent and purpose of this
specification.

20

TECHNICAL SPECIFICATIONS
1.

SCOPE :
The scope of this section comprises the supply, installation, testing and
commissioning of single skin air handling units of the size and capacity set
forth in the Schedule of Equipment.

2.0
2.1

CABINET TYPE:
The unit shall be of sectionalized construction consisting of Fan section, coil
section, Filter section and drain pan.

2.2

Metallic casing shall be fabricated from 16 Gauge galvanized sheet steel


ribbed and reinforced for structural strength and rigidity. 16 Gauge hot section
channels shall be used for reinforcing .It shall be sectionalized construction
with proper sealing at the joints to make the joints air tight. Fan section and
panels with bearing supports shall be reinforced with heavy gauge channels.
For AHUs supported on floor, leg packages shall be provided for attachment
to the Fan and Filter sections, raising the height by 350mm. All edges shall be
formed inter locking to stiffen and support the weight and shall be secured
with galvanized nuts and bolts.

2.3

Fan impeller shall be of forward curved blade centrifugal type. Impeller shall
be of double width double inlet type. Two or three wheels shall be provided
for each AHU. Blower section (includes Scroll, impeller blades, etc.) shall be
fabricated from 16 gauge galvanized sheet steel. Fan housing shall be made of
die formed side sheets with stream lined inlet and guide vanes to ensure
smooth air flow into the fans. Fan shaft shall be of solid cold rolled carbon
steel, ground and polished. The whole assembly shall be statically and
dynamically balanced for smooth operation.
Fan shaft bearing shall be of heavy-duty type selected for an average operating
life of 100,000 hours. Bearing shall be self-aligning type. They
shall be permanently lubricated. Bearing housing shall be fabricated from
malleable iron and suitably supported from outside.
Fan motor shall be mounted on an adjustable sound isolating base located on
the top surface above the AHU.

2.4

Cooling Coils shall be of the fin and tube having Aluminum fins firmly
bonded to Copper tube (Seamless solid drain). Capacity of the coil shall be as
required under the Schedule of Equipment. Velocity of air across coil face
shall not exceed 500 CFM. Tube shall be of 5/8 O.D. and with 10-12 fins per
inch. Coils shall be tested at 300 psig Nitrogen pressure in presence of our
engineers. Shut off valve (Butterfly type) at the inlet and outlet of coil to be
provided. Proper purging and drain arrangement to be made on header of
coil. Copper tube gauge

21

thickness shall not be less than 20 SWG. Aluminum fins gauge shall not
be less than 32 G. Fin punching profile must follow full length air of contact
with tube and must be turned at edges to increase rigidity and contact.
Drain pan shall be constructed of 18 G stainless steel with sandwich type
insulation in-between bottom plates. Necessary support shall be provided to
slide the coil in the drain pan. Outlet shall be provided on both the side of
drain pan. An extension drip pan shall be provided at proper location outside
the casing to catch all drip from external coil connections and valves.
End panel of the coil section casing shall be removable for withdraw of the
coil and shall be provided with opening for coil connections.
2.5

Filters shall be cleanable viscous metal AL box type and shall be 50 mm thick.
The filter shall be hold with stiffeners in-between made out of hollow SS
material.

2.6

Suitable, easily openable service door (for Internal Maintenance)


between coil section and fan section to be provided to enable a person to
enter inside

2.7

Unit shall be thermally and sound insulated as in section Insulation

2.8

Spring type Anti Vibration Mounting of approved make shall be provided as


vibration isolators.

2.9

Sheet metal fresh air louvers with frame, damper, etc. shall be provided in the
clear opening in masonry made by the owner.

2.10

The Unit cost shall be complete with all accessories, including the following:
1] Manual air vents at high point and drain at low point. 2] Water
Thermometers at Inlet & Outlet.3] Pressure gauges with siphon cocks
at Inlet & Outlet. 4) Canvass Connection

3.

PERFORMANCE DATA & TESTING:


Air handling units shall be selected for the lowest operating noise level of the
equipment for performance rating and power consumption data with operating
points(On Fan Curve) clearly indicated shall be submitted with the tenders and
verified at the time of testing and commissioning . The following test result
shall be furnished during commissioning in the presence of departments
Engineer;
a) Air Side
Air Flow Rate in CFM or Cub.M per hour
Static pressure in mm wg
Entering Dry bulb & Wet bulb temperature
Leaving Dry bulb & Wet bulb temperature
b) Water Side
Inlet temperature in degree C
Outlet temperature in degree C
Pressure drop in psig

4.

PAINTING:
22

Unit shall be painted with approved type of Epoxy paint (minimum two coats)
5.

CODES & STANDARDS FOR AIR HANDLING UNIT:


The design, manufacture and performance of AHU shall comply all currently
applicable statutes, regulations and safety codes in the locality where the
equipment will be installed. The equipment shall also conform to the
requirements of the latest editions of applicable Indian/U.S.A. standards.
Nothing in this specification shall be construed to relieve the vendor of this
responsibility. In particular the equipment shall conform to the latest editions
of the following standards:

a)
b)
c)
d)

ANSI 89.1
IS:659
IS:660
AHRAE

e)

ARI-410

Safety code for mechanical refrigeration.


Safety code for air-conditioning.
Safety code for mechanical refrigeration.
Standard-33 methods of testing for rating forced
Circulation air-cooling and air heating coils.
Standard for forced circulation air cooling and air
Heating coils.

G.I. insulated condensate drain piping with drain valve, upto sump or floor
drain within the air handling unit room. The drain shall be provided with
proper U loop. Only piping and valve shall be measured and paid at unit
rate.
6.

PERFORMANCE DATA:
Air handling units 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 with the tenders and
verified at the time of testing and commissioning of AHU.

23

SHEET METAL WORK


1.0

SCOPE:

1.1

The scope of this section comprises the supply and installation of all sheet
metal ducts.

1.2

MATERIAL:

1.2.1

Ducts shall be made of galvanized steel sheets. The galvanized steel sheets
shall conform to IS 277-1965 with 200gsm Zink coating.

1.2.2

The thickness of sheets shall be as given below:

Dimensions
of ducts

Gauge
G.I.

Gauge
Al

Type of Joints

Type of Bracings

Upto 600

24

22

G.I. Flange at
2.5 centre

Cross bracings.

601 to 750

24

22

25 x 25 x 3 mm
Angle iron frame
With 6 mm dia.
Nuts & bolts

25 x 25 x 3 mm MS
angles bracing at 1500
mm from joints

751 to 1000

22

20

25 x 25 x 3 mm
Angle iron frame
With 6 mm dia.
Nuts & bolts

25 x 25 x 3 mm MS
angles bracing at 1500
mm from joints

1001 to 1500

22

20

40 x 40 x 5 mm
Angle iron frame
With 8 mm dia.
Nuts & bolts

40 x 40 x 3 mm MS
angles bracing at 1500
mm from joints

1501 to 2250

20

16

50 x 50 x 3 mm
Angle iron to be
Cross braced
diagonally with
10 mm dia. nuts
and bolts at 125
centre.

40 x 40 x 3 mm MS
angle bracing at
1200 mm from joints
or 40 x 40 x 3 mm MS
angle diagonal bracing

2250 & above

18

14

50 x 50 x 6 mm
Angle iron 10
mm dia. nuts
and bolts at 125
centre.

50 x 50 x 3 mm MS
angle bracing at
1200 mm from joints
or 50 x 50 x 3 mm MS
angle diagonal bracing

HANGERS FOR DUCT:


24

Duct Size
[mm]

Spacing
[M]

Size of MS equal angle


[mm x mm]

Size of rod dia


[mm]

Upto 750

2.5

40 x 3

10

751 to 1500

2.0

40 x 3

12

1501 to 2250

2.0

50 x 3

15

50 x 3

15

2251 to above 2.0

All the MS angle, use for duct support & brazing etc, shall be hot dip
galvanized
1.3

DAMPERS:

1.3.1

All dampers shall be louver dampers of robust construction & tightly fitted.
The design, method of handling and control, shall be suitable for the location
and service required.

1.3.2

Dampers shall be provided with suitable links, louvers and quadrants as


required for their proper operation, control or setting in any desired position.
Dampers & their operating devices shall be made robust, easily operable and
accessible through suitable access doors in the ducts. Every damper shall have
an indicating device clearly showing the damper position at all times.

1.3.3

Dampers shall be placed in ducts & on main supply or return air duct for the
proper volume control and balancing the system.

1.4

GRILLS & DIFFUSERS:

1.4.1

All side wall supply air grills shall be similar and equal to Tuttle and Bailey
Triflox T 647 double deflection register with approved damper. Supply air
grills shall be provided with vertical and horizontal adjustable bars and
volume control multi-louver damper that shall be key operated from the front
of the grills.

1.4.2

All return air grilles shall be similar & equal to Tuttle & Bailey Aerovane
770D grills.

1.5

INSTALLATIONS:

1.5.1

The duct fabrication & installation shall generally conform to I.S. 655-1963.

25

1.5.2

The contractor shall provide and neatly erect all sheet metal work or as may be
required to carry out the intent of these specifications and this shall meet with
the approval of the Engineer in all its parts and details.

1.5.3

All necessary allowances and provisions shall be made by the contractor for
beams, pipes or other obstructions in the building. Where necessary to avoid
beams or other structural work or plumbing or other pipes or conduits the
ducts shall be transformed, divided or curved to one side, as approved or
directed by the Engineer.

1.5.4

All metal work in dead or furred down spaces shall be erected in time to cause
no delay to other contractors in the building.

1.5.5

Ducting over furred ceiling shall be supported from the slab above, or from
beams. In no case shall a duct be supported from the ceiling hangers or be
permitted to rest on a hung ceiling.

1.5.6

If a duct cannot be run as decided, the Contractor shall install the duct between
the required point by any path available, subject to the approval of the
Engineer.

1.5.7

All ducts shall be rigid and shall be adequately supported and braced where
required with standing beams, tees or angles of ample size to keep the ducts
true to shape and to prevent buckling, vibration or breathing.

1.5.8

All joints shall be made tight and all interior surfaces shall be smooth. Bends
shall be made with radius not less than the width of the duct or with
scientifically designed interior curved vanes, as approved. The vanes shall be
so spaced that the aspect ratio of each of the individual elbow formed by the
vanes will be about five.

1.5.9

All sheet metal connections, partitions & plenums required to confine the flow
of air to and through the filters and fans, shall be constructed of 18 G
galvanized Iron, thoroughly stiffened with 1 x 1 angle Iron braces and fitted
with all necessary doors as required by the Engineer, to give access to all parts
of the apparatus. Doors shall be not less than 18 x 20 in size.

1.5.10 Where metal ducts or sleeves terminate in wood work, brick or masonry
openings, tight joints shall be made by means of closely fitted heavy flanged
collars.

1.5.11 Air handling units shall be connected to duct work by inserting at air inlet and
air outlet a double canvas sleeve. Each sleeve shall be minimum 4 long
securely bonded and bolted to duct and units. Each sleeve shall be made
smooth and the connecting duct work rigidly held in line with unit inlet or
outlet.
1.6

INSULATION:

1.0

SCOPE:
26

1.1

The scope of this section comprises the supply and application of insulation as
herein specified.

2.0

COLD INSULATION:

2.1

All pipes, ducts & equipments operating at temperature lower than the ambient
shall be insulated in the manner specified hereinafter.

2.2

The insulating material shall be as follows:


a)

Pipes:
Rigid preformed sections of expanded polystyrene of uniform density
of 24 Kgs./m3 with a `K value of not more than 0.23 B.T.U/
Hr./In/Sq.ft./0F at 500F mean temperature.

2.3 No insulation shall be applied on pipes until the pipes are satisfactorily tested.
Thickness of pipe insulation shall be 50mm.
2.4
a)

Pipe insulation shall be applied as follows:


Pipes shall be thoroughly cleaned with wire brush and rendered free from all
rust and grease.

b)

Two coats of bitumen shall be applied on the cleaned pipe surface.

c)

Rigid pipe sections of insulation shall be fixed tightly to the surface taking
care to seal all joints and covered with Polythene sheet.

d)

24 G x 20 mm mesh wire netting shall be applied, butting all joints and shall
be laced down with G.I. wire.

e) Insulated surface shall be finished with two layers of sand cement plaster. Each
layer shall be not less than 7 mm thick.
2.5

All valves, fittings, strainers etc. in chilled water piping shall be insulated to
the same thickness as specified for the main run of piping. Valve bonnets,
yokes and spindles shall be insulated in such a manner as not to cause damage
to insulation when the valve is used or serviced.

2.6

Cabinet air handling units shall be insulated as follows.


Fans & coil section panels shall be internally lined with fire retardant quality
25 mm thick, 24 Kgs./m3
density thermocole slab (with black pigmented
neoprene coating).
The insulation should be stuck to the body of AHU without making any hole
in the body.

2.7

Ducts shall be insulated as follows:


---------------------------------------------------------------------------------------------Type
Location
Insulation
---------------------------------------------------------------------------------------------a) Supply duct
unconditioned space 50 mm, 24 kg/m3 density
TF quality, thermocole
slab.
b) Supply duct
conditioned space
25 mm, 24 kg/m3 density
27

TF quality, thermocole
Slab.
c) Return duct or unconditioned space 25 mm, 24 kg/m3 density
plenum
TF quality, thermocole
slab.
====================================================
Contractor shall submit the Insulation material test certificate clearly
showing density, K value, lot ,etc of material.
2.7

Duct insulation shall be applied as follows:


a)
Black bitumen paint shall be applied over the surface after cleaning the
ducts.
b)
24 kg/m3 density thermocole slab insulation of specified thickness shall
be put by using Bitumen uniformly over Insulation surface.
c)
The Thermocol Insulation shall be covered with 40 G AL foil. Al foil
should be wrapped on Thermocole uniformly, using Bitumen.
d)
The Joints of AL foil shall be overlapped at least 75mm covered with
AL tape. Stripping should be done at distance of 1 meter to hold the
insulation, wherever required.
e)
Wherever necessary and particularly in larger duct, strapping with
PVC material should be done after thermocol insulation and before
putting AL foil

2.9

Acoustic Insulation of Duct:The acoustic Insulation shall be done with 48 Kg/cu.m.Density,25mm


thick Resin bonded Fibre Glass.
The duct surface shall be cleaned and hot bitumen applied in patches
and resin bonded glass wool cut to appropriate sizes and stuck to the
duct wall. The insulated face shall be covered with RP tissue papers &
perforated AL sheet of 28 Gage thickness having 3mm perforations at 5mm
staggered centre and held in position with rivets or galvanized steel bolt with
counter sunk heads & 50 x 50 x 2 mm plate washers at not more than 600mm
centers.

1.7

PIPING

1.0

SCOPE:
The scope of this section comprises the supply & laying of all pipes required
for this project. On the award of the contract, the tenderer shall prepare his
own detailed working drawings.

2.0

CHILLED WATER PIPING:

2.1

All chilled water piping and fittings shall be of M.S. Class `C (heavy class) of
TATA/Jindal make only. The pipe confirming to BIS 1239 for pipe size
upto 150 mm dia. and for pipe size 200 mm dia. and above shall be as per BIS
3589 having minimum 6 mm thickness. All joining in piping shall generally
be by welding unless otherwise mentioned or as directed at site. All welding
shall be done by qualified welders and shall strictly confirm to Indian Standard
code of procedure for manual metallic welding of mild steel as per BIS 823.
The piping shall be so designed that the water velocity through the piping shall
not exceeds maximum 8 fps and also the piping friction drop shall be limited
to 4 m per hundred meter of pipe length.

2.2

28

Pipe threads shall be of I.S. 554/1955 and flanges of I.S. 1536/1960.. Pipes
shall be sloping towards drain points.
2.3

Fittings shall be new and from standard manufacturers. Fittings shall be


malleable casting of pressure ratings suitable for the piping system. Fittings
used on welded piping shall be of the weldable type. Flanges shall be new and
from standard manufacturers. Supply of flanges shall include bolts, washers
etc. as required.

2.4

Tee-off connections shall be through reducing tees, wherever possible.


Otherwise ferrules welded to the main pipe shall be used.

2.5

All equipment and valve connections or connections to any other mating


pipes, shall be through unions/screwed flanges upto 50 mm dia. And flanges
(welded or screwed for G.S.) for larger diameters or as required for the mating
connection.

2.6

All welded piping is subject to the approval of the Engineer and sufficient
number of flanges and unions shall be provided as required under.

2.7

All the drain piping shall be of G.I. C class of TATA/Jindal make with the
Insulation as specified in the Insulation

2.8

Gate valves shall be provided conforming to the following specifications.


---------------------------------------------------------------------------------------------Size
Construction
Ends
---------------------------------------------------------------------------------------------12 to 65 mm
Gun metal
Screwed female
65 mm & over

a) Body - Cast Iron


b) Spindle, valves seat,
Wedge, nut etc.

Flanged

Bronze or
Gun Metal
===================================================
Valves shall conform to I.S. 780/1963 & flanges to I.S. 1536/1960 or as
required. Valves shall have non rising spindles unless otherwise specified and
shall be suitable for 300 psig test pressure. The valve shall be of Leader make.
Tail pieces shall be used wherever required.
2.9

Butterfly valves shall perform the function of isolating valves. Butterfly


valves shall have cast iron body with Nitrile rubber bonded bakelite hard back
seat. Disc shall be of high duty iron with epoxy coating on nickel plating. All
butterfly valves shall be provided with locking devices. The shaft shall be
stainless steel AISI 410. The valve shall be Audco make only.

3.0

PIPING INSTALLATION:

3.1

Pipe runs and sizes should to meet the site conditions. The contractor on the
award of the work shall prepare detailed working drawings, showing the cross
section, longitudinal sections, details of fittings, locations of isolating, drain
and air valves etc. They must keep in view the specific openings in buildings
and other structures through which the pipes are designed to pass.
29

3.2

Piping shall be properly supported on or suspended from strands, clamps,


hangers etc. as specified and as required. The tenderer shall adequately design
all the brackets, saddles, clamps, hangers etc. and be responsible for their
structural integrity.

3.3

Pipe supports shall be of steel, adjustable for height and prime coated with rust
preventive paint and finish coated black. Where pipe and clamp are of
dissimilar material, a gasket shall be provided in between.
Spacing of pipe supports shall not exceed the following:
Pipe (mm)
Sapcing (Meters)
3 to 12
1.22
19 to 25
1.83
32 to 150
2.44
150 and above
3.05
Pipe hangers shall be fixed on walls and ceilings by means of metallic rawl
plugs or approved shear fasteners.

3.4

Vertical risers shall be parallel to wall and column lines and shall be straight
and plump. Risers passing from floor to floor shall be supported at each floor
by clamps or collars attached to pipe and with a 12 mm thick rubber pad or
any resilient material. Where pipes pass through the terrace floor, suitable
flashing shall be provided to prevent water leakage. Risers shall also have a
suitable elbow or concrete pipe support at the lowest point.

3.5

Pipe sleeves of 50 mm diameter shall be provided wherever pipes pass through


walls and the annular space filled with felt and finished with retaining rings.

3.6

Insulated piping shall be supported in such a manner as not to put undue


pressure on the insulation.

3.7 Cut-outs required in the floor slabs for taking the various pipes are provided.
Tenderers shall carefully examine the cutouts provided and clearly point out
wherever the cutouts do not meet with the requirements.
3.8

Piping work shall be carried out with minimum disturbance to the other work
on the site. A program of work shall be chalked out in consultation with the
Engineer.

3.9

All pipes using screwed fittings shall be accurately cut to the required sizes
and threaded in accordance with I.S. 554/1955 and burrs removed before
laying. Open ends of the piping shall be blocked as the pipe is installed to
avoid entrance of foreign matter. Wherever reducers are to be made in
horizontal runs, eccentric reducers shall be used if the piping is to drain freely;
in other locations, concentric reducers may be used.

3.10

Drains shall be provided at all low points in the piping system and shall be of
the following sizes:
Mains

Drain

Upto 300 mm
Over 300 mm

25 mm
40 mm
30

Drains shall be provided with gate valves of equal size with rising spindle.
Drains shall be piped through equal size G.I. pipe to the nearest drain or floor
waste. Piping shall be pitched towards drain points.

4.0

PRESSURE GAUGES:

4.1

4.2

The pressure gauges shall be Bourbon tube type confirming to IS : 3624 and
shall be with siphon cock and angle valve. Pressure gauges shall be not less
than 150 mm dia. and of appropriate range etc. duly calibrated before
installation. The Pressure gauges shall be of H.GURU/equ. make.
Care shall be taken to protect pressure gauges during pressure testing.

5.0

THERMOMETERS:

5.1

Thermometers shall be either 150 mm dia. dial or direct reading industrial


type, of appropriate range, duly calibrated before installation. Thermometers
shall be installed in separable wells.

6.0

INSULATION:

6.1

Pipes shall be insulated in accordance with specifications in section


`INSULATION.

7.0

VIBRATION ELIMINATION:

7.1

Piping installation shall be carried out with vibration elimination fittings


wherever required.

8.0

TESTING:

8.1

All piping shall be tested to hydrostatic test pressure of at least 1 times the
maximum operating pressure, but not less that 7 Kgs/Sq.Cm. for a period of
not less than 24 hours. All leaks and defects in joints revealed during the
testing shall be rectified to the satisfaction of the Engineer.
Piping repaired subsequent to the above pressure test shall be retested in the
same manner.
System may be tested in sections and such sections shall be securely capped.
The owner shall be notified well in advance by the Contractor of his intention
to test a section or sections of piping and all testing shall be witnessed by the
Engineer or his authorized representative.
The contractor shall provide all materials, tools, equipment, instruments,
services and labour required to perform the test and to remove water resulting
from cleaning and/after testing.
The contractor shall make sure that proper noiseless circulation of fluid is
achieved through all coils and other heat exchanger in the system concerned.
If proper circulation is not achieved due to air bound connections, the
Contractor shall rectify the defective connections. He shall bear all the
expenses for carrying out the above rectifications, including the tearing up and
re-finishing of floors, walls, etc. as required.

8.2
8.3
8.4
8.5
8.6

8.6

No insulation shall be applied to piping until after the completion of the


pressure testing to the satisfaction of the Engineer.
31

9.0

PAINTING:

9.1

After all the piping has been installed, tested and run for at least 10 days of
eight hours each, the piping shall be given two finish coats, as follows:
---------------------------------------------------------------------------------------------Service
Flow
Colour
---------------------------------------------------------------------------------------------Chilled water
supply return as approved by the
Engineer
====================================================

9.2

The direction of flow of fluid in the pipe shall be visibly marked in White
arrows.

1.8

ELECTRICAL EQUIPMENT

1.0

SCOPE:

1.2 The scope of this section comprises the supply & installation of all electrical
equipment, such as, electrical motors
2.0

RATINGS & STANDARDS:

2.1

Rating of the motors shall be as indicated by you in the data sheets and as per
the requirements of the airflow and static pressure. Ratings shall be on the
basis of the specified ambient temperature and without exceeding the
maximum temperature limits set by IS 325/1961.

2.2

Unless otherwise stated, Indian Standard Specifications shall apply. Where


I.S. specifications are not available, the relevant British Standard
Specifications shall be followed.

3.0

SQUIRREL CAGE INDUCTION MOTORS:

3.1

All motors shall be screen protected drip proof type TEFC with Class-C
insulation, conforming to I.S. 325/1961 unless otherwise specified.

3.2

The motor shall be statically and dynamically balanced.

3.3

Bearings shall be combination ball and roller type with limit lubricators.

3.4

Termination shall be of ample size housed in a termination box . The terminal


box shall be suitable for cable entry. Two earth terminals shall be provided.

3.5

The starting torque shall match with the load torque and the starting current
shall not exceed 6 times the full load current.

4.0

INSTALLATION:

4.1

All motors shall be mounted on a common foundation with the driven


equipment coupled through flexible couplings or through belt drive.
Installation shall be in accordance with I.S. 900/1956.

32

4.2

Flexible connections shall be provided to all motors terminals wherever the


motor is mounted on guide rails and belt drive is adopted. Even in the case of
direct drive motors, the connections shall be flexible enough to prevent
transmission of vibration.

4.3

All drive arrangements and couplings shall be provided with a safety guard.

5.0

TESTING:

5.1

Motors shall be tested in accordance with the relevant Indian Standard


Specifications and test certificates furnished for routine type and high voltage
tests.

6.0

PAINTING:

6.1

All motors, starters and the frame work shall be painted with two coats of a
suitable paint of approved colour.

33

Schedule of Technical Data for each Air Handling Unit


(To be submitted for each AHU separately)
Technical data shall be furnished as below:
I)

II)

General:
1)
Make:2)

Air Discharge Direction:- Horizontal or Vertical

3)

Overall Dimensions:-

4)

Weight (including water):-

5)

Type of Vibration Isolators:-

6)

Approx. noise level (db):-

7)

Drive belts & size (Flat, Belt, V-Belt):-

8)

G.I. Casing Gauge:-

9)

AHU body insulation material & thickness:-

10)

Density of insulation material :-

11)

Drain Tray Material :-

12)

Drain tray insulating material & thickness:-

13)

Whether inspection door provided for AHU body:-

Fan Section:
1)
Air handling capacity (CFM/CMH):2)

Total static press (mm WG):-

3)

Fan speed (r.p.m.):-

4)

Nos. of Fan outlet & area:-

5)

Fan diameter:-

6)

Balance (Static and/or Dynamic):-

7)

Bearings:-

8)

Make & Mode of Fan.

34

III)

IV)

V)

Filter Section:
1)
Type:2)

Gross filter area:-

3)

Velocity through filter (F.P.M.):-

4)

Press drop through filter when new (mm, W.G.):-

5)

Efficiency:-

6)

Filter material:-

7)

Filter Casing Material & Gauge

Cooling Coil:
1)
Coil fin material & thickness:2)

Copper tube diameter & thickness:-

3)

Water through coil (F.P.M.):-

4)

No. of fins per inch:-

5)

Water press drop in the coil (psig):-

6)

coil Face area :-

7)

Nos. of coils:-

8)

No. of rows of each coil:-

Drive Motor for AHU:


1)
Make:2)

Frame size:-

3)

Insulation Class:-

4)

HP/KW rating:-

5)

Type

VI)

VALVES

1.

Butterfly Valve

2.

1]

Make :-

2]

Model :-

Gate Valve
1]

Make :-

2]

Model :-

35

VII)

Gauges

1.

Pressure Gauge
1)
2)

2.

Make:Type:-

Thermometers
1)
2)

Make:Type:-

VIII) Miscellaneous
1.

Insulation (Duct/Piping)
1)
Make:2)
Thickness & Density:-

2.

Piping
1)
Make
2)
Class of Pipe

3.

Ducting Sheet
1)
Make of Sheet

4.

Anti Vibration Mounting


1)
Type
2)
Make

Note: Any other additional technical details may be included by the tenderer.

36

ACCEPTABLE/APPROVED MAKE OF MATERIALS


Material

Make

1. Galvanized Plane Sheets

Jindal/SAIL

2. Pipes

Tata/Jindal

3. Butterfly Valve/Ball Valve

AUDCO

4. Gate Valve

Leader

5. Globe Valve

Leader/AUDCO

6. Y/Plot Strainer

TrishuL/Emerald

7. Non Return Valve

AUDCO/C&R

8. Gauges

H Guru/Star Scientific

9. Thermometers

H Guru/Star Scientific

10. Pipe Insulation

Beardsell/Lloyds/
Phenotherm

11. Duty Insulation

Owens Corning/Beardsell/
U P Twiga

12. Electrical Motor

Siemens/Crompton/ABB

13. Anti Vibration Maintenance

RMS Corporation/Dunlop

37

TATA INSTITUTE OF FUNDAMENTAL RESEARCH


Technical Services

TENDER DOCUMENT
Replacement of very old Air Handling Units with Supply,
Installation, Testing & Commissioning of New
Single Skin AHUs along with associated ducting,
insulation, piping, valves etc. at TIFR, Colaba, Mumbai

38

CONDITIONS OF TENDER

9.

Quotations must be submitted in duplicate giving complete details; in


particular, the offers should clearly specify applicable taxes, make, offered,
warranty/guarantee terms, delivery period and delivery charges, if the price is
ex-works/ex-Godown/ex-shop.

10.

Quotation should be valid for a period of 120 days from the date of opening of
the tender.

11.

Tenders in sealed envelopes duly superscribed with the Tender No. and due
date, shall be addressed to the Purchase Officer, Tata Institute of Fundamental
Research, Homi Bhabha Road, Colaba, Mumbai 400 005.

12.

Tenders will be opened in the presence of attending tenderers on the date and
time specified in the enquiry; in the event the due date declared is a holiday,
the tender will be opened on the following working day.

13.

This tender documents/form is not transferable.

14.

Tenders containing erasures or alterations will not be considered.

15.

Tenders which do not comply with the above conditions are liable to be
rejected.

16.

The Institute will not defray any expenses whatsoever incurred by the Bidders
for the preparation of bids.

9.

In case Bidder finds discrepancies or omissions from the specifications or


other documents or has any doubt as to their meaning, he shall at once request
in writing to the Purchase Officer, TIFR, who will for
interpretation/clarification issue interpretation and clarifications as he may
consider necessary in writing as an addendum. Copies of such addenda, if
issued, shall be signed by the Bidder and shall form a part of his bid. Verbal
clarifications given shall not be binding on the Institute.

10.

Before submitting the bids, the Bidders shall make themselves fully
conversant with the technical specifications and other documents as attached
so that no ambiguity arises at a later date in this respect.

11.

The owner reserves the right to postpone the date of submission and opening
of bids.

12.

The bidders shall quote in English their rates/prices both in figures, as well as
in words against each item of the work as detailed in the enclosed Schedule of
Quantities. In the event of any discrepancy between the quoted rates/prices in
words and that quoted in figures, the rates/prices quoted in words shall govern.
39

13.

The bidders must return the complete set of bid document. Each page of the
bid document must be signed and dated by the bidder. Any bid not so signed
and dated is likely to be rejected. All writing shall be in ink only. Any
corrections in the entries in the Schedule of Quantities of this bid document,
shall be initialed and dated by the bidder before submission of the bid. No
parts of the bid document shall be altered, overwritten or amended by the
Bidder

14.

The Institute shall be under no obligation to accept the lowest or any


tender received in response to this tender notice and shall be entitled to
reject any tender without assigning any reason whatsoever.

40

GENERAL CONDITIONS OF CONTRACT


15.0

Definition of Terms :

5.1.

In construing these general conditions and the specifications the following


works shall have the meanings herein assigned to them unless there is
something in the subject or context inconsistent with such works.

1.15

The term `Contractor/`Supplier/`Bidder/`Vender shall mean the Tenderer


whose tender has been accepted by the Owner and shall include the Tenderers
heirs, successors and assignees approved by the Purchaser:

1.16

The `Purchaser shall mean Tata Institute of Fundamental Research, Homi


Bhabha Road, Colaba, Mumbai 400 005 and shall include the Purchasers
heirs, successors and assignees.

1.17

The term `Sub-Contractor shall mean the firm or persons named in the
contract for any part of the work or any person to whom any part of the work
has been sublet with the consent in writing of the Engineer-In-Charge and
shall include his heirs, successors and assignees approved by the Purchaser.

1.18

The Term `Inspector shall mean any person appointed by/or on behalf of the
Purchaser to inspect supplies, stores or work under the contract or any person
deputed by the Inspector for the purpose.

1.19

The term `Particulars shall mean, the following :


f)
g)
h)
i)
j)

1.20

Specifications
Drawing
Sealed Pattern denoting a pattern sealed and signed by the Inspector.
Proprietary make denoting the produce of an individual firm.
Any other details governing the construction, manufacture and/or
supply as existing for the contract.

The term `Engineer shall mean Engineer, Central Services, Tata Institute of
Fundamental Research, Colaba, Mumbai or some other person for the time
being or from time to time duly appointed in writing by the Owner to act as
Engineer for the purpose of the Contract or in default of such appointment the
Purchaser.

41

1.21

The term `Specification shall mean the specifications annexed to or issued


with these Conditions of Contract.

1.22

The term `Site shall mean the place or places at which the Equipment is to be
delivered or work done by the Contractor shall include where applicable the
lands and buildings upon or in which the works are to be executed and shall
also include the place or places at which fabrication and other work is being
carried out by the Contractor.

1.23

`Electrical Equipment, `Stores, `Work or `Works shall mean and include


equipment and materials to be provided and work to be done by the Contractor
under the Contract.

1.24

The `Contract shall mean acceptance of the work order placed on


contractor/supplier under section (2) of these conditions and shall include
these conditions of Contract, Specifications, Schedule, Drawing, Letter of
Intent of the Purchaser and any subsequent amendments mutually agreed
upon.

1.25

`Tests on Completion shall mean such tests are prescribed by the


specifications or have been mutually agreed to between the
Contractor/Supplier and the Purchaser to be made before the equipment is
taken over by the Purchaser.

1.26

`Writing shall include any manuscript, typewritten or printed statement under


or over signature or seal as the case may be. Words importing `person shall
include firms, companies, corporations and association of individuals whether
incorporate or not.

1.27

Words importing singular shall also include plural and vice versa where
context requires.

16.0

Contract:

16.1

Contractor/Supplier should send their acceptance letter on receipt of `Letter of


Intent or work order within stipulated period. On expiry of said period or
exorbitant delay in commencing or executing the work, the Purchaser shall not
be liable to any claim from the Contractor/ Supplier for work entrusted to and
may revoke the contract.

42

17.0

Work at Site:

17.1

The contractor should ensure that his people follow safe practices at
work.

17.2

Access to the works shall be allowed only to the Contractor/Supplier, SubContractors or his duly appointed representatives. The Contractor/ Supplier
shall not object to the execution of work by other contractors or tradesman and
shall afford them every facility for execution of their several works
simultaneously with his own.

17.3

Work at the Purchasers premises shall be carried out at such time as the
Purchaser may approve but the Purchaser shall give the Contractor/ Supplier
all reasonable facilities for the same. The Contractor/Supplier shall provide
sufficient fencing, notice boards etc. to guard the works and warn the public.

17.4

The Contractor shall obey Central, local and State regulations and
enactment pertaining to workmen and labour and the Engineer shall have
the right to enquire into and decide all complaints on such matters.

18.0

Delays:

18.1

The Contractor shall not be entitled to any compensation for any loss suffered
by him on account of delays in commencing or executing the work, whatever
the cause for such delays may be, including delays in procuring Government
controlled or other materials and delay in obtaining instructions and decisions
from Engineer-In-Charge. The Contractor shall, however, merit extension of
time as hereinafter mentioned.

5.0

Taking Over:
The equipment when erected at site shall be deemed to have been taken over
by the Purchaser when the Engineer will have certified in writing that the
equipment has fulfilled the contract conditions.

43

8.0 Extension of Time:


8.1

If the Contractor is delayed in the progress of work by changes ordered in the


work, or by any cause, which the Engineer shall decide to justify the delay,
then the time of completion shall be extended by a reasonable time. No such
extension shall be allowed unless requests for extension are made in writing
by the Contractor/Supplier to the Engineer within 15 days from the date of
occurrence of the delay.

9.0 Other Damages:


9.1

The Contractor/Supplier shall be responsible for all injury to persons, animals


or things and for all damage to the works, structure of, and decorative work in
the property which may arise from operation or neglect of himself or any of
his Sub-Contractor or of his or Sub-Contractors employees, whether such
injury or damage may arise from carelessness, accident or any other cause
whatever in any way connected with the carrying out of this contract. This
clause shall be held to include any damage to buildings, whether immediately
adjacent or otherwise, any damage to roads, streets, foot paths, as well as all
damage caused to the works forming the subject of this contract by frost or
other inclemency of weather. The Contractor/Supplier shall indemnify the
Purchaser and hold him harmless in respect of all and any expenses or
property as aforesaid and also in respect of any claim made in respect of injury
or damage under any acts of Government or otherwise and also in respect of
any award of compensation or damages consequent upon such claim.

9.2

The Contractor/Supplier shall reinstate all damage of every sort mentioned in


this clause, so as to deliver up the whole of the contract works complete and
perfect in every respect and so as to make good or otherwise satisfy all claims
for damage to the property of third parties.

7.3

The Contractor/Supplier shall indemnify the Purchaser against all claims


which may be made against the Purchaser, by any member of the public or
other party, in respect of anything which may arise in respect of the works or
in consequence thereof and shall, at his own expense, effect and maintain,
until the work has been taken over.

44

7.4

The Contractor/Supplier shall also indemnify the Purchaser against all claims
which may be made upon the Purchaser whether under the Workmens
Compensation Act or any other statute in force during the currency of this
contract or at common law in respect of any employee of the
Contractor/Supplier or of any of his sub-contractor and shall at his own
expense effect and maintain until the work has been `Taken Over, with an
approved office.

7.6 The Purchaser, with the concurrence of the Engineer, shall be at liberty and is
hereby empowered to deduct the amount of any damages compensation costs,
charges and expenses arising or accruing from or in respect of any such claims
or damages from any sums due to or become due to the Contractor/Supplier.

45

GENERAL INFORMATION TO BIDDERS


1.

On behalf of Tata Institute of Fundamental Research (hereinafter referred to as


the Institute) bids are invited for design, supply, installation, testing &
commissioning of Air- Conditioning system for INO Laboratory with
associated ducting, Insulation, refrigerant piping, cabling etc at TIFR on Homi
Bhabha Road, Navy Nagar, Colaba, Mumbai-400 005.

6.

The Air-conditioning system shall be installed in stand alone Laboratory


building. The Laboratory building is situated near the Animal House. It is
only a ground floor structure.

7.

It is important that the bidder must satisfy himself before quoting that the
space provided is adequate for installation of his plant along with all
equipments and accessories as no extra space can be provided. The tenderers
must visit the site and take the actual measurement before quoting. The
bidders shall furnish a fully dimensioned layout for his Package unit, with all
equipment and accessories along with quotation.

8.

Bidder shall furnish the data called for in data sheets and the schedules in the
standard Proforma to facilitate correct evaluation of his bid in a most
expeditious manner. It is in the interest of the bidder to submit the bid in
above manner with complete technical details, failing which it is likely that his
bid may not be considered.

9.

Bidder shall be deemed to have carefully examined the specification in its


complete form and to have fully informed and satisfied himself as to the
details, nature, character and quantities of the work to be carried out, site
conditions, and other pertinent matters and details.

6.

It is the intent of the owner/purchaser to incorporate these specification


documents in the final contract order for the supply of material, equipment
and services. Bidders are required to review these documents and clearly
state in their proposals the acceptance of the same. Exceptions, if any shall
be clearly stipulated in appropriate bidding schedule. The final contract
between purchaser and vendor shall be subjected to such changes, if any,
mutually agreed upon by purchaser and vendor and included in the main
text of the contract/order.

7.

Bidder shall clearly specify all the deviations with respect to this specification
in the appropriate schedule.

8.

SCHEDULE OF QUANTITIES TO BE FURNISHED BY VENDORS

8.1

All equipments mentioned in the enclosure should conform to the respective


technical specifications. Only main items of the tender have been brought
out specifically in this schedule, however all accessories as per specification
or otherwise should be furnished at the time of quotation with cost of
individual item.

8.2

Tenderers are required to fill in unit rates for all the items mentioned in the
enclosure and any additional items quoted by them in the Financial Bid. In
absence of the unit rates, the offer may be considered as invalid.
46

8.3

All the equipments supplied shall be as per the List of Approved Make
attached .

9.

ITEMS TO BE FURNISHED BY THE PURCHASER:

9.1

Following shall be furnished by the purchaser:

9.1.1

Building, foundations and trenches.

9.1.2

Water and power for testing and commissioning.

10.

SERVICES SUPPLIED BY PURCHASER DURING ERECTION:


The purchaser will provide for the contractor following services during the
performance of work.

10.1

Temporary electric power at 415 V, 3 ph., 50 Hz at one point only which


will be within 50 M of location of works free of cost. Water shall be
provided free of cost for testing and commissioning.

10.2

The contractor shall make his own arrangement for supply, erection and
dismantling on completion of works of his temporary distribution system,
distribution panels and other equipments he may require to take the power
from the purchaser's supply points.

10.3

The contractor's temporary distribution system shall be subjected in every


respect to the approval of the purchaser and shall be arranged so as to avoid
any interference with other operations on the site.

10.4

The purchaser will not hold himself responsible for the consequences of any
interruptions to the continuity of the power supply or power system voltage
and frequency fluctuations.

10.5

The electric power shall not be used for heating purposes.

10.6

Electrical power made available to the contractor, during testing and


commissioning for the refrigeration unit is free of charge.

10.7

There is no EOT crane or mono rail to assist in erection work. Tenderer


should provide suitable derricks & tripods for lifting heavy load.

11.

SERVICE SUPPORT, SPARES & TOOLS:

11.1

The bidder shall provide in detail the Service Support Set-up in


Mumbai of the manufacturer or himself and lead time for replacement
of faulty parts and for providing technical service. The entire system
will be on comprehensive AMC with the supplier after the expiration of
the guarantee period.

11.2

The tenderer shall furnish complete set of tools & wrenches for making
adjustments, repairs & preventive maintenance including those required for
erection.
47

12

COMPLETION DRAWINGS (FINAL DRGS) & MANUALS:

12.1

The contractor shall submit tracings in original with five prints of all
installation drawings based on which equipments are installed &
commissioned.

12.2

Contractor shall supply the following literature in four sets:


a.
Start-up, operation and maintenance instructions of Airconditioning unit and its parts.
b.
Installation instructions.
c.
Field wiring diagrams.
d.
Operation and Maintenance Manual of electrical parts used in
the same.

48

INSTRUCTIONS TO BIDDERS & SPECIFIC


NON-TECHNICAL REQUIREMENTS
1.

The details in respect of Earnest Money, Security Deposit


a)

Earnest Money Deposit:


Bidder must deposit Rs. 60,000/- towards EMD along with the tender
failing which tender will be rejected. EMD will be accepted in the
form of Bank Draft only favouring Registrar, TIFR, Mumbai.

b)

Security Deposit:
5% (i.e. five percent) of the gross value of the work will be deducted
from the Contractors bill towards Security Deposit.

c)

Refund of Security Deposit:


The Security Deposit (5%) will be refunded to the contractor after the
expiry of defect liability period.

d)

Defect Liability Period:


12 (twelve) calendar months from the date of Institutes satisfactory
completion certificate will be taken as defect liability period.

e)

Bidders other than successful bidder will be refunded the EMD


submitted by them within 12 months from the date of opening of the
tender and no interest shall be paid against the said deposit.

f)

In case the successful bidder fails to undertake the said work, his EMD
amount will be forfeited.

g)

The EMD paid shall be part of Security Deposit, i.e. 5% of the


Contract value which will be refunded after expiry of Defects Liability
period.

2.

No interest will be payable on the deductions towards Security Deposit/


Earnest Money.

3.

The Bidder shall submit the copy of their PAN card.

49

4.

Prices and rates quoted shall include cost of all materials, labour, plant,
equipment, temporary work, tools, setting out, supervision, transport, taxes,
royalties, octroi and any local tax or levy payable on all transactions, insurance
and everything necessary for due performance of work under this contract.

5.

Prices and unit rates shall be valid even if the contract is split.

6.

Contract should be fixed rate contract. No escalation in prices of the materials


during the currency of the contract is permitted. However any statutory
variations like change in excise duty, taxes etc. if levied after award of the
work shall be paid on production of proof of such changes. .

7.

a)

Site Visit:
The bidders may like to visit the work site before submitting their bids
to get conversant with site conditions, which may affect the work.

b)

Location of Site:
Tata Institute of Fundamental Research
Navy Nagar, Colaba, Mumbai-400 005

8.

The work should be completed within 6 months from the date of issue of
Purchase Order.

9.

Work shall commence at site within 2 months from the date of issue of letter
of Purchase Order.

10.

The Contractor should plan and give his daily program for execution of work
in advance so that no disturbance is created in the routine working of the
Institute.

11.

Turnover Tax/Works Contract Tax:


Turnover tax applicable to this contract shall be mentioned clearly and
included by the bidder in his bid. No claim shall be entertained by the owner
thereafter.

12.

Date of Taking Over:


Site shall be deemed to have been taken over by owner when Engineer InCharge certifies the completion of work in all respect as per tender conditions
and specification.

50

13.

Income Tax as per the prevailing rates will be deducted from the progressive
bills.

14.

The contractor shall not without the consent in writing of the Owner assign or
sublet the contract.

15.

No labour below the age of 18 years shall be employed at site.

16.

Contractor shall be liable to pay workman compensation to his labour as per


prevailing rules for any accident occurring at our site.

17.

The contractor shall pay wages to his workmen as per the Statutory Minimum
Wages Act.

18.

The Contractor shall provide all risk insurance for his men, material and
machines and absolve us of all risk and liabilities whatsoever pertaining to his
men, material and machines.

19.

The Contractor will arrange for photo passes of his personnel and get the same
endorsed by our Establishment/Security Department before beginning the
work.

20.

The Contractor will ensure that his workmen follow safe practices at Work.

21.

The Contractor will work from 8.00 a.m. to 6.00 p.m.

22.

No labour camp etc. will be allowed to be put up inside or in the vicinity of the
Institute.

23

Any dispute arising from this contract will be referred to two arbitrators one to
be appointed by you and one by us. The two arbitrators, in the event of their
disagreement will appoint an Umpire. The decision of the Umpire shall be
final and binding. The arbitration will proceed as per Indian Arbitration Act,
1940, as amended up to date.

24.

The contractor should ensure that his engineer/supervisor is present at


site throughout the progress of works till completion.

25.

Terms of Payment:
Payment of pipe lines shall be made as per unit length i.e. per running
mtr./feet.

25.1.2 Unless otherwise agreed to in writing between the Purchaser and the
Contractor/Supplier, payment for the delivery of the equipment approved by
the Inspector will be made as follows:
e)
f)
g)
h)

70% of the Contract value against delivery, prorata of the value


of goods delivered and after checking the same at site.
15% on completion of erection.
10% on commissioning and final inspection and testing at site.
5% against PBG valid for 12 months from the date of handing over or
after expiry of the Defect Liability period as stated in Clause 1d) page
11.

26.

The bidder should submit technical data sheet, drawings, any other technical
detailed asked for in the tender with Part II i.e. Technical Bid of the Tender.

27.

The schedule of quantities and rates shall be read in conjunction with the
specification, tender drawings, other tender documents, relevant IS Codes,
51

Engineering hand books, etc. the Contractor shall not rely merely on the
description given in the Schedule of Quantities.
28.

The quantities mentioned in Bill of Quantities are estimated quantities.


However the payment shall be made as per actual quantities measured at site,
after completion of work.

29.

Contractor will be fully responsible for lifting, shifting and handling Institutes
properties such as any articles and materials lying nearby to proper place as
instructed by Site In-Charge.

30.

All the materials used shall be used only after approval and tests of the
Engineer-In-Charge as per specifications.

31.

All the debris shall be removed by the Contractor at his cost to any nearest
BMC approved dumping yard.

32.

Storage and custody of material, till the time of handing over to TIFR, shall be
the responsibility of contractor.

33.

The contractor after award of work, should submit detailed schedules showing
program and order in which contractor proposes to carryout the work with
dates and estimated completion time for various parts of work. This should be
submitted in the form of Bar-chart.

34.

The Engineer can instruct the contractor to make any alteration, omission, or
variation in work. The difference in cost due to instruction shall be added or
deducted from contract price as the case may be in accordance with the rate
applicable in the contract.

35.

DEVIATION FROM THE SPECIFICATIONS:


The Contractor must tender for the equipment as herein specified but
may submit alternate proposals for modifications to details where such
modifications offer technical advantages and will make cost savings to the
owner. The basis and details of calculations of operating cost and the net
expected final saving shall be indicated wherever such a claim is made.
The acceptances or otherwise of alternate proposal/deviations/
modifications etc. will be decided solely by the owner.

36.

Inspection of Material & Equipment:


Supplier shall arrange for inspection/testing of AHUs at his works. TIFR will
have liberty to inspect/test the parts of AHUs during the
manufacturing/assembly. No charges will be paid extra towards
inspection/testing. The bidder shall make necessary arrangements for travel,
boarding & lodging for 3 engineers of TIFR deputed for inspection & testing
of the AHUs at manufacturers premises.

52

BASIS OF DESIGN & SCOPE OF WORK


1.1

Design Parameters for selection of air handling unit & its components shall be:
Maximum face velocity across prefilter

400 450 Ft./Min.

Maximum face velocity across coils -

450 500 Ft./Min.

Maximum fan outlet velocity

1600 Ft./Min.

Maximum fan speed

800 RPM

Maximum fan motor speed

1500 RPM

1.3 Piping shall be sized for the following design parameter

1.3

Maximum flow velocity

8 Ft./Sec.
= 2.5 Mtrs./Sec.

Maximum friction

5 Ft. per 100 Ft. run

Max. flow velocity [S.A. Duct]

1200 Ft./min.
= 365 Mtr./min.

Max. flow velocity [R.A. Duct]

800 Ft./min.
= 240 Mtrs./min.

Max. friction drop

0.1 WG/100 Ft. run


= 1 cm WG/100 M run

Max. velocity at supply air diffusers -

500 Ft./Min.
= 150-200 Mt./Min.

Design parameters for duct design shall be

2.0

The proposed new AHUs will be put after replacing the old AHUs, which are
in running position. The contractor shall have to carry out the work in short
span of time (during shut down), preferably during weekends including
Sunday. The contractors need to work day and night to ensure minimum
disturbance to users.

3.0

The contractor should inspect the site before quoting and ascertain for himself
the nature, character and extent of work to be executed and should include all
items and services necessary, whether specially mentioned or not in the
specifications, scope etc. to meet with the intent and purpose of these
specification.

4.0

After award of work contractor should submit the GA drawing as well as data
sheet of AHU, parts etc. for engineers approval. He shall start the
manufacturing only after the approval.
53

19.0

All AHUs with the motor above 5 HP should use the flat type belt for
transmission of power (Habasit-Iakoka make flat belt only). Below 5 HP
motor, a regular V-type belt of Fenner make should be provided.

20.0

The static pressure & air flow rate mentioned in the tender are maximum for
the purpose of designing the components. However it is contractors
responsibility to prove the airflow rate at the time of commissioning. He can
use V belt pulley at initial stage and later on replace with flat belt once system
stabilizes.

21.0

During the replacement of AHU contractor shall cut/modify the existing


header/coil connection as per the new requirement. The new piping shall be
paid on RMT basis as per the tender rate. Similarly ducting connection
includes cutting/modifying the existing ducting including making new
plenum, if necessary. The new ducting shall be paid on Sqft basis as per tender
rate.

22.0

The manufacturer of AHU should have the single space for assembly & testing
of AHU preferably at his work, where different section of AHU like casing,
coil etc. manufactured.

23.0

Supplier shall arrange for inspection/testing of AHU at his works. TIFR will
have liberty to inspect/test the parts of AHU during the
manufacturing/assembly of AHU. No charges will be paid extra towards
inspection/testing. The bidder shall make necessary arrangements for travel,
boarding & lodging for 3 engineers of TIFR deputed for inspection & testing
of the AHUs at manufacturers premises.

24.0

Ceiling suspended type AHU should have intermediate anti vibration device to
stop transmission of vibration to ceiling.

25.0

There are various sizes of insulated piping in the institute on which the layers
of sand cement plaster required. Bidder should quote his rate of sand cement
plaster of various sizes as per item no. 16 of BOQ.

26.0

Spare Motor with pulley shall be provided on extended shaft for Two AHUs
(23500 CFM & 9000 CFM Catering to Pelletron Building)

27.0

Power supply shall be given by TIFR at AHU motor as per requirement but
the termination at motor end (With Copper Lugs) shall be in the scope of
contractor.

28.0

Out of eight AHUs, 4 AHUs of Pelletron block, one AHU for `C Block
Mezzanine & one AHU (ceiling suspended) of Pent House are to be replaced
on one to one basis, whereas the remaining two AHUs capacity have been
changed. It is the responsibility of successful bidder to prove the capacity of
each AHU. Mere quoting on the basis of tender will not absolve the
successful bidder from proving the capacity of AHUs.

15.0

All welding must conform to the requirements of applicable IS standards. All


welding procedures and details shall be subject to the approval of Engineer InCharge. All necessary arrangements for working at heights above the floor
level like scaffolding, rope etc. shall be arranged by the Contractor. All
materials, equipments, tools & tackle, shifting and lifting arrangement and
other necessary items required to carry out the work shall be arranged by the
Contractor. All other necessary equipments, arrangements like welding
machine, gas cutter, welding rods, drill bits, drilling machine, grinder, gas
cylinders for gas cutting etc. shall be arranged by the Contractor. Electricity &
water needed for carrying out the work shall be provided free of cost by TIFR.
54

16.0

The Contractor shall make arrangements to store his tools, equipments etc. in
his own tool box having proper locking arrangements. Material required for
carrying out the work such as flanges, nuts and bolts, rubber gasket, pipes etc.
shall be provided by the Contractor. All the above material shall be of high
standards and subjected to the approval of the Engineer In-Charge.

17.0

The work shall be carried out with least disturbance to the users. The
shut down if any required for carrying out the works shall be minimum
and advance intimation to be given. Shut down periods will be intimated
for the work to be taken up after obtaining the necessary approval form
the Users.

18.0

The Contractor shall inspect the site and ascertain for himself the nature
and extent of work to be executed and shall include all the items and
services necessary whether specifically mentioned or not in the tender
specification, drawing, so as to meet the intent and purpose of this
specification.

55

TECHNICAL SPECIFICATIONS
1.

SCOPE :
The scope of this section comprises the supply, installation, testing and
commissioning of single skin air handling units of the size and capacity set
forth in the Schedule of Equipment.

3.0
2.1

CABINET TYPE:
The unit shall be of sectionalized construction consisting of Fan section, coil
section, Filter section and drain pan.

2.2

Metallic casing shall be fabricated from 16 Gauge galvanized sheet steel


ribbed and reinforced for structural strength and rigidity. 16 Gauge hot section
channels shall be used for reinforcing .It shall be sectionalized construction
with proper sealing at the joints to make the joints air tight. Fan section and
panels with bearing supports shall be reinforced with heavy gauge channels.
For AHUs supported on floor, leg packages shall be provided for attachment
to the Fan and Filter sections, raising the height by 350mm. All edges shall be
formed inter locking to stiffen and support the weight and shall be secured
with galvanized nuts and bolts.

2.3

Fan impeller shall be of forward curved blade centrifugal type. Impeller shall
be of double width double inlet type. Two or three wheels shall be provided
for each AHU. Blower section (includes Scroll, impeller blades, etc.) shall be
fabricated from 16 gauge galvanized sheet steel. Fan housing shall be made of
die formed side sheets with stream lined inlet and guide vanes to ensure
smooth air flow into the fans. Fan shaft shall be of solid cold rolled carbon
steel, ground and polished. The whole assembly shall be statically and
dynamically balanced for smooth operation.
Fan shaft bearing shall be of heavy-duty type selected for an average operating
life of 100,000 hours. Bearing shall be self-aligning type. They
shall be permanently lubricated. Bearing housing shall be fabricated from
malleable iron and suitably supported from outside.
Fan motor shall be mounted on an adjustable sound isolating base located on
the top surface above the AHU.

2.4

Cooling Coils shall be of the fin and tube having Aluminum fins firmly
bonded to Copper tube (Seamless solid drain). Capacity of the coil shall be as
required under the Schedule of Equipment. Velocity of air across coil face
shall not exceed 500 CFM. Tube shall be of 5/8 O.D. and with 10-12 fins per
inch. Coils shall be tested at 300 psig Nitrogen pressure in presence of our
engineers. Shut off valve (Butterfly type) at the inlet and outlet of coil to be
provided. Proper purging and drain arrangement to be made on header of
coil. Copper tube gauge

56

thickness shall not be less than 20 SWG. Aluminum fins gauge shall not
be less than 32 G. Fin punching profile must follow full length air of contact
with tube and must be turned at edges to increase rigidity and contact.
Drain pan shall be constructed of 18 G stainless steel with sandwich type
insulation in-between bottom plates. Necessary support shall be provided to
slide the coil in the drain pan. Outlet shall be provided on both the side of
drain pan. An extension drip pan shall be provided at proper location outside
the casing to catch all drip from external coil connections and valves.
End panel of the coil section casing shall be removable for withdraw of the
coil and shall be provided with opening for coil connections.
2.5

Filters shall be cleanable viscous metal AL box type and shall be 50 mm thick.
The filter shall be hold with stiffeners in-between made out of hollow SS
material.

2.6

Suitable, easily openable service door (for Internal Maintenance)


between coil section and fan section to be provided to enable a person to
enter inside

2.7

Unit shall be thermally and sound insulated as in section Insulation

2.8

Spring type Anti Vibration Mounting of approved make shall be provided as


vibration isolators.

2.9

Sheet metal fresh air louvers with frame, damper, etc. shall be provided in the
clear opening in masonry made by the owner.

2.10

The Unit cost shall be complete with all accessories, including the following:
1] Manual air vents at high point and drain at low point. 2] Water
Thermometers at Inlet & Outlet.3] Pressure gauges with siphon cocks
at Inlet & Outlet. 4) Canvass Connection

3.

PERFORMANCE DATA & TESTING:


Air handling units shall be selected for the lowest operating noise level of the
equipment for performance rating and power consumption data with operating
points(On Fan Curve) clearly indicated shall be submitted with the tenders and
verified at the time of testing and commissioning . The following test result
shall be furnished during commissioning in the presence of departments
Engineer;
a) Air Side
Air Flow Rate in CFM or Cub.M per hour
Static pressure in mm wg
Entering Dry bulb & Wet bulb temperature
Leaving Dry bulb & Wet bulb temperature
b) Water Side
Inlet temperature in degree C
Outlet temperature in degree C
Pressure drop in psig

7.

PAINTING:
57

Unit shall be painted with approved type of Epoxy paint (minimum two coats)
8.

CODES & STANDARDS FOR AIR HANDLING UNIT:


The design, manufacture and performance of AHU shall comply all currently
applicable statutes, regulations and safety codes in the locality where the
equipment will be installed. The equipment shall also conform to the
requirements of the latest editions of applicable Indian/U.S.A. standards.
Nothing in this specification shall be construed to relieve the vendor of this
responsibility. In particular the equipment shall conform to the latest editions
of the following standards:

a)
b)
c)
d)

ANSI 89.1
IS:659
IS:660
AHRAE

e)

ARI-410

Safety code for mechanical refrigeration.


Safety code for air-conditioning.
Safety code for mechanical refrigeration.
Standard-33 methods of testing for rating forced
Circulation air-cooling and air heating coils.
Standard for forced circulation air cooling and air
Heating coils.

G.I. insulated condensate drain piping with drain valve, upto sump or floor
drain within the air handling unit room. The drain shall be provided with
proper U loop. Only piping and valve shall be measured and paid at unit
rate.
9.

PERFORMANCE DATA:
Air handling units 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 with the tenders and
verified at the time of testing and commissioning of AHU.

58

SHEET METAL WORK


1.0

SCOPE:

1.1

The scope of this section comprises the supply and installation of all sheet
metal ducts.

1.2

MATERIAL:

1.2.1

Ducts shall be made of galvanized steel sheets. The galvanized steel sheets
shall conform to IS 277-1965 with 200gsm Zink coating.

1.2.3

The thickness of sheets shall be as given below:

Dimensions
of ducts

Gauge
G.I.

Gauge
Al

Type of Joints

Type of Bracings

Upto 600

24

22

G.I. Flange at
2.5 centre

Cross bracings.

601 to 750

24

22

25 x 25 x 3 mm
Angle iron frame
With 6 mm dia.
Nuts & bolts

25 x 25 x 3 mm MS
angles bracing at 1500
mm from joints

751 to 1000

22

20

25 x 25 x 3 mm
Angle iron frame
With 6 mm dia.
Nuts & bolts

25 x 25 x 3 mm MS
angles bracing at 1500
mm from joints

1001 to 1500

22

20

40 x 40 x 5 mm
Angle iron frame
With 8 mm dia.
Nuts & bolts

40 x 40 x 3 mm MS
angles bracing at 1500
mm from joints

1501 to 2250

20

16

50 x 50 x 3 mm
Angle iron to be
Cross braced
diagonally with
10 mm dia. nuts
and bolts at 125
centre.

40 x 40 x 3 mm MS
angle bracing at
1200 mm from joints
or 40 x 40 x 3 mm MS
angle diagonal bracing

2250 & above

18

14

50 x 50 x 6 mm
Angle iron 10
mm dia. nuts
and bolts at 125
centre.

50 x 50 x 3 mm MS
angle bracing at
1200 mm from joints
or 50 x 50 x 3 mm MS
angle diagonal bracing

HANGERS FOR DUCT:


59

Duct Size
[mm]

Spacing
[M]

Size of MS equal angle


[mm x mm]

Size of rod dia


[mm]

Upto 750

2.5

40 x 3

10

751 to 1500

2.0

40 x 3

12

1501 to 2250

2.0

50 x 3

15

50 x 3

15

2251 to above 2.0

All the MS angle, use for duct support & brazing etc, shall be hot dip
galvanized
1.4

DAMPERS:

1.3.1

All dampers shall be louver dampers of robust construction & tightly fitted.
The design, method of handling and control, shall be suitable for the location
and service required.

1.3.3

Dampers shall be provided with suitable links, louvers and quadrants as


required for their proper operation, control or setting in any desired position.
Dampers & their operating devices shall be made robust, easily operable and
accessible through suitable access doors in the ducts. Every damper shall have
an indicating device clearly showing the damper position at all times.

1.3.3

Dampers shall be placed in ducts & on main supply or return air duct for the
proper volume control and balancing the system.

1.4

GRILLS & DIFFUSERS:

1.4.1

All side wall supply air grills shall be similar and equal to Tuttle and Bailey
Triflox T 647 double deflection register with approved damper. Supply air
grills shall be provided with vertical and horizontal adjustable bars and
volume control multi-louver damper that shall be key operated from the front
of the grills.

1.4.2

All return air grilles shall be similar & equal to Tuttle & Bailey Aerovane
770D grills.

1.5

INSTALLATIONS:

1.5.1

The duct fabrication & installation shall generally conform to I.S. 655-1963.

60

1.5.2

The contractor shall provide and neatly erect all sheet metal work or as may be
required to carry out the intent of these specifications and this shall meet with
the approval of the Engineer in all its parts and details.

1.5.3

All necessary allowances and provisions shall be made by the contractor for
beams, pipes or other obstructions in the building. Where necessary to avoid
beams or other structural work or plumbing or other pipes or conduits the
ducts shall be transformed, divided or curved to one side, as approved or
directed by the Engineer.

1.5.4

All metal work in dead or furred down spaces shall be erected in time to cause
no delay to other contractors in the building.

1.5.5

Ducting over furred ceiling shall be supported from the slab above, or from
beams. In no case shall a duct be supported from the ceiling hangers or be
permitted to rest on a hung ceiling.

1.5.6

If a duct cannot be run as decided, the Contractor shall install the duct between
the required point by any path available, subject to the approval of the
Engineer.

1.5.7

All ducts shall be rigid and shall be adequately supported and braced where
required with standing beams, tees or angles of ample size to keep the ducts
true to shape and to prevent buckling, vibration or breathing.

1.5.8

All joints shall be made tight and all interior surfaces shall be smooth. Bends
shall be made with radius not less than the width of the duct or with
scientifically designed interior curved vanes, as approved. The vanes shall be
so spaced that the aspect ratio of each of the individual elbow formed by the
vanes will be about five.

1.5.9

All sheet metal connections, partitions & plenums required to confine the flow
of air to and through the filters and fans, shall be constructed of 18 G
galvanized Iron, thoroughly stiffened with 1 x 1 angle Iron braces and fitted
with all necessary doors as required by the Engineer, to give access to all parts
of the apparatus. Doors shall be not less than 18 x 20 in size.

1.5.10 Where metal ducts or sleeves terminate in wood work, brick or masonry
openings, tight joints shall be made by means of closely fitted heavy flanged
collars.

1.5.11 Air handling units shall be connected to duct work by inserting at air inlet and
air outlet a double canvas sleeve. Each sleeve shall be minimum 4 long
securely bonded and bolted to duct and units. Each sleeve shall be made
smooth and the connecting duct work rigidly held in line with unit inlet or
outlet.
1.6

INSULATION:

1.0

SCOPE:
61

1.1

The scope of this section comprises the supply and application of insulation as
herein specified.

2.0

COLD INSULATION:

2.1

All pipes, ducts & equipments operating at temperature lower than the ambient
shall be insulated in the manner specified hereinafter.

2.2

The insulating material shall be as follows:


f)

Pipes:
Rigid preformed sections of expanded polystyrene of uniform density
of 24 Kgs./m3 with a `K value of not more than 0.23 B.T.U/
Hr./In/Sq.ft./0F at 500F mean temperature.

2.4 No insulation shall be applied on pipes until the pipes are satisfactorily tested.
Thickness of pipe insulation shall be 50mm.
2.5
a)

Pipe insulation shall be applied as follows:


Pipes shall be thoroughly cleaned with wire brush and rendered free from all
rust and grease.

b)

Two coats of bitumen shall be applied on the cleaned pipe surface.

c)

Rigid pipe sections of insulation shall be fixed tightly to the surface taking
care to seal all joints and covered with Polythene sheet.

d)

24 G x 20 mm mesh wire netting shall be applied, butting all joints and shall
be laced down with G.I. wire.

f) Insulated surface shall be finished with two layers of sand cement plaster. Each
layer shall be not less than 7 mm thick.
2.5

All valves, fittings, strainers etc. in chilled water piping shall be insulated to
the same thickness as specified for the main run of piping. Valve bonnets,
yokes and spindles shall be insulated in such a manner as not to cause damage
to insulation when the valve is used or serviced.

2.6

Cabinet air handling units shall be insulated as follows.


Fans & coil section panels shall be internally lined with fire retardant quality
25 mm thick, 24 Kgs./m3
density thermocole slab (with black pigmented
neoprene coating).
The insulation should be stuck to the body of AHU without making any hole
in the body.

2.7

Ducts shall be insulated as follows:


---------------------------------------------------------------------------------------------Type
Location
Insulation
---------------------------------------------------------------------------------------------a) Supply duct
unconditioned space 50 mm, 24 kg/m3 density
TF quality, thermocole
slab.
b) Supply duct
conditioned space
25 mm, 24 kg/m3 density
62

TF quality, thermocole
Slab.
c) Return duct or unconditioned space 25 mm, 24 kg/m3 density
plenum
TF quality, thermocole
slab.
====================================================
Contractor shall submit the Insulation material test certificate clearly
showing density, K value, lot ,etc of material.
2.8

Duct insulation shall be applied as follows:


a)
Black bitumen paint shall be applied over the surface after cleaning the
ducts.
g)
24 kg/m3 density thermocole slab insulation of specified thickness shall
be put by using Bitumen uniformly over Insulation surface.
h)
The Thermocol Insulation shall be covered with 40 G AL foil. Al foil
should be wrapped on Thermocole uniformly, using Bitumen.
i)
The Joints of AL foil shall be overlapped at least 75mm covered with
AL tape. Stripping should be done at distance of 1 meter to hold the
insulation, wherever required.
j)
Wherever necessary and particularly in larger duct, strapping with
PVC material should be done after thermocol insulation and before
putting AL foil

2.9

Acoustic Insulation of Duct:The acoustic Insulation shall be done with 48 Kg/cu.m.Density,25mm


thick Resin bonded Fibre Glass.
The duct surface shall be cleaned and hot bitumen applied in patches
and resin bonded glass wool cut to appropriate sizes and stuck to the
duct wall. The insulated face shall be covered with RP tissue papers &
perforated AL sheet of 28 Gage thickness having 3mm perforations at 5mm
staggered centre and held in position with rivets or galvanized steel bolt with
counter sunk heads & 50 x 50 x 2 mm plate washers at not more than 600mm
centers.

1.7

PIPING

1.0

SCOPE:
The scope of this section comprises the supply & laying of all pipes required
for this project. On the award of the contract, the tenderer shall prepare his
own detailed working drawings.

2.0

CHILLED WATER PIPING:

2.1

All chilled water piping and fittings shall be of M.S. Class `C (heavy class) of
TATA/Jindal make only. The pipe confirming to BIS 1239 for pipe size
upto 150 mm dia. and for pipe size 200 mm dia. and above shall be as per BIS
3589 having minimum 6 mm thickness. All joining in piping shall generally
be by welding unless otherwise mentioned or as directed at site. All welding
shall be done by qualified welders and shall strictly confirm to Indian Standard
code of procedure for manual metallic welding of mild steel as per BIS 823.
The piping shall be so designed that the water velocity through the piping shall
not exceeds maximum 8 fps and also the piping friction drop shall be limited
to 4 m per hundred meter of pipe length.

2.2

63

Pipe threads shall be of I.S. 554/1955 and flanges of I.S. 1536/1960.. Pipes
shall be sloping towards drain points.
2.3

Fittings shall be new and from standard manufacturers. Fittings shall be


malleable casting of pressure ratings suitable for the piping system. Fittings
used on welded piping shall be of the weldable type. Flanges shall be new and
from standard manufacturers. Supply of flanges shall include bolts, washers
etc. as required.

2.4

Tee-off connections shall be through reducing tees, wherever possible.


Otherwise ferrules welded to the main pipe shall be used.

2.5

All equipment and valve connections or connections to any other mating


pipes, shall be through unions/screwed flanges upto 50 mm dia. And flanges
(welded or screwed for G.S.) for larger diameters or as required for the mating
connection.

2.6

All welded piping is subject to the approval of the Engineer and sufficient
number of flanges and unions shall be provided as required under.

2.7

All the drain piping shall be of G.I. C class of TATA/Jindal make with the
Insulation as specified in the Insulation

2.8

Gate valves shall be provided conforming to the following specifications.


---------------------------------------------------------------------------------------------Size
Construction
Ends
---------------------------------------------------------------------------------------------12 to 65 mm
Gun metal
Screwed female
65 mm & over

a) Body - Cast Iron


b) Spindle, valves seat,
Wedge, nut etc.

Flanged

Bronze or
Gun Metal
===================================================
Valves shall conform to I.S. 780/1963 & flanges to I.S. 1536/1960 or as
required. Valves shall have non rising spindles unless otherwise specified and
shall be suitable for 300 psig test pressure. The valve shall be of Leader make.
Tail pieces shall be used wherever required.
2.9

Butterfly valves shall perform the function of isolating valves. Butterfly


valves shall have cast iron body with Nitrile rubber bonded bakelite hard back
seat. Disc shall be of high duty iron with epoxy coating on nickel plating. All
butterfly valves shall be provided with locking devices. The shaft shall be
stainless steel AISI 410. The valve shall be Audco make only.

3.0

PIPING INSTALLATION:

3.1

Pipe runs and sizes should to meet the site conditions. The contractor on the
award of the work shall prepare detailed working drawings, showing the cross
section, longitudinal sections, details of fittings, locations of isolating, drain
and air valves etc. They must keep in view the specific openings in buildings
and other structures through which the pipes are designed to pass.
64

3.2

Piping shall be properly supported on or suspended from strands, clamps,


hangers etc. as specified and as required. The tenderer shall adequately design
all the brackets, saddles, clamps, hangers etc. and be responsible for their
structural integrity.

3.3

Pipe supports shall be of steel, adjustable for height and prime coated with rust
preventive paint and finish coated black. Where pipe and clamp are of
dissimilar material, a gasket shall be provided in between.
Spacing of pipe supports shall not exceed the following:
Pipe (mm)
Sapcing (Meters)
3 to 12
1.22
19 to 25
1.83
32 to 150
2.44
150 and above
3.05
Pipe hangers shall be fixed on walls and ceilings by means of metallic rawl
plugs or approved shear fasteners.

3.4

Vertical risers shall be parallel to wall and column lines and shall be straight
and plump. Risers passing from floor to floor shall be supported at each floor
by clamps or collars attached to pipe and with a 12 mm thick rubber pad or
any resilient material. Where pipes pass through the terrace floor, suitable
flashing shall be provided to prevent water leakage. Risers shall also have a
suitable elbow or concrete pipe support at the lowest point.

3.5

Pipe sleeves of 50 mm diameter shall be provided wherever pipes pass through


walls and the annular space filled with felt and finished with retaining rings.

3.6

Insulated piping shall be supported in such a manner as not to put undue


pressure on the insulation.

3.8 Cut-outs required in the floor slabs for taking the various pipes are provided.
Tenderers shall carefully examine the cutouts provided and clearly point out
wherever the cutouts do not meet with the requirements.
3.8

Piping work shall be carried out with minimum disturbance to the other work
on the site. A program of work shall be chalked out in consultation with the
Engineer.

3.9

All pipes using screwed fittings shall be accurately cut to the required sizes
and threaded in accordance with I.S. 554/1955 and burrs removed before
laying. Open ends of the piping shall be blocked as the pipe is installed to
avoid entrance of foreign matter. Wherever reducers are to be made in
horizontal runs, eccentric reducers shall be used if the piping is to drain freely;
in other locations, concentric reducers may be used.

3.10

Drains shall be provided at all low points in the piping system and shall be of
the following sizes:
Mains

Drain

Upto 300 mm
Over 300 mm

25 mm
40 mm
65

Drains shall be provided with gate valves of equal size with rising spindle.
Drains shall be piped through equal size G.I. pipe to the nearest drain or floor
waste. Piping shall be pitched towards drain points.

4.0

PRESSURE GAUGES:

4.1

4.2

The pressure gauges shall be Bourbon tube type confirming to IS : 3624 and
shall be with siphon cock and angle valve. Pressure gauges shall be not less
than 150 mm dia. and of appropriate range etc. duly calibrated before
installation. The Pressure gauges shall be of H.GURU/equ. make.
Care shall be taken to protect pressure gauges during pressure testing.

5.0

THERMOMETERS:

5.1

Thermometers shall be either 150 mm dia. dial or direct reading industrial


type, of appropriate range, duly calibrated before installation. Thermometers
shall be installed in separable wells.

6.0

INSULATION:

6.1

Pipes shall be insulated in accordance with specifications in section


`INSULATION.

7.0

VIBRATION ELIMINATION:

7.1

Piping installation shall be carried out with vibration elimination fittings


wherever required.

8.0

TESTING:

8.1

All piping shall be tested to hydrostatic test pressure of at least 1 times the
maximum operating pressure, but not less that 7 Kgs/Sq.Cm. for a period of
not less than 24 hours. All leaks and defects in joints revealed during the
testing shall be rectified to the satisfaction of the Engineer.
Piping repaired subsequent to the above pressure test shall be retested in the
same manner.
System may be tested in sections and such sections shall be securely capped.
The owner shall be notified well in advance by the Contractor of his intention
to test a section or sections of piping and all testing shall be witnessed by the
Engineer or his authorized representative.
The contractor shall provide all materials, tools, equipment, instruments,
services and labour required to perform the test and to remove water resulting
from cleaning and/after testing.
The contractor shall make sure that proper noiseless circulation of fluid is
achieved through all coils and other heat exchanger in the system concerned.
If proper circulation is not achieved due to air bound connections, the
Contractor shall rectify the defective connections. He shall bear all the
expenses for carrying out the above rectifications, including the tearing up and
re-finishing of floors, walls, etc. as required.

8.2
8.3
8.4
8.5
8.6

8.6

No insulation shall be applied to piping until after the completion of the


pressure testing to the satisfaction of the Engineer.
66

9.0

PAINTING:

9.1

After all the piping has been installed, tested and run for at least 10 days of
eight hours each, the piping shall be given two finish coats, as follows:
---------------------------------------------------------------------------------------------Service
Flow
Colour
---------------------------------------------------------------------------------------------Chilled water
supply return as approved by the
Engineer
====================================================

9.2

The direction of flow of fluid in the pipe shall be visibly marked in White
arrows.

1.8

ELECTRICAL EQUIPMENT

1.0

SCOPE:

1.4 The scope of this section comprises the supply & installation of all electrical
equipment, such as, electrical motors
2.0

RATINGS & STANDARDS:

2.1

Rating of the motors shall be as indicated by you in the data sheets and as per
the requirements of the airflow and static pressure. Ratings shall be on the
basis of the specified ambient temperature and without exceeding the
maximum temperature limits set by IS 325/1961.

2.2

Unless otherwise stated, Indian Standard Specifications shall apply. Where


I.S. specifications are not available, the relevant British Standard
Specifications shall be followed.

3.0

SQUIRREL CAGE INDUCTION MOTORS:

3.1

All motors shall be screen protected drip proof type TEFC with Class-C
insulation, conforming to I.S. 325/1961 unless otherwise specified.

3.2

The motor shall be statically and dynamically balanced.

3.3

Bearings shall be combination ball and roller type with limit lubricators.

3.4

Termination shall be of ample size housed in a termination box . The terminal


box shall be suitable for cable entry. Two earth terminals shall be provided.

3.5

The starting torque shall match with the load torque and the starting current
shall not exceed 6 times the full load current.

4.0

INSTALLATION:

4.1

All motors shall be mounted on a common foundation with the driven


equipment coupled through flexible couplings or through belt drive.
Installation shall be in accordance with I.S. 900/1956.

67

4.2

Flexible connections shall be provided to all motors terminals wherever the


motor is mounted on guide rails and belt drive is adopted. Even in the case of
direct drive motors, the connections shall be flexible enough to prevent
transmission of vibration.

4.3

All drive arrangements and couplings shall be provided with a safety guard.

5.0

TESTING:

5.1

Motors shall be tested in accordance with the relevant Indian Standard


Specifications and test certificates furnished for routine type and high voltage
tests.

6.0

PAINTING:

6.1

All motors, starters and the frame work shall be painted with two coats of a
suitable paint of approved colour.

68

Schedule of Technical Data for each Air Handling Unit


(To be submitted for each AHU separately)
Technical data shall be furnished as below:
VIII) General:
14)
Make:-

IX)

15)

Air Discharge Direction:- Horizontal or Vertical

16)

Overall Dimensions:-

17)

Weight (including water):-

18)

Type of Vibration Isolators:-

19)

Approx. noise level (db):-

20)

Drive belts & size (Flat, Belt, V-Belt):-

21)

G.I. Casing Gauge:-

22)

AHU body insulation material & thickness:-

23)

Density of insulation material :-

24)

Drain Tray Material :-

25)

Drain tray insulating material & thickness:-

26)

Whether inspection door provided for AHU body:-

Fan Section:
9)
Air handling capacity (CFM/CMH):10)

Total static press (mm WG):-

11)

Fan speed (r.p.m.):-

12)

Nos. of Fan outlet & area:-

13)

Fan diameter:-

14)

Balance (Static and/or Dynamic):-

15)

Bearings:-

16)

Make & Mode of Fan.

69

X)

XI)

XII)

Filter Section:
8)
Type:9)

Gross filter area:-

10)

Velocity through filter (F.P.M.):-

11)

Press drop through filter when new (mm, W.G.):-

12)

Efficiency:-

13)

Filter material:-

14)

Filter Casing Material & Gauge

Cooling Coil:
9)
Coil fin material & thickness:10)

Copper tube diameter & thickness:-

11)

Water through coil (F.P.M.):-

12)

No. of fins per inch:-

13)

Water press drop in the coil (psig):-

14)

coil Face area :-

15)

Nos. of coils:-

16)

No. of rows of each coil:-

Drive Motor for AHU:


6)
Make:7)

Frame size:-

8)

Insulation Class:-

9)

HP/KW rating:-

10)

Type

XIII) VALVES
1.

2.

Butterfly Valve
1]

Make :-

2]

Model :-

Gate Valve
1]

Make :-

2]

Model :-

70

XIV) Gauges
1.

Pressure Gauge
1)
2)

2.

Make:Type:-

Thermometers
1)
2)

Make:Type:-

VIII) Miscellaneous
1.

Insulation (Duct/Piping)
1)
Make:2)
Thickness & Density:-

2.

Piping
1)
Make
2)
Class of Pipe

3.

Ducting Sheet
1)
Make of Sheet

4.

Anti Vibration Mounting


1)
Type
2)
Make

Note: Any other additional technical details may be included by the tenderer.

71

ACCEPTABLE/APPROVED MAKE OF MATERIALS


Material

Make

1. Galvanized Plane Sheets

Jindal/SAIL

2. Pipes

Tata/Jindal

3. Butterfly Valve/Ball Valve

AUDCO

4. Gate Valve

Leader

5. Globe Valve

Leader/AUDCO

6. Y/Plot Strainer

TrishuL/Emerald

7. Non Return Valve

AUDCO/C&R

8. Gauges

H Guru/Star Scientific

9. Thermometers

H Guru/Star Scientific

10. Pipe Insulation

Beardsell/Lloyds/
Phenotherm

11. Duty Insulation

Owens Corning/Beardsell/
U P Twiga

12. Electrical Motor

Siemens/Crompton/ABB

13. Anti Vibration Maintenance

RMS Corporation/Dunlop

72

TATA INSTITUTE OF FUNDAMENTAL RESEARCH


Technical Services

TENDER DOCUMENT
Replacement of very old Air Handling Units with Supply,
Installation, Testing & Commissioning of New
Single Skin AHUs along with associated ducting,
insulation, piping, valves etc. at TIFR, Colaba, Mumbai

73

CONDITIONS OF TENDER

17.

Quotations must be submitted in duplicate giving complete details; in


particular, the offers should clearly specify applicable taxes, make, offered,
warranty/guarantee terms, delivery period and delivery charges, if the price is
ex-works/ex-Godown/ex-shop.

18.

Quotation should be valid for a period of 120 days from the date of opening of
the tender.

19.

Tenders in sealed envelopes duly superscribed with the Tender No. and due
date, shall be addressed to the Purchase Officer, Tata Institute of Fundamental
Research, Homi Bhabha Road, Colaba, Mumbai 400 005.

20.

Tenders will be opened in the presence of attending tenderers on the date and
time specified in the enquiry; in the event the due date declared is a holiday,
the tender will be opened on the following working day.

21.

This tender documents/form is not transferable.

22.

Tenders containing erasures or alterations will not be considered.

23.

Tenders which do not comply with the above conditions are liable to be
rejected.

24.

The Institute will not defray any expenses whatsoever incurred by the Bidders
for the preparation of bids.

9.

In case Bidder finds discrepancies or omissions from the specifications or


other documents or has any doubt as to their meaning, he shall at once request
in writing to the Purchase Officer, TIFR, who will for
interpretation/clarification issue interpretation and clarifications as he may
consider necessary in writing as an addendum. Copies of such addenda, if
issued, shall be signed by the Bidder and shall form a part of his bid. Verbal
clarifications given shall not be binding on the Institute.

10.

Before submitting the bids, the Bidders shall make themselves fully
conversant with the technical specifications and other documents as attached
so that no ambiguity arises at a later date in this respect.

11.

The owner reserves the right to postpone the date of submission and opening
of bids.

12.

The bidders shall quote in English their rates/prices both in figures, as well as
in words against each item of the work as detailed in the enclosed Schedule of
Quantities. In the event of any discrepancy between the quoted rates/prices in
words and that quoted in figures, the rates/prices quoted in words shall govern.
74

13.

The bidders must return the complete set of bid document. Each page of the
bid document must be signed and dated by the bidder. Any bid not so signed
and dated is likely to be rejected. All writing shall be in ink only. Any
corrections in the entries in the Schedule of Quantities of this bid document,
shall be initialed and dated by the bidder before submission of the bid. No
parts of the bid document shall be altered, overwritten or amended by the
Bidder

14.

The Institute shall be under no obligation to accept the lowest or any


tender received in response to this tender notice and shall be entitled to
reject any tender without assigning any reason whatsoever.

75

GENERAL CONDITIONS OF CONTRACT


29.0

Definition of Terms :

9.1.

In construing these general conditions and the specifications the following


works shall have the meanings herein assigned to them unless there is
something in the subject or context inconsistent with such works.

1.28

The term `Contractor/`Supplier/`Bidder/`Vender shall mean the Tenderer


whose tender has been accepted by the Owner and shall include the Tenderers
heirs, successors and assignees approved by the Purchaser:

1.29

The `Purchaser shall mean Tata Institute of Fundamental Research, Homi


Bhabha Road, Colaba, Mumbai 400 005 and shall include the Purchasers
heirs, successors and assignees.

1.30

The term `Sub-Contractor shall mean the firm or persons named in the
contract for any part of the work or any person to whom any part of the work
has been sublet with the consent in writing of the Engineer-In-Charge and
shall include his heirs, successors and assignees approved by the Purchaser.

1.31

The Term `Inspector shall mean any person appointed by/or on behalf of the
Purchaser to inspect supplies, stores or work under the contract or any person
deputed by the Inspector for the purpose.

1.32

The term `Particulars shall mean, the following :


k)
l)
m)
n)
o)

1.33

Specifications
Drawing
Sealed Pattern denoting a pattern sealed and signed by the Inspector.
Proprietary make denoting the produce of an individual firm.
Any other details governing the construction, manufacture and/or
supply as existing for the contract.

The term `Engineer shall mean Engineer, Central Services, Tata Institute of
Fundamental Research, Colaba, Mumbai or some other person for the time
being or from time to time duly appointed in writing by the Owner to act as
Engineer for the purpose of the Contract or in default of such appointment the
Purchaser.

76

1.34

The term `Specification shall mean the specifications annexed to or issued


with these Conditions of Contract.

1.35

The term `Site shall mean the place or places at which the Equipment is to be
delivered or work done by the Contractor shall include where applicable the
lands and buildings upon or in which the works are to be executed and shall
also include the place or places at which fabrication and other work is being
carried out by the Contractor.

1.36

`Electrical Equipment, `Stores, `Work or `Works shall mean and include


equipment and materials to be provided and work to be done by the Contractor
under the Contract.

1.37

The `Contract shall mean acceptance of the work order placed on


contractor/supplier under section (2) of these conditions and shall include
these conditions of Contract, Specifications, Schedule, Drawing, Letter of
Intent of the Purchaser and any subsequent amendments mutually agreed
upon.

1.38

`Tests on Completion shall mean such tests are prescribed by the


specifications or have been mutually agreed to between the
Contractor/Supplier and the Purchaser to be made before the equipment is
taken over by the Purchaser.

1.39

`Writing shall include any manuscript, typewritten or printed statement under


or over signature or seal as the case may be. Words importing `person shall
include firms, companies, corporations and association of individuals whether
incorporate or not.

1.40

Words importing singular shall also include plural and vice versa where
context requires.

30.0

Contract:

30.1

Contractor/Supplier should send their acceptance letter on receipt of `Letter of


Intent or work order within stipulated period. On expiry of said period or
exorbitant delay in commencing or executing the work, the Purchaser shall not
be liable to any claim from the Contractor/ Supplier for work entrusted to and
may revoke the contract.

77

31.0

Work at Site:

31.1

The contractor should ensure that his people follow safe practices at
work.

31.2

Access to the works shall be allowed only to the Contractor/Supplier, SubContractors or his duly appointed representatives. The Contractor/ Supplier
shall not object to the execution of work by other contractors or tradesman and
shall afford them every facility for execution of their several works
simultaneously with his own.

31.3

Work at the Purchasers premises shall be carried out at such time as the
Purchaser may approve but the Purchaser shall give the Contractor/ Supplier
all reasonable facilities for the same. The Contractor/Supplier shall provide
sufficient fencing, notice boards etc. to guard the works and warn the public.

31.4

The Contractor shall obey Central, local and State regulations and
enactment pertaining to workmen and labour and the Engineer shall have
the right to enquire into and decide all complaints on such matters.

32.0

Delays:

32.1

The Contractor shall not be entitled to any compensation for any loss suffered
by him on account of delays in commencing or executing the work, whatever
the cause for such delays may be, including delays in procuring Government
controlled or other materials and delay in obtaining instructions and decisions
from Engineer-In-Charge. The Contractor shall, however, merit extension of
time as hereinafter mentioned.

5.0

Taking Over:
The equipment when erected at site shall be deemed to have been taken over
by the Purchaser when the Engineer will have certified in writing that the
equipment has fulfilled the contract conditions.

78

10.0

Extension of Time:

10.1

If the Contractor is delayed in the progress of work by changes ordered in the


work, or by any cause, which the Engineer shall decide to justify the delay,
then the time of completion shall be extended by a reasonable time. No such
extension shall be allowed unless requests for extension are made in writing
by the Contractor/Supplier to the Engineer within 15 days from the date of
occurrence of the delay.

11.0

Other Damages:

11.1

The Contractor/Supplier shall be responsible for all injury to persons, animals


or things and for all damage to the works, structure of, and decorative work in
the property which may arise from operation or neglect of himself or any of
his Sub-Contractor or of his or Sub-Contractors employees, whether such
injury or damage may arise from carelessness, accident or any other cause
whatever in any way connected with the carrying out of this contract. This
clause shall be held to include any damage to buildings, whether immediately
adjacent or otherwise, any damage to roads, streets, foot paths, as well as all
damage caused to the works forming the subject of this contract by frost or
other inclemency of weather. The Contractor/Supplier shall indemnify the
Purchaser and hold him harmless in respect of all and any expenses or
property as aforesaid and also in respect of any claim made in respect of injury
or damage under any acts of Government or otherwise and also in respect of
any award of compensation or damages consequent upon such claim.

11.2

The Contractor/Supplier shall reinstate all damage of every sort mentioned in


this clause, so as to deliver up the whole of the contract works complete and
perfect in every respect and so as to make good or otherwise satisfy all claims
for damage to the property of third parties.

7.3

The Contractor/Supplier shall indemnify the Purchaser against all claims


which may be made against the Purchaser, by any member of the public or
other party, in respect of anything which may arise in respect of the works or
in consequence thereof and shall, at his own expense, effect and maintain,
until the work has been taken over.

79

7.4

The Contractor/Supplier shall also indemnify the Purchaser against all claims
which may be made upon the Purchaser whether under the Workmens
Compensation Act or any other statute in force during the currency of this
contract or at common law in respect of any employee of the
Contractor/Supplier or of any of his sub-contractor and shall at his own
expense effect and maintain until the work has been `Taken Over, with an
approved office.

7.7 The Purchaser, with the concurrence of the Engineer, shall be at liberty and is
hereby empowered to deduct the amount of any damages compensation costs,
charges and expenses arising or accruing from or in respect of any such claims
or damages from any sums due to or become due to the Contractor/Supplier.

80

GENERAL INFORMATION TO BIDDERS


1.

On behalf of Tata Institute of Fundamental Research (hereinafter referred to as


the Institute) bids are invited for design, supply, installation, testing &
commissioning of Air- Conditioning system for INO Laboratory with
associated ducting, Insulation, refrigerant piping, cabling etc at TIFR on Homi
Bhabha Road, Navy Nagar, Colaba, Mumbai-400 005.

10.

The Air-conditioning system shall be installed in stand alone Laboratory


building. The Laboratory building is situated near the Animal House. It is
only a ground floor structure.

11.

It is important that the bidder must satisfy himself before quoting that the
space provided is adequate for installation of his plant along with all
equipments and accessories as no extra space can be provided. The tenderers
must visit the site and take the actual measurement before quoting. The
bidders shall furnish a fully dimensioned layout for his Package unit, with all
equipment and accessories along with quotation.

12.

Bidder shall furnish the data called for in data sheets and the schedules in the
standard Proforma to facilitate correct evaluation of his bid in a most
expeditious manner. It is in the interest of the bidder to submit the bid in
above manner with complete technical details, failing which it is likely that his
bid may not be considered.

13.

Bidder shall be deemed to have carefully examined the specification in its


complete form and to have fully informed and satisfied himself as to the
details, nature, character and quantities of the work to be carried out, site
conditions, and other pertinent matters and details.

6.

It is the intent of the owner/purchaser to incorporate these specification


documents in the final contract order for the supply of material, equipment
and services. Bidders are required to review these documents and clearly
state in their proposals the acceptance of the same. Exceptions, if any shall
be clearly stipulated in appropriate bidding schedule. The final contract
between purchaser and vendor shall be subjected to such changes, if any,
mutually agreed upon by purchaser and vendor and included in the main
text of the contract/order.

7.

Bidder shall clearly specify all the deviations with respect to this specification
in the appropriate schedule.

8.

SCHEDULE OF QUANTITIES TO BE FURNISHED BY VENDORS

8.1

All equipments mentioned in the enclosure should conform to the respective


technical specifications. Only main items of the tender have been brought
out specifically in this schedule, however all accessories as per specification
or otherwise should be furnished at the time of quotation with cost of
individual item.

8.2

Tenderers are required to fill in unit rates for all the items mentioned in the
enclosure and any additional items quoted by them in the Financial Bid. In
absence of the unit rates, the offer may be considered as invalid.
81

8.3

All the equipments supplied shall be as per the List of Approved Make
attached .

9.

ITEMS TO BE FURNISHED BY THE PURCHASER:

9.1

Following shall be furnished by the purchaser:

9.1.1

Building, foundations and trenches.

9.1.2

Water and power for testing and commissioning.

10.

SERVICES SUPPLIED BY PURCHASER DURING ERECTION:


The purchaser will provide for the contractor following services during the
performance of work.

10.1

Temporary electric power at 415 V, 3 ph., 50 Hz at one point only which


will be within 50 M of location of works free of cost. Water shall be
provided free of cost for testing and commissioning.

10.2

The contractor shall make his own arrangement for supply, erection and
dismantling on completion of works of his temporary distribution system,
distribution panels and other equipments he may require to take the power
from the purchaser's supply points.

10.3

The contractor's temporary distribution system shall be subjected in every


respect to the approval of the purchaser and shall be arranged so as to avoid
any interference with other operations on the site.

10.4

The purchaser will not hold himself responsible for the consequences of any
interruptions to the continuity of the power supply or power system voltage
and frequency fluctuations.

10.5

The electric power shall not be used for heating purposes.

10.6

Electrical power made available to the contractor, during testing and


commissioning for the refrigeration unit is free of charge.

10.7

There is no EOT crane or mono rail to assist in erection work. Tenderer


should provide suitable derricks & tripods for lifting heavy load.

11.

SERVICE SUPPORT, SPARES & TOOLS:

11.1

The bidder shall provide in detail the Service Support Set-up in


Mumbai of the manufacturer or himself and lead time for replacement
of faulty parts and for providing technical service. The entire system
will be on comprehensive AMC with the supplier after the expiration of
the guarantee period.

11.2

The tenderer shall furnish complete set of tools & wrenches for making
adjustments, repairs & preventive maintenance including those required for
erection.
82

12

COMPLETION DRAWINGS (FINAL DRGS) & MANUALS:

12.1

The contractor shall submit tracings in original with five prints of all
installation drawings based on which equipments are installed &
commissioned.

12.2

Contractor shall supply the following literature in four sets:


a.
Start-up, operation and maintenance instructions of Airconditioning unit and its parts.
b.
Installation instructions.
c.
Field wiring diagrams.
d.
Operation and Maintenance Manual of electrical parts used in
the same.

83

INSTRUCTIONS TO BIDDERS & SPECIFIC


NON-TECHNICAL REQUIREMENTS
1.

The details in respect of Earnest Money, Security Deposit


a)

Earnest Money Deposit:


Bidder must deposit Rs. 60,000/- towards EMD along with the tender
failing which tender will be rejected. EMD will be accepted in the
form of Bank Draft only favouring Registrar, TIFR, Mumbai.

b)

Security Deposit:
5% (i.e. five percent) of the gross value of the work will be deducted
from the Contractors bill towards Security Deposit.

c)

Refund of Security Deposit:


The Security Deposit (5%) will be refunded to the contractor after the
expiry of defect liability period.

d)

Defect Liability Period:


12 (twelve) calendar months from the date of Institutes satisfactory
completion certificate will be taken as defect liability period.

e)

Bidders other than successful bidder will be refunded the EMD


submitted by them within 12 months from the date of opening of the
tender and no interest shall be paid against the said deposit.

f)

In case the successful bidder fails to undertake the said work, his EMD
amount will be forfeited.

g)

The EMD paid shall be part of Security Deposit, i.e. 5% of the


Contract value which will be refunded after expiry of Defects Liability
period.

2.

No interest will be payable on the deductions towards Security Deposit/


Earnest Money.

3.

The Bidder shall submit the copy of their PAN card.

84

4.

Prices and rates quoted shall include cost of all materials, labour, plant,
equipment, temporary work, tools, setting out, supervision, transport, taxes,
royalties, octroi and any local tax or levy payable on all transactions, insurance
and everything necessary for due performance of work under this contract.

5.

Prices and unit rates shall be valid even if the contract is split.

6.

Contract should be fixed rate contract. No escalation in prices of the materials


during the currency of the contract is permitted. However any statutory
variations like change in excise duty, taxes etc. if levied after award of the
work shall be paid on production of proof of such changes. .

7.

a)

Site Visit:
The bidders may like to visit the work site before submitting their bids
to get conversant with site conditions, which may affect the work.

b)

Location of Site:
Tata Institute of Fundamental Research
Navy Nagar, Colaba, Mumbai-400 005

8.

The work should be completed within 6 months from the date of issue of
Purchase Order.

9.

Work shall commence at site within 2 months from the date of issue of letter
of Purchase Order.

10.

The Contractor should plan and give his daily program for execution of work
in advance so that no disturbance is created in the routine working of the
Institute.

11.

Turnover Tax/Works Contract Tax:


Turnover tax applicable to this contract shall be mentioned clearly and
included by the bidder in his bid. No claim shall be entertained by the owner
thereafter.

12.

Date of Taking Over:


Site shall be deemed to have been taken over by owner when Engineer InCharge certifies the completion of work in all respect as per tender conditions
and specification.

85

13.

Income Tax as per the prevailing rates will be deducted from the progressive
bills.

14.

The contractor shall not without the consent in writing of the Owner assign or
sublet the contract.

15.

No labour below the age of 18 years shall be employed at site.

16.

Contractor shall be liable to pay workman compensation to his labour as per


prevailing rules for any accident occurring at our site.

17.

The contractor shall pay wages to his workmen as per the Statutory Minimum
Wages Act.

18.

The Contractor shall provide all risk insurance for his men, material and
machines and absolve us of all risk and liabilities whatsoever pertaining to his
men, material and machines.

19.

The Contractor will arrange for photo passes of his personnel and get the same
endorsed by our Establishment/Security Department before beginning the
work.

20.

The Contractor will ensure that his workmen follow safe practices at Work.

21.

The Contractor will work from 8.00 a.m. to 6.00 p.m.

22.

No labour camp etc. will be allowed to be put up inside or in the vicinity of the
Institute.

23

Any dispute arising from this contract will be referred to two arbitrators one to
be appointed by you and one by us. The two arbitrators, in the event of their
disagreement will appoint an Umpire. The decision of the Umpire shall be
final and binding. The arbitration will proceed as per Indian Arbitration Act,
1940, as amended up to date.

24.

The contractor should ensure that his engineer/supervisor is present at


site throughout the progress of works till completion.

25.

Terms of Payment:
Payment of pipe lines shall be made as per unit length i.e. per running
mtr./feet.

25.1.3 Unless otherwise agreed to in writing between the Purchaser and the
Contractor/Supplier, payment for the delivery of the equipment approved by
the Inspector will be made as follows:
i)
j)
k)
l)

70% of the Contract value against delivery, prorata of the value


of goods delivered and after checking the same at site.
15% on completion of erection.
10% on commissioning and final inspection and testing at site.
5% against PBG valid for 12 months from the date of handing over or
after expiry of the Defect Liability period as stated in Clause 1d) page
11.

26.

The bidder should submit technical data sheet, drawings, any other technical
detailed asked for in the tender with Part II i.e. Technical Bid of the Tender.

27.

The schedule of quantities and rates shall be read in conjunction with the
specification, tender drawings, other tender documents, relevant IS Codes,
86

Engineering hand books, etc. the Contractor shall not rely merely on the
description given in the Schedule of Quantities.
28.

The quantities mentioned in Bill of Quantities are estimated quantities.


However the payment shall be made as per actual quantities measured at site,
after completion of work.

29.

Contractor will be fully responsible for lifting, shifting and handling Institutes
properties such as any articles and materials lying nearby to proper place as
instructed by Site In-Charge.

30.

All the materials used shall be used only after approval and tests of the
Engineer-In-Charge as per specifications.

31.

All the debris shall be removed by the Contractor at his cost to any nearest
BMC approved dumping yard.

32.

Storage and custody of material, till the time of handing over to TIFR, shall be
the responsibility of contractor.

33.

The contractor after award of work, should submit detailed schedules showing
program and order in which contractor proposes to carryout the work with
dates and estimated completion time for various parts of work. This should be
submitted in the form of Bar-chart.

34.

The Engineer can instruct the contractor to make any alteration, omission, or
variation in work. The difference in cost due to instruction shall be added or
deducted from contract price as the case may be in accordance with the rate
applicable in the contract.

35.

DEVIATION FROM THE SPECIFICATIONS:


The Contractor must tender for the equipment as herein specified but
may submit alternate proposals for modifications to details where such
modifications offer technical advantages and will make cost savings to the
owner. The basis and details of calculations of operating cost and the net
expected final saving shall be indicated wherever such a claim is made.
The acceptances or otherwise of alternate proposal/deviations/
modifications etc. will be decided solely by the owner.

36.

Inspection of Material & Equipment:


Supplier shall arrange for inspection/testing of AHUs at his works. TIFR will
have liberty to inspect/test the parts of AHUs during the
manufacturing/assembly. No charges will be paid extra towards
inspection/testing. The bidder shall make necessary arrangements for travel,
boarding & lodging for 3 engineers of TIFR deputed for inspection & testing
of the AHUs at manufacturers premises.

87

BASIS OF DESIGN & SCOPE OF WORK


1.1

Design Parameters for selection of air handling unit & its components shall be:
Maximum face velocity across prefilter

400 450 Ft./Min.

Maximum face velocity across coils -

450 500 Ft./Min.

Maximum fan outlet velocity

1600 Ft./Min.

Maximum fan speed

800 RPM

Maximum fan motor speed

1500 RPM

1.5 Piping shall be sized for the following design parameter

1.3

Maximum flow velocity

8 Ft./Sec.
= 2.5 Mtrs./Sec.

Maximum friction

5 Ft. per 100 Ft. run

Max. flow velocity [S.A. Duct]

1200 Ft./min.
= 365 Mtr./min.

Max. flow velocity [R.A. Duct]

800 Ft./min.
= 240 Mtrs./min.

Max. friction drop

0.1 WG/100 Ft. run


= 1 cm WG/100 M run

Max. velocity at supply air diffusers -

500 Ft./Min.
= 150-200 Mt./Min.

Design parameters for duct design shall be

2.0

The proposed new AHUs will be put after replacing the old AHUs, which are
in running position. The contractor shall have to carry out the work in short
span of time (during shut down), preferably during weekends including
Sunday. The contractors need to work day and night to ensure minimum
disturbance to users.

3.0

The contractor should inspect the site before quoting and ascertain for himself
the nature, character and extent of work to be executed and should include all
items and services necessary, whether specially mentioned or not in the
specifications, scope etc. to meet with the intent and purpose of these
specification.

4.0

After award of work contractor should submit the GA drawing as well as data
sheet of AHU, parts etc. for engineers approval. He shall start the
manufacturing only after the approval.
88

33.0

All AHUs with the motor above 5 HP should use the flat type belt for
transmission of power (Habasit-Iakoka make flat belt only). Below 5 HP
motor, a regular V-type belt of Fenner make should be provided.

34.0

The static pressure & air flow rate mentioned in the tender are maximum for
the purpose of designing the components. However it is contractors
responsibility to prove the airflow rate at the time of commissioning. He can
use V belt pulley at initial stage and later on replace with flat belt once system
stabilizes.

35.0

During the replacement of AHU contractor shall cut/modify the existing


header/coil connection as per the new requirement. The new piping shall be
paid on RMT basis as per the tender rate. Similarly ducting connection
includes cutting/modifying the existing ducting including making new
plenum, if necessary. The new ducting shall be paid on Sqft basis as per tender
rate.

36.0

The manufacturer of AHU should have the single space for assembly & testing
of AHU preferably at his work, where different section of AHU like casing,
coil etc. manufactured.

37.0

Supplier shall arrange for inspection/testing of AHU at his works. TIFR will
have liberty to inspect/test the parts of AHU during the
manufacturing/assembly of AHU. No charges will be paid extra towards
inspection/testing. The bidder shall make necessary arrangements for travel,
boarding & lodging for 3 engineers of TIFR deputed for inspection & testing
of the AHUs at manufacturers premises.

38.0

Ceiling suspended type AHU should have intermediate anti vibration device to
stop transmission of vibration to ceiling.

39.0

There are various sizes of insulated piping in the institute on which the layers
of sand cement plaster required. Bidder should quote his rate of sand cement
plaster of various sizes as per item no. 16 of BOQ.

40.0

Spare Motor with pulley shall be provided on extended shaft for Two AHUs
(23500 CFM & 9000 CFM Catering to Pelletron Building)

41.0

Power supply shall be given by TIFR at AHU motor as per requirement but
the termination at motor end (With Copper Lugs) shall be in the scope of
contractor.

42.0

Out of eight AHUs, 4 AHUs of Pelletron block, one AHU for `C Block
Mezzanine & one AHU (ceiling suspended) of Pent House are to be replaced
on one to one basis, whereas the remaining two AHUs capacity have been
changed. It is the responsibility of successful bidder to prove the capacity of
each AHU. Mere quoting on the basis of tender will not absolve the
successful bidder from proving the capacity of AHUs.

15.0

All welding must conform to the requirements of applicable IS standards. All


welding procedures and details shall be subject to the approval of Engineer InCharge. All necessary arrangements for working at heights above the floor
level like scaffolding, rope etc. shall be arranged by the Contractor. All
materials, equipments, tools & tackle, shifting and lifting arrangement and
other necessary items required to carry out the work shall be arranged by the
Contractor. All other necessary equipments, arrangements like welding
machine, gas cutter, welding rods, drill bits, drilling machine, grinder, gas
cylinders for gas cutting etc. shall be arranged by the Contractor. Electricity &
water needed for carrying out the work shall be provided free of cost by TIFR.
89

16.0

The Contractor shall make arrangements to store his tools, equipments etc. in
his own tool box having proper locking arrangements. Material required for
carrying out the work such as flanges, nuts and bolts, rubber gasket, pipes etc.
shall be provided by the Contractor. All the above material shall be of high
standards and subjected to the approval of the Engineer In-Charge.

17.0

The work shall be carried out with least disturbance to the users. The
shut down if any required for carrying out the works shall be minimum
and advance intimation to be given. Shut down periods will be intimated
for the work to be taken up after obtaining the necessary approval form
the Users.

18.0

The Contractor shall inspect the site and ascertain for himself the nature
and extent of work to be executed and shall include all the items and
services necessary whether specifically mentioned or not in the tender
specification, drawing, so as to meet the intent and purpose of this
specification.

90

TECHNICAL SPECIFICATIONS
1.

SCOPE :
The scope of this section comprises the supply, installation, testing and
commissioning of single skin air handling units of the size and capacity set
forth in the Schedule of Equipment.

4.0
2.1

CABINET TYPE:
The unit shall be of sectionalized construction consisting of Fan section, coil
section, Filter section and drain pan.

2.2

Metallic casing shall be fabricated from 16 Gauge galvanized sheet steel


ribbed and reinforced for structural strength and rigidity. 16 Gauge hot section
channels shall be used for reinforcing .It shall be sectionalized construction
with proper sealing at the joints to make the joints air tight. Fan section and
panels with bearing supports shall be reinforced with heavy gauge channels.
For AHUs supported on floor, leg packages shall be provided for attachment
to the Fan and Filter sections, raising the height by 350mm. All edges shall be
formed inter locking to stiffen and support the weight and shall be secured
with galvanized nuts and bolts.

2.3

Fan impeller shall be of forward curved blade centrifugal type. Impeller shall
be of double width double inlet type. Two or three wheels shall be provided
for each AHU. Blower section (includes Scroll, impeller blades, etc.) shall be
fabricated from 16 gauge galvanized sheet steel. Fan housing shall be made of
die formed side sheets with stream lined inlet and guide vanes to ensure
smooth air flow into the fans. Fan shaft shall be of solid cold rolled carbon
steel, ground and polished. The whole assembly shall be statically and
dynamically balanced for smooth operation.
Fan shaft bearing shall be of heavy-duty type selected for an average operating
life of 100,000 hours. Bearing shall be self-aligning type. They
shall be permanently lubricated. Bearing housing shall be fabricated from
malleable iron and suitably supported from outside.
Fan motor shall be mounted on an adjustable sound isolating base located on
the top surface above the AHU.

2.4

Cooling Coils shall be of the fin and tube having Aluminum fins firmly
bonded to Copper tube (Seamless solid drain). Capacity of the coil shall be as
required under the Schedule of Equipment. Velocity of air across coil face
shall not exceed 500 CFM. Tube shall be of 5/8 O.D. and with 10-12 fins per
inch. Coils shall be tested at 300 psig Nitrogen pressure in presence of our
engineers. Shut off valve (Butterfly type) at the inlet and outlet of coil to be
provided. Proper purging and drain arrangement to be made on header of
coil. Copper tube gauge

91

thickness shall not be less than 20 SWG. Aluminum fins gauge shall not
be less than 32 G. Fin punching profile must follow full length air of contact
with tube and must be turned at edges to increase rigidity and contact.
Drain pan shall be constructed of 18 G stainless steel with sandwich type
insulation in-between bottom plates. Necessary support shall be provided to
slide the coil in the drain pan. Outlet shall be provided on both the side of
drain pan. An extension drip pan shall be provided at proper location outside
the casing to catch all drip from external coil connections and valves.
End panel of the coil section casing shall be removable for withdraw of the
coil and shall be provided with opening for coil connections.
2.5

Filters shall be cleanable viscous metal AL box type and shall be 50 mm thick.
The filter shall be hold with stiffeners in-between made out of hollow SS
material.

2.6

Suitable, easily openable service door (for Internal Maintenance)


between coil section and fan section to be provided to enable a person to
enter inside

2.7

Unit shall be thermally and sound insulated as in section Insulation

2.8

Spring type Anti Vibration Mounting of approved make shall be provided as


vibration isolators.

2.9

Sheet metal fresh air louvers with frame, damper, etc. shall be provided in the
clear opening in masonry made by the owner.

2.10

The Unit cost shall be complete with all accessories, including the following:
1] Manual air vents at high point and drain at low point. 2] Water
Thermometers at Inlet & Outlet.3] Pressure gauges with siphon cocks
at Inlet & Outlet. 4) Canvass Connection

3.

PERFORMANCE DATA & TESTING:


Air handling units shall be selected for the lowest operating noise level of the
equipment for performance rating and power consumption data with operating
points(On Fan Curve) clearly indicated shall be submitted with the tenders and
verified at the time of testing and commissioning . The following test result
shall be furnished during commissioning in the presence of departments
Engineer;
a) Air Side
Air Flow Rate in CFM or Cub.M per hour
Static pressure in mm wg
Entering Dry bulb & Wet bulb temperature
Leaving Dry bulb & Wet bulb temperature
b) Water Side
Inlet temperature in degree C
Outlet temperature in degree C
Pressure drop in psig

10.

PAINTING:
92

Unit shall be painted with approved type of Epoxy paint (minimum two coats)
11.

CODES & STANDARDS FOR AIR HANDLING UNIT:


The design, manufacture and performance of AHU shall comply all currently
applicable statutes, regulations and safety codes in the locality where the
equipment will be installed. The equipment shall also conform to the
requirements of the latest editions of applicable Indian/U.S.A. standards.
Nothing in this specification shall be construed to relieve the vendor of this
responsibility. In particular the equipment shall conform to the latest editions
of the following standards:

a)
b)
c)
d)

ANSI 89.1
IS:659
IS:660
AHRAE

e)

ARI-410

Safety code for mechanical refrigeration.


Safety code for air-conditioning.
Safety code for mechanical refrigeration.
Standard-33 methods of testing for rating forced
Circulation air-cooling and air heating coils.
Standard for forced circulation air cooling and air
Heating coils.

G.I. insulated condensate drain piping with drain valve, upto sump or floor
drain within the air handling unit room. The drain shall be provided with
proper U loop. Only piping and valve shall be measured and paid at unit
rate.
12.

PERFORMANCE DATA:
Air handling units 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 with the tenders and
verified at the time of testing and commissioning of AHU.

93

SHEET METAL WORK


1.0

SCOPE:

1.1

The scope of this section comprises the supply and installation of all sheet
metal ducts.

1.2

MATERIAL:

1.2.1

Ducts shall be made of galvanized steel sheets. The galvanized steel sheets
shall conform to IS 277-1965 with 200gsm Zink coating.

1.2.4

The thickness of sheets shall be as given below:

Dimensions
of ducts

Gauge
G.I.

Gauge
Al

Type of Joints

Type of Bracings

Upto 600

24

22

G.I. Flange at
2.5 centre

Cross bracings.

601 to 750

24

22

25 x 25 x 3 mm
Angle iron frame
With 6 mm dia.
Nuts & bolts

25 x 25 x 3 mm MS
angles bracing at 1500
mm from joints

751 to 1000

22

20

25 x 25 x 3 mm
Angle iron frame
With 6 mm dia.
Nuts & bolts

25 x 25 x 3 mm MS
angles bracing at 1500
mm from joints

1001 to 1500

22

20

40 x 40 x 5 mm
Angle iron frame
With 8 mm dia.
Nuts & bolts

40 x 40 x 3 mm MS
angles bracing at 1500
mm from joints

1501 to 2250

20

16

50 x 50 x 3 mm
Angle iron to be
Cross braced
diagonally with
10 mm dia. nuts
and bolts at 125
centre.

40 x 40 x 3 mm MS
angle bracing at
1200 mm from joints
or 40 x 40 x 3 mm MS
angle diagonal bracing

2250 & above

18

14

50 x 50 x 6 mm
Angle iron 10
mm dia. nuts
and bolts at 125
centre.

50 x 50 x 3 mm MS
angle bracing at
1200 mm from joints
or 50 x 50 x 3 mm MS
angle diagonal bracing

HANGERS FOR DUCT:


94

Duct Size
[mm]

Spacing
[M]

Size of MS equal angle


[mm x mm]

Size of rod dia


[mm]

Upto 750

2.5

40 x 3

10

751 to 1500

2.0

40 x 3

12

1501 to 2250

2.0

50 x 3

15

50 x 3

15

2251 to above 2.0

All the MS angle, use for duct support & brazing etc, shall be hot dip
galvanized
1.5

DAMPERS:

1.3.1

All dampers shall be louver dampers of robust construction & tightly fitted.
The design, method of handling and control, shall be suitable for the location
and service required.

1.3.4

Dampers shall be provided with suitable links, louvers and quadrants as


required for their proper operation, control or setting in any desired position.
Dampers & their operating devices shall be made robust, easily operable and
accessible through suitable access doors in the ducts. Every damper shall have
an indicating device clearly showing the damper position at all times.

1.3.3

Dampers shall be placed in ducts & on main supply or return air duct for the
proper volume control and balancing the system.

1.4

GRILLS & DIFFUSERS:

1.4.1

All side wall supply air grills shall be similar and equal to Tuttle and Bailey
Triflox T 647 double deflection register with approved damper. Supply air
grills shall be provided with vertical and horizontal adjustable bars and
volume control multi-louver damper that shall be key operated from the front
of the grills.

1.4.2

All return air grilles shall be similar & equal to Tuttle & Bailey Aerovane
770D grills.

1.5

INSTALLATIONS:

1.5.1

The duct fabrication & installation shall generally conform to I.S. 655-1963.

95

1.5.2

The contractor shall provide and neatly erect all sheet metal work or as may be
required to carry out the intent of these specifications and this shall meet with
the approval of the Engineer in all its parts and details.

1.5.3

All necessary allowances and provisions shall be made by the contractor for
beams, pipes or other obstructions in the building. Where necessary to avoid
beams or other structural work or plumbing or other pipes or conduits the
ducts shall be transformed, divided or curved to one side, as approved or
directed by the Engineer.

1.5.4

All metal work in dead or furred down spaces shall be erected in time to cause
no delay to other contractors in the building.

1.5.5

Ducting over furred ceiling shall be supported from the slab above, or from
beams. In no case shall a duct be supported from the ceiling hangers or be
permitted to rest on a hung ceiling.

1.5.6

If a duct cannot be run as decided, the Contractor shall install the duct between
the required point by any path available, subject to the approval of the
Engineer.

1.5.7

All ducts shall be rigid and shall be adequately supported and braced where
required with standing beams, tees or angles of ample size to keep the ducts
true to shape and to prevent buckling, vibration or breathing.

1.5.8

All joints shall be made tight and all interior surfaces shall be smooth. Bends
shall be made with radius not less than the width of the duct or with
scientifically designed interior curved vanes, as approved. The vanes shall be
so spaced that the aspect ratio of each of the individual elbow formed by the
vanes will be about five.

1.5.9

All sheet metal connections, partitions & plenums required to confine the flow
of air to and through the filters and fans, shall be constructed of 18 G
galvanized Iron, thoroughly stiffened with 1 x 1 angle Iron braces and fitted
with all necessary doors as required by the Engineer, to give access to all parts
of the apparatus. Doors shall be not less than 18 x 20 in size.

1.5.10 Where metal ducts or sleeves terminate in wood work, brick or masonry
openings, tight joints shall be made by means of closely fitted heavy flanged
collars.

1.5.11 Air handling units shall be connected to duct work by inserting at air inlet and
air outlet a double canvas sleeve. Each sleeve shall be minimum 4 long
securely bonded and bolted to duct and units. Each sleeve shall be made
smooth and the connecting duct work rigidly held in line with unit inlet or
outlet.
1.6

INSULATION:

1.0

SCOPE:
96

1.1

The scope of this section comprises the supply and application of insulation as
herein specified.

2.0

COLD INSULATION:

2.1

All pipes, ducts & equipments operating at temperature lower than the ambient
shall be insulated in the manner specified hereinafter.

2.2

The insulating material shall be as follows:


k)

Pipes:
Rigid preformed sections of expanded polystyrene of uniform density
of 24 Kgs./m3 with a `K value of not more than 0.23 B.T.U/
Hr./In/Sq.ft./0F at 500F mean temperature.

2.5 No insulation shall be applied on pipes until the pipes are satisfactorily tested.
Thickness of pipe insulation shall be 50mm.
2.6
a)

Pipe insulation shall be applied as follows:


Pipes shall be thoroughly cleaned with wire brush and rendered free from all
rust and grease.

b)

Two coats of bitumen shall be applied on the cleaned pipe surface.

c)

Rigid pipe sections of insulation shall be fixed tightly to the surface taking
care to seal all joints and covered with Polythene sheet.

d)

24 G x 20 mm mesh wire netting shall be applied, butting all joints and shall
be laced down with G.I. wire.

g) Insulated surface shall be finished with two layers of sand cement plaster. Each
layer shall be not less than 7 mm thick.
2.5

All valves, fittings, strainers etc. in chilled water piping shall be insulated to
the same thickness as specified for the main run of piping. Valve bonnets,
yokes and spindles shall be insulated in such a manner as not to cause damage
to insulation when the valve is used or serviced.

2.6

Cabinet air handling units shall be insulated as follows.


Fans & coil section panels shall be internally lined with fire retardant quality
25 mm thick, 24 Kgs./m3
density thermocole slab (with black pigmented
neoprene coating).
The insulation should be stuck to the body of AHU without making any hole
in the body.

2.7

Ducts shall be insulated as follows:


---------------------------------------------------------------------------------------------Type
Location
Insulation
---------------------------------------------------------------------------------------------a) Supply duct
unconditioned space 50 mm, 24 kg/m3 density
TF quality, thermocole
slab.
b) Supply duct
conditioned space
25 mm, 24 kg/m3 density
97

TF quality, thermocole
Slab.
c) Return duct or unconditioned space 25 mm, 24 kg/m3 density
plenum
TF quality, thermocole
slab.
====================================================
Contractor shall submit the Insulation material test certificate clearly
showing density, K value, lot ,etc of material.
2.9

Duct insulation shall be applied as follows:


a)
Black bitumen paint shall be applied over the surface after cleaning the
ducts.
l)
24 kg/m3 density thermocole slab insulation of specified thickness shall
be put by using Bitumen uniformly over Insulation surface.
m)
The Thermocol Insulation shall be covered with 40 G AL foil. Al foil
should be wrapped on Thermocole uniformly, using Bitumen.
n)
The Joints of AL foil shall be overlapped at least 75mm covered with
AL tape. Stripping should be done at distance of 1 meter to hold the
insulation, wherever required.
o)
Wherever necessary and particularly in larger duct, strapping with
PVC material should be done after thermocol insulation and before
putting AL foil

2.9

Acoustic Insulation of Duct:The acoustic Insulation shall be done with 48 Kg/cu.m.Density,25mm


thick Resin bonded Fibre Glass.
The duct surface shall be cleaned and hot bitumen applied in patches
and resin bonded glass wool cut to appropriate sizes and stuck to the
duct wall. The insulated face shall be covered with RP tissue papers &
perforated AL sheet of 28 Gage thickness having 3mm perforations at 5mm
staggered centre and held in position with rivets or galvanized steel bolt with
counter sunk heads & 50 x 50 x 2 mm plate washers at not more than 600mm
centers.

1.7

PIPING

1.0

SCOPE:
The scope of this section comprises the supply & laying of all pipes required
for this project. On the award of the contract, the tenderer shall prepare his
own detailed working drawings.

2.0

CHILLED WATER PIPING:

2.1

All chilled water piping and fittings shall be of M.S. Class `C (heavy class) of
TATA/Jindal make only. The pipe confirming to BIS 1239 for pipe size
upto 150 mm dia. and for pipe size 200 mm dia. and above shall be as per BIS
3589 having minimum 6 mm thickness. All joining in piping shall generally
be by welding unless otherwise mentioned or as directed at site. All welding
shall be done by qualified welders and shall strictly confirm to Indian Standard
code of procedure for manual metallic welding of mild steel as per BIS 823.
The piping shall be so designed that the water velocity through the piping shall
not exceeds maximum 8 fps and also the piping friction drop shall be limited
to 4 m per hundred meter of pipe length.

2.2

98

Pipe threads shall be of I.S. 554/1955 and flanges of I.S. 1536/1960.. Pipes
shall be sloping towards drain points.
2.3

Fittings shall be new and from standard manufacturers. Fittings shall be


malleable casting of pressure ratings suitable for the piping system. Fittings
used on welded piping shall be of the weldable type. Flanges shall be new and
from standard manufacturers. Supply of flanges shall include bolts, washers
etc. as required.

2.4

Tee-off connections shall be through reducing tees, wherever possible.


Otherwise ferrules welded to the main pipe shall be used.

2.5

All equipment and valve connections or connections to any other mating


pipes, shall be through unions/screwed flanges upto 50 mm dia. And flanges
(welded or screwed for G.S.) for larger diameters or as required for the mating
connection.

2.6

All welded piping is subject to the approval of the Engineer and sufficient
number of flanges and unions shall be provided as required under.

2.7

All the drain piping shall be of G.I. C class of TATA/Jindal make with the
Insulation as specified in the Insulation

2.8

Gate valves shall be provided conforming to the following specifications.


---------------------------------------------------------------------------------------------Size
Construction
Ends
---------------------------------------------------------------------------------------------12 to 65 mm
Gun metal
Screwed female
65 mm & over

a) Body - Cast Iron


b) Spindle, valves seat,
Wedge, nut etc.

Flanged

Bronze or
Gun Metal
===================================================
Valves shall conform to I.S. 780/1963 & flanges to I.S. 1536/1960 or as
required. Valves shall have non rising spindles unless otherwise specified and
shall be suitable for 300 psig test pressure. The valve shall be of Leader make.
Tail pieces shall be used wherever required.
2.9

Butterfly valves shall perform the function of isolating valves. Butterfly


valves shall have cast iron body with Nitrile rubber bonded bakelite hard back
seat. Disc shall be of high duty iron with epoxy coating on nickel plating. All
butterfly valves shall be provided with locking devices. The shaft shall be
stainless steel AISI 410. The valve shall be Audco make only.

3.0

PIPING INSTALLATION:

3.1

Pipe runs and sizes should to meet the site conditions. The contractor on the
award of the work shall prepare detailed working drawings, showing the cross
section, longitudinal sections, details of fittings, locations of isolating, drain
and air valves etc. They must keep in view the specific openings in buildings
and other structures through which the pipes are designed to pass.
99

3.2

Piping shall be properly supported on or suspended from strands, clamps,


hangers etc. as specified and as required. The tenderer shall adequately design
all the brackets, saddles, clamps, hangers etc. and be responsible for their
structural integrity.

3.3

Pipe supports shall be of steel, adjustable for height and prime coated with rust
preventive paint and finish coated black. Where pipe and clamp are of
dissimilar material, a gasket shall be provided in between.
Spacing of pipe supports shall not exceed the following:
Pipe (mm)
Sapcing (Meters)
3 to 12
1.22
19 to 25
1.83
32 to 150
2.44
150 and above
3.05
Pipe hangers shall be fixed on walls and ceilings by means of metallic rawl
plugs or approved shear fasteners.

3.4

Vertical risers shall be parallel to wall and column lines and shall be straight
and plump. Risers passing from floor to floor shall be supported at each floor
by clamps or collars attached to pipe and with a 12 mm thick rubber pad or
any resilient material. Where pipes pass through the terrace floor, suitable
flashing shall be provided to prevent water leakage. Risers shall also have a
suitable elbow or concrete pipe support at the lowest point.

3.5

Pipe sleeves of 50 mm diameter shall be provided wherever pipes pass through


walls and the annular space filled with felt and finished with retaining rings.

3.6

Insulated piping shall be supported in such a manner as not to put undue


pressure on the insulation.

3.9 Cut-outs required in the floor slabs for taking the various pipes are provided.
Tenderers shall carefully examine the cutouts provided and clearly point out
wherever the cutouts do not meet with the requirements.
3.8

Piping work shall be carried out with minimum disturbance to the other work
on the site. A program of work shall be chalked out in consultation with the
Engineer.

3.9

All pipes using screwed fittings shall be accurately cut to the required sizes
and threaded in accordance with I.S. 554/1955 and burrs removed before
laying. Open ends of the piping shall be blocked as the pipe is installed to
avoid entrance of foreign matter. Wherever reducers are to be made in
horizontal runs, eccentric reducers shall be used if the piping is to drain freely;
in other locations, concentric reducers may be used.

3.10

Drains shall be provided at all low points in the piping system and shall be of
the following sizes:
Mains

Drain

Upto 300 mm
Over 300 mm

25 mm
40 mm
100

Drains shall be provided with gate valves of equal size with rising spindle.
Drains shall be piped through equal size G.I. pipe to the nearest drain or floor
waste. Piping shall be pitched towards drain points.

4.0

PRESSURE GAUGES:

4.1

4.2

The pressure gauges shall be Bourbon tube type confirming to IS : 3624 and
shall be with siphon cock and angle valve. Pressure gauges shall be not less
than 150 mm dia. and of appropriate range etc. duly calibrated before
installation. The Pressure gauges shall be of H.GURU/equ. make.
Care shall be taken to protect pressure gauges during pressure testing.

5.0

THERMOMETERS:

5.1

Thermometers shall be either 150 mm dia. dial or direct reading industrial


type, of appropriate range, duly calibrated before installation. Thermometers
shall be installed in separable wells.

6.0

INSULATION:

6.1

Pipes shall be insulated in accordance with specifications in section


`INSULATION.

7.0

VIBRATION ELIMINATION:

7.1

Piping installation shall be carried out with vibration elimination fittings


wherever required.

8.0

TESTING:

8.1

All piping shall be tested to hydrostatic test pressure of at least 1 times the
maximum operating pressure, but not less that 7 Kgs/Sq.Cm. for a period of
not less than 24 hours. All leaks and defects in joints revealed during the
testing shall be rectified to the satisfaction of the Engineer.
Piping repaired subsequent to the above pressure test shall be retested in the
same manner.
System may be tested in sections and such sections shall be securely capped.
The owner shall be notified well in advance by the Contractor of his intention
to test a section or sections of piping and all testing shall be witnessed by the
Engineer or his authorized representative.
The contractor shall provide all materials, tools, equipment, instruments,
services and labour required to perform the test and to remove water resulting
from cleaning and/after testing.
The contractor shall make sure that proper noiseless circulation of fluid is
achieved through all coils and other heat exchanger in the system concerned.
If proper circulation is not achieved due to air bound connections, the
Contractor shall rectify the defective connections. He shall bear all the
expenses for carrying out the above rectifications, including the tearing up and
re-finishing of floors, walls, etc. as required.

8.2
8.3
8.4
8.5
8.6

8.6

No insulation shall be applied to piping until after the completion of the


pressure testing to the satisfaction of the Engineer.
101

9.0

PAINTING:

9.1

After all the piping has been installed, tested and run for at least 10 days of
eight hours each, the piping shall be given two finish coats, as follows:
---------------------------------------------------------------------------------------------Service
Flow
Colour
---------------------------------------------------------------------------------------------Chilled water
supply return as approved by the
Engineer
====================================================

9.2

The direction of flow of fluid in the pipe shall be visibly marked in White
arrows.

1.8

ELECTRICAL EQUIPMENT

1.0

SCOPE:

1.6 The scope of this section comprises the supply & installation of all electrical
equipment, such as, electrical motors
2.0

RATINGS & STANDARDS:

2.1

Rating of the motors shall be as indicated by you in the data sheets and as per
the requirements of the airflow and static pressure. Ratings shall be on the
basis of the specified ambient temperature and without exceeding the
maximum temperature limits set by IS 325/1961.

2.2

Unless otherwise stated, Indian Standard Specifications shall apply. Where


I.S. specifications are not available, the relevant British Standard
Specifications shall be followed.

3.0

SQUIRREL CAGE INDUCTION MOTORS:

3.1

All motors shall be screen protected drip proof type TEFC with Class-C
insulation, conforming to I.S. 325/1961 unless otherwise specified.

3.2

The motor shall be statically and dynamically balanced.

3.3

Bearings shall be combination ball and roller type with limit lubricators.

3.4

Termination shall be of ample size housed in a termination box . The terminal


box shall be suitable for cable entry. Two earth terminals shall be provided.

3.5

The starting torque shall match with the load torque and the starting current
shall not exceed 6 times the full load current.

4.0

INSTALLATION:

4.1

All motors shall be mounted on a common foundation with the driven


equipment coupled through flexible couplings or through belt drive.
Installation shall be in accordance with I.S. 900/1956.

102

4.2

Flexible connections shall be provided to all motors terminals wherever the


motor is mounted on guide rails and belt drive is adopted. Even in the case of
direct drive motors, the connections shall be flexible enough to prevent
transmission of vibration.

4.3

All drive arrangements and couplings shall be provided with a safety guard.

5.0

TESTING:

5.1

Motors shall be tested in accordance with the relevant Indian Standard


Specifications and test certificates furnished for routine type and high voltage
tests.

6.0

PAINTING:

6.1

All motors, starters and the frame work shall be painted with two coats of a
suitable paint of approved colour.

103

Schedule of Technical Data for each Air Handling Unit


(To be submitted for each AHU separately)
Technical data shall be furnished as below:
XV)

General:
27)
Make:28)

Air Discharge Direction:- Horizontal or Vertical

29)

Overall Dimensions:-

30)

Weight (including water):-

31)

Type of Vibration Isolators:-

32)

Approx. noise level (db):-

33)

Drive belts & size (Flat, Belt, V-Belt):-

34)

G.I. Casing Gauge:-

35)

AHU body insulation material & thickness:-

36)

Density of insulation material :-

37)

Drain Tray Material :-

38)

Drain tray insulating material & thickness:-

39)

Whether inspection door provided for AHU body:-

XVI) Fan Section:


17)
Air handling capacity (CFM/CMH):18)

Total static press (mm WG):-

19)

Fan speed (r.p.m.):-

20)

Nos. of Fan outlet & area:-

21)

Fan diameter:-

22)

Balance (Static and/or Dynamic):-

23)

Bearings:-

24)

Make & Mode of Fan.

104

XVII) Filter Section:


15)
Type:16)

Gross filter area:-

17)

Velocity through filter (F.P.M.):-

18)

Press drop through filter when new (mm, W.G.):-

19)

Efficiency:-

20)

Filter material:-

21)

Filter Casing Material & Gauge

XVIII) Cooling Coil:


17)
Coil fin material & thickness:18)

Copper tube diameter & thickness:-

19)

Water through coil (F.P.M.):-

20)

No. of fins per inch:-

21)

Water press drop in the coil (psig):-

22)

coil Face area :-

23)

Nos. of coils:-

24)

No. of rows of each coil:-

XIX) Drive Motor for AHU:


11)
Make:12)

Frame size:-

13)

Insulation Class:-

14)

HP/KW rating:-

15)

Type

XX)

VALVES

1.

Butterfly Valve

2.

1]

Make :-

2]

Model :-

Gate Valve
1]

Make :-

2]

Model :-

105

XXI) Gauges
1.

Pressure Gauge
1)
2)

2.

Make:Type:-

Thermometers
1)
2)

Make:Type:-

VIII) Miscellaneous
1.

Insulation (Duct/Piping)
1)
Make:2)
Thickness & Density:-

2.

Piping
1)
Make
2)
Class of Pipe

3.

Ducting Sheet
1)
Make of Sheet

4.

Anti Vibration Mounting


1)
Type
2)
Make

Note: Any other additional technical details may be included by the tenderer.

106

ACCEPTABLE/APPROVED MAKE OF MATERIALS


Material

Make

1. Galvanized Plane Sheets

Jindal/SAIL

2. Pipes

Tata/Jindal

3. Butterfly Valve/Ball Valve

AUDCO

4. Gate Valve

Leader

5. Globe Valve

Leader/AUDCO

6. Y/Plot Strainer

TrishuL/Emerald

7. Non Return Valve

AUDCO/C&R

8. Gauges

H Guru/Star Scientific

9. Thermometers

H Guru/Star Scientific

10. Pipe Insulation

Beardsell/Lloyds/
Phenotherm

11. Duty Insulation

Owens Corning/Beardsell/
U P Twiga

12. Electrical Motor

Siemens/Crompton/ABB

13. Anti Vibration Maintenance

RMS Corporation/Dunlop

107

TATA INSTITUTE OF FUNDAMENTAL RESEARCH


Technical Services

TENDER DOCUMENT
Replacement of very old Air Handling Units with Supply,
Installation, Testing & Commissioning of New
Single Skin AHUs along with associated ducting,
insulation, piping, valves etc. at TIFR, Colaba, Mumbai

108

CONDITIONS OF TENDER

25.

Quotations must be submitted in duplicate giving complete details; in


particular, the offers should clearly specify applicable taxes, make, offered,
warranty/guarantee terms, delivery period and delivery charges, if the price is
ex-works/ex-Godown/ex-shop.

26.

Quotation should be valid for a period of 120 days from the date of opening of
the tender.

27.

Tenders in sealed envelopes duly superscribed with the Tender No. and due
date, shall be addressed to the Purchase Officer, Tata Institute of Fundamental
Research, Homi Bhabha Road, Colaba, Mumbai 400 005.

28.

Tenders will be opened in the presence of attending tenderers on the date and
time specified in the enquiry; in the event the due date declared is a holiday,
the tender will be opened on the following working day.

29.

This tender documents/form is not transferable.

30.

Tenders containing erasures or alterations will not be considered.

31.

Tenders which do not comply with the above conditions are liable to be
rejected.

32.

The Institute will not defray any expenses whatsoever incurred by the Bidders
for the preparation of bids.

9.

In case Bidder finds discrepancies or omissions from the specifications or


other documents or has any doubt as to their meaning, he shall at once request
in writing to the Purchase Officer, TIFR, who will for
interpretation/clarification issue interpretation and clarifications as he may
consider necessary in writing as an addendum. Copies of such addenda, if
issued, shall be signed by the Bidder and shall form a part of his bid. Verbal
clarifications given shall not be binding on the Institute.

10.

Before submitting the bids, the Bidders shall make themselves fully
conversant with the technical specifications and other documents as attached
so that no ambiguity arises at a later date in this respect.

11.

The owner reserves the right to postpone the date of submission and opening
of bids.

12.

The bidders shall quote in English their rates/prices both in figures, as well as
in words against each item of the work as detailed in the enclosed Schedule of
Quantities. In the event of any discrepancy between the quoted rates/prices in
words and that quoted in figures, the rates/prices quoted in words shall govern.
109

13.

The bidders must return the complete set of bid document. Each page of the
bid document must be signed and dated by the bidder. Any bid not so signed
and dated is likely to be rejected. All writing shall be in ink only. Any
corrections in the entries in the Schedule of Quantities of this bid document,
shall be initialed and dated by the bidder before submission of the bid. No
parts of the bid document shall be altered, overwritten or amended by the
Bidder

14.

The Institute shall be under no obligation to accept the lowest or any


tender received in response to this tender notice and shall be entitled to
reject any tender without assigning any reason whatsoever.

110

GENERAL CONDITIONS OF CONTRACT


43.0

Definition of Terms :

13.1.

In construing these general conditions and the specifications the following


works shall have the meanings herein assigned to them unless there is
something in the subject or context inconsistent with such works.

1.41

The term `Contractor/`Supplier/`Bidder/`Vender shall mean the Tenderer


whose tender has been accepted by the Owner and shall include the Tenderers
heirs, successors and assignees approved by the Purchaser:

1.42

The `Purchaser shall mean Tata Institute of Fundamental Research, Homi


Bhabha Road, Colaba, Mumbai 400 005 and shall include the Purchasers
heirs, successors and assignees.

1.43

The term `Sub-Contractor shall mean the firm or persons named in the
contract for any part of the work or any person to whom any part of the work
has been sublet with the consent in writing of the Engineer-In-Charge and
shall include his heirs, successors and assignees approved by the Purchaser.

1.44

The Term `Inspector shall mean any person appointed by/or on behalf of the
Purchaser to inspect supplies, stores or work under the contract or any person
deputed by the Inspector for the purpose.

1.45

The term `Particulars shall mean, the following :


p)
q)
r)
s)
t)

1.46

Specifications
Drawing
Sealed Pattern denoting a pattern sealed and signed by the Inspector.
Proprietary make denoting the produce of an individual firm.
Any other details governing the construction, manufacture and/or
supply as existing for the contract.

The term `Engineer shall mean Engineer, Central Services, Tata Institute of
Fundamental Research, Colaba, Mumbai or some other person for the time
being or from time to time duly appointed in writing by the Owner to act as
Engineer for the purpose of the Contract or in default of such appointment the
Purchaser.

111

1.47

The term `Specification shall mean the specifications annexed to or issued


with these Conditions of Contract.

1.48

The term `Site shall mean the place or places at which the Equipment is to be
delivered or work done by the Contractor shall include where applicable the
lands and buildings upon or in which the works are to be executed and shall
also include the place or places at which fabrication and other work is being
carried out by the Contractor.

1.49

`Electrical Equipment, `Stores, `Work or `Works shall mean and include


equipment and materials to be provided and work to be done by the Contractor
under the Contract.

1.50

The `Contract shall mean acceptance of the work order placed on


contractor/supplier under section (2) of these conditions and shall include
these conditions of Contract, Specifications, Schedule, Drawing, Letter of
Intent of the Purchaser and any subsequent amendments mutually agreed
upon.

1.51

`Tests on Completion shall mean such tests are prescribed by the


specifications or have been mutually agreed to between the
Contractor/Supplier and the Purchaser to be made before the equipment is
taken over by the Purchaser.

1.52

`Writing shall include any manuscript, typewritten or printed statement under


or over signature or seal as the case may be. Words importing `person shall
include firms, companies, corporations and association of individuals whether
incorporate or not.

1.53

Words importing singular shall also include plural and vice versa where
context requires.

44.0

Contract:

44.1

Contractor/Supplier should send their acceptance letter on receipt of `Letter of


Intent or work order within stipulated period. On expiry of said period or
exorbitant delay in commencing or executing the work, the Purchaser shall not
be liable to any claim from the Contractor/ Supplier for work entrusted to and
may revoke the contract.

112

45.0

Work at Site:

45.1

The contractor should ensure that his people follow safe practices at
work.

45.2

Access to the works shall be allowed only to the Contractor/Supplier, SubContractors or his duly appointed representatives. The Contractor/ Supplier
shall not object to the execution of work by other contractors or tradesman and
shall afford them every facility for execution of their several works
simultaneously with his own.

45.3

Work at the Purchasers premises shall be carried out at such time as the
Purchaser may approve but the Purchaser shall give the Contractor/ Supplier
all reasonable facilities for the same. The Contractor/Supplier shall provide
sufficient fencing, notice boards etc. to guard the works and warn the public.

45.4

The Contractor shall obey Central, local and State regulations and
enactment pertaining to workmen and labour and the Engineer shall have
the right to enquire into and decide all complaints on such matters.

46.0

Delays:

46.1

The Contractor shall not be entitled to any compensation for any loss suffered
by him on account of delays in commencing or executing the work, whatever
the cause for such delays may be, including delays in procuring Government
controlled or other materials and delay in obtaining instructions and decisions
from Engineer-In-Charge. The Contractor shall, however, merit extension of
time as hereinafter mentioned.

5.0

Taking Over:
The equipment when erected at site shall be deemed to have been taken over
by the Purchaser when the Engineer will have certified in writing that the
equipment has fulfilled the contract conditions.

113

12.0

Extension of Time:

12.1

If the Contractor is delayed in the progress of work by changes ordered in the


work, or by any cause, which the Engineer shall decide to justify the delay,
then the time of completion shall be extended by a reasonable time. No such
extension shall be allowed unless requests for extension are made in writing
by the Contractor/Supplier to the Engineer within 15 days from the date of
occurrence of the delay.

13.0

Other Damages:

13.1

The Contractor/Supplier shall be responsible for all injury to persons, animals


or things and for all damage to the works, structure of, and decorative work in
the property which may arise from operation or neglect of himself or any of
his Sub-Contractor or of his or Sub-Contractors employees, whether such
injury or damage may arise from carelessness, accident or any other cause
whatever in any way connected with the carrying out of this contract. This
clause shall be held to include any damage to buildings, whether immediately
adjacent or otherwise, any damage to roads, streets, foot paths, as well as all
damage caused to the works forming the subject of this contract by frost or
other inclemency of weather. The Contractor/Supplier shall indemnify the
Purchaser and hold him harmless in respect of all and any expenses or
property as aforesaid and also in respect of any claim made in respect of injury
or damage under any acts of Government or otherwise and also in respect of
any award of compensation or damages consequent upon such claim.

13.2

The Contractor/Supplier shall reinstate all damage of every sort mentioned in


this clause, so as to deliver up the whole of the contract works complete and
perfect in every respect and so as to make good or otherwise satisfy all claims
for damage to the property of third parties.

7.3

The Contractor/Supplier shall indemnify the Purchaser against all claims


which may be made against the Purchaser, by any member of the public or
other party, in respect of anything which may arise in respect of the works or
in consequence thereof and shall, at his own expense, effect and maintain,
until the work has been taken over.

114

7.4

The Contractor/Supplier shall also indemnify the Purchaser against all claims
which may be made upon the Purchaser whether under the Workmens
Compensation Act or any other statute in force during the currency of this
contract or at common law in respect of any employee of the
Contractor/Supplier or of any of his sub-contractor and shall at his own
expense effect and maintain until the work has been `Taken Over, with an
approved office.

7.8 The Purchaser, with the concurrence of the Engineer, shall be at liberty and is
hereby empowered to deduct the amount of any damages compensation costs,
charges and expenses arising or accruing from or in respect of any such claims
or damages from any sums due to or become due to the Contractor/Supplier.

115

GENERAL INFORMATION TO BIDDERS


1.

On behalf of Tata Institute of Fundamental Research (hereinafter referred to as


the Institute) bids are invited for design, supply, installation, testing &
commissioning of Air- Conditioning system for INO Laboratory with
associated ducting, Insulation, refrigerant piping, cabling etc at TIFR on Homi
Bhabha Road, Navy Nagar, Colaba, Mumbai-400 005.

14.

The Air-conditioning system shall be installed in stand alone Laboratory


building. The Laboratory building is situated near the Animal House. It is
only a ground floor structure.

15.

It is important that the bidder must satisfy himself before quoting that the
space provided is adequate for installation of his plant along with all
equipments and accessories as no extra space can be provided. The tenderers
must visit the site and take the actual measurement before quoting. The
bidders shall furnish a fully dimensioned layout for his Package unit, with all
equipment and accessories along with quotation.

16.

Bidder shall furnish the data called for in data sheets and the schedules in the
standard Proforma to facilitate correct evaluation of his bid in a most
expeditious manner. It is in the interest of the bidder to submit the bid in
above manner with complete technical details, failing which it is likely that his
bid may not be considered.

17.

Bidder shall be deemed to have carefully examined the specification in its


complete form and to have fully informed and satisfied himself as to the
details, nature, character and quantities of the work to be carried out, site
conditions, and other pertinent matters and details.

6.

It is the intent of the owner/purchaser to incorporate these specification


documents in the final contract order for the supply of material, equipment
and services. Bidders are required to review these documents and clearly
state in their proposals the acceptance of the same. Exceptions, if any shall
be clearly stipulated in appropriate bidding schedule. The final contract
between purchaser and vendor shall be subjected to such changes, if any,
mutually agreed upon by purchaser and vendor and included in the main
text of the contract/order.

7.

Bidder shall clearly specify all the deviations with respect to this specification
in the appropriate schedule.

8.

SCHEDULE OF QUANTITIES TO BE FURNISHED BY VENDORS

8.1

All equipments mentioned in the enclosure should conform to the respective


technical specifications. Only main items of the tender have been brought
out specifically in this schedule, however all accessories as per specification
or otherwise should be furnished at the time of quotation with cost of
individual item.

8.2

Tenderers are required to fill in unit rates for all the items mentioned in the
enclosure and any additional items quoted by them in the Financial Bid. In
absence of the unit rates, the offer may be considered as invalid.
116

8.3

All the equipments supplied shall be as per the List of Approved Make
attached .

9.

ITEMS TO BE FURNISHED BY THE PURCHASER:

9.1

Following shall be furnished by the purchaser:

9.1.1

Building, foundations and trenches.

9.1.2

Water and power for testing and commissioning.

10.

SERVICES SUPPLIED BY PURCHASER DURING ERECTION:


The purchaser will provide for the contractor following services during the
performance of work.

10.1

Temporary electric power at 415 V, 3 ph., 50 Hz at one point only which


will be within 50 M of location of works free of cost. Water shall be
provided free of cost for testing and commissioning.

10.2

The contractor shall make his own arrangement for supply, erection and
dismantling on completion of works of his temporary distribution system,
distribution panels and other equipments he may require to take the power
from the purchaser's supply points.

10.3

The contractor's temporary distribution system shall be subjected in every


respect to the approval of the purchaser and shall be arranged so as to avoid
any interference with other operations on the site.

10.4

The purchaser will not hold himself responsible for the consequences of any
interruptions to the continuity of the power supply or power system voltage
and frequency fluctuations.

10.5

The electric power shall not be used for heating purposes.

10.6

Electrical power made available to the contractor, during testing and


commissioning for the refrigeration unit is free of charge.

10.7

There is no EOT crane or mono rail to assist in erection work. Tenderer


should provide suitable derricks & tripods for lifting heavy load.

11.

SERVICE SUPPORT, SPARES & TOOLS:

11.1

The bidder shall provide in detail the Service Support Set-up in


Mumbai of the manufacturer or himself and lead time for replacement
of faulty parts and for providing technical service. The entire system
will be on comprehensive AMC with the supplier after the expiration of
the guarantee period.

11.2

The tenderer shall furnish complete set of tools & wrenches for making
adjustments, repairs & preventive maintenance including those required for
erection.
117

12

COMPLETION DRAWINGS (FINAL DRGS) & MANUALS:

12.1

The contractor shall submit tracings in original with five prints of all
installation drawings based on which equipments are installed &
commissioned.

12.2

Contractor shall supply the following literature in four sets:


a.
Start-up, operation and maintenance instructions of Airconditioning unit and its parts.
b.
Installation instructions.
c.
Field wiring diagrams.
d.
Operation and Maintenance Manual of electrical parts used in
the same.

118

INSTRUCTIONS TO BIDDERS & SPECIFIC


NON-TECHNICAL REQUIREMENTS
1.

The details in respect of Earnest Money, Security Deposit


a)

Earnest Money Deposit:


Bidder must deposit Rs. 60,000/- towards EMD along with the tender
failing which tender will be rejected. EMD will be accepted in the
form of Bank Draft only favouring Registrar, TIFR, Mumbai.

b)

Security Deposit:
5% (i.e. five percent) of the gross value of the work will be deducted
from the Contractors bill towards Security Deposit.

c)

Refund of Security Deposit:


The Security Deposit (5%) will be refunded to the contractor after the
expiry of defect liability period.

d)

Defect Liability Period:


12 (twelve) calendar months from the date of Institutes satisfactory
completion certificate will be taken as defect liability period.

e)

Bidders other than successful bidder will be refunded the EMD


submitted by them within 12 months from the date of opening of the
tender and no interest shall be paid against the said deposit.

f)

In case the successful bidder fails to undertake the said work, his EMD
amount will be forfeited.

g)

The EMD paid shall be part of Security Deposit, i.e. 5% of the


Contract value which will be refunded after expiry of Defects Liability
period.

2.

No interest will be payable on the deductions towards Security Deposit/


Earnest Money.

3.

The Bidder shall submit the copy of their PAN card.

119

4.

Prices and rates quoted shall include cost of all materials, labour, plant,
equipment, temporary work, tools, setting out, supervision, transport, taxes,
royalties, octroi and any local tax or levy payable on all transactions, insurance
and everything necessary for due performance of work under this contract.

5.

Prices and unit rates shall be valid even if the contract is split.

6.

Contract should be fixed rate contract. No escalation in prices of the materials


during the currency of the contract is permitted. However any statutory
variations like change in excise duty, taxes etc. if levied after award of the
work shall be paid on production of proof of such changes. .

7.

a)

Site Visit:
The bidders may like to visit the work site before submitting their bids
to get conversant with site conditions, which may affect the work.

b)

Location of Site:
Tata Institute of Fundamental Research
Navy Nagar, Colaba, Mumbai-400 005

8.

The work should be completed within 6 months from the date of issue of
Purchase Order.

9.

Work shall commence at site within 2 months from the date of issue of letter
of Purchase Order.

10.

The Contractor should plan and give his daily program for execution of work
in advance so that no disturbance is created in the routine working of the
Institute.

11.

Turnover Tax/Works Contract Tax:


Turnover tax applicable to this contract shall be mentioned clearly and
included by the bidder in his bid. No claim shall be entertained by the owner
thereafter.

12.

Date of Taking Over:


Site shall be deemed to have been taken over by owner when Engineer InCharge certifies the completion of work in all respect as per tender conditions
and specification.

120

13.

Income Tax as per the prevailing rates will be deducted from the progressive
bills.

14.

The contractor shall not without the consent in writing of the Owner assign or
sublet the contract.

15.

No labour below the age of 18 years shall be employed at site.

16.

Contractor shall be liable to pay workman compensation to his labour as per


prevailing rules for any accident occurring at our site.

17.

The contractor shall pay wages to his workmen as per the Statutory Minimum
Wages Act.

18.

The Contractor shall provide all risk insurance for his men, material and
machines and absolve us of all risk and liabilities whatsoever pertaining to his
men, material and machines.

19.

The Contractor will arrange for photo passes of his personnel and get the same
endorsed by our Establishment/Security Department before beginning the
work.

20.

The Contractor will ensure that his workmen follow safe practices at Work.

21.

The Contractor will work from 8.00 a.m. to 6.00 p.m.

22.

No labour camp etc. will be allowed to be put up inside or in the vicinity of the
Institute.

23

Any dispute arising from this contract will be referred to two arbitrators one to
be appointed by you and one by us. The two arbitrators, in the event of their
disagreement will appoint an Umpire. The decision of the Umpire shall be
final and binding. The arbitration will proceed as per Indian Arbitration Act,
1940, as amended up to date.

24.

The contractor should ensure that his engineer/supervisor is present at


site throughout the progress of works till completion.

25.

Terms of Payment:
Payment of pipe lines shall be made as per unit length i.e. per running
mtr./feet.

25.1.4 Unless otherwise agreed to in writing between the Purchaser and the
Contractor/Supplier, payment for the delivery of the equipment approved by
the Inspector will be made as follows:
m)
n)
o)
p)

70% of the Contract value against delivery, prorata of the value


of goods delivered and after checking the same at site.
15% on completion of erection.
10% on commissioning and final inspection and testing at site.
5% against PBG valid for 12 months from the date of handing over or
after expiry of the Defect Liability period as stated in Clause 1d) page
11.

26.

The bidder should submit technical data sheet, drawings, any other technical
detailed asked for in the tender with Part II i.e. Technical Bid of the Tender.

27.

The schedule of quantities and rates shall be read in conjunction with the
specification, tender drawings, other tender documents, relevant IS Codes,
121

Engineering hand books, etc. the Contractor shall not rely merely on the
description given in the Schedule of Quantities.
28.

The quantities mentioned in Bill of Quantities are estimated quantities.


However the payment shall be made as per actual quantities measured at site,
after completion of work.

29.

Contractor will be fully responsible for lifting, shifting and handling Institutes
properties such as any articles and materials lying nearby to proper place as
instructed by Site In-Charge.

30.

All the materials used shall be used only after approval and tests of the
Engineer-In-Charge as per specifications.

31.

All the debris shall be removed by the Contractor at his cost to any nearest
BMC approved dumping yard.

32.

Storage and custody of material, till the time of handing over to TIFR, shall be
the responsibility of contractor.

33.

The contractor after award of work, should submit detailed schedules showing
program and order in which contractor proposes to carryout the work with
dates and estimated completion time for various parts of work. This should be
submitted in the form of Bar-chart.

34.

The Engineer can instruct the contractor to make any alteration, omission, or
variation in work. The difference in cost due to instruction shall be added or
deducted from contract price as the case may be in accordance with the rate
applicable in the contract.

35.

DEVIATION FROM THE SPECIFICATIONS:


The Contractor must tender for the equipment as herein specified but
may submit alternate proposals for modifications to details where such
modifications offer technical advantages and will make cost savings to the
owner. The basis and details of calculations of operating cost and the net
expected final saving shall be indicated wherever such a claim is made.
The acceptances or otherwise of alternate proposal/deviations/
modifications etc. will be decided solely by the owner.

36.

Inspection of Material & Equipment:


Supplier shall arrange for inspection/testing of AHUs at his works. TIFR will
have liberty to inspect/test the parts of AHUs during the
manufacturing/assembly. No charges will be paid extra towards
inspection/testing. The bidder shall make necessary arrangements for travel,
boarding & lodging for 3 engineers of TIFR deputed for inspection & testing
of the AHUs at manufacturers premises.

122

BASIS OF DESIGN & SCOPE OF WORK


1.1

Design Parameters for selection of air handling unit & its components shall be:
Maximum face velocity across prefilter

400 450 Ft./Min.

Maximum face velocity across coils -

450 500 Ft./Min.

Maximum fan outlet velocity

1600 Ft./Min.

Maximum fan speed

800 RPM

Maximum fan motor speed

1500 RPM

1.7 Piping shall be sized for the following design parameter

1.3

Maximum flow velocity

8 Ft./Sec.
= 2.5 Mtrs./Sec.

Maximum friction

5 Ft. per 100 Ft. run

Max. flow velocity [S.A. Duct]

1200 Ft./min.
= 365 Mtr./min.

Max. flow velocity [R.A. Duct]

800 Ft./min.
= 240 Mtrs./min.

Max. friction drop

0.1 WG/100 Ft. run


= 1 cm WG/100 M run

Max. velocity at supply air diffusers -

500 Ft./Min.
= 150-200 Mt./Min.

Design parameters for duct design shall be

2.0

The proposed new AHUs will be put after replacing the old AHUs, which are
in running position. The contractor shall have to carry out the work in short
span of time (during shut down), preferably during weekends including
Sunday. The contractors need to work day and night to ensure minimum
disturbance to users.

3.0

The contractor should inspect the site before quoting and ascertain for himself
the nature, character and extent of work to be executed and should include all
items and services necessary, whether specially mentioned or not in the
specifications, scope etc. to meet with the intent and purpose of these
specification.

4.0

After award of work contractor should submit the GA drawing as well as data
sheet of AHU, parts etc. for engineers approval. He shall start the
manufacturing only after the approval.
123

47.0

All AHUs with the motor above 5 HP should use the flat type belt for
transmission of power (Habasit-Iakoka make flat belt only). Below 5 HP
motor, a regular V-type belt of Fenner make should be provided.

48.0

The static pressure & air flow rate mentioned in the tender are maximum for
the purpose of designing the components. However it is contractors
responsibility to prove the airflow rate at the time of commissioning. He can
use V belt pulley at initial stage and later on replace with flat belt once system
stabilizes.

49.0

During the replacement of AHU contractor shall cut/modify the existing


header/coil connection as per the new requirement. The new piping shall be
paid on RMT basis as per the tender rate. Similarly ducting connection
includes cutting/modifying the existing ducting including making new
plenum, if necessary. The new ducting shall be paid on Sqft basis as per tender
rate.

50.0

The manufacturer of AHU should have the single space for assembly & testing
of AHU preferably at his work, where different section of AHU like casing,
coil etc. manufactured.

51.0

Supplier shall arrange for inspection/testing of AHU at his works. TIFR will
have liberty to inspect/test the parts of AHU during the
manufacturing/assembly of AHU. No charges will be paid extra towards
inspection/testing. The bidder shall make necessary arrangements for travel,
boarding & lodging for 3 engineers of TIFR deputed for inspection & testing
of the AHUs at manufacturers premises.

52.0

Ceiling suspended type AHU should have intermediate anti vibration device to
stop transmission of vibration to ceiling.

53.0

There are various sizes of insulated piping in the institute on which the layers
of sand cement plaster required. Bidder should quote his rate of sand cement
plaster of various sizes as per item no. 16 of BOQ.

54.0

Spare Motor with pulley shall be provided on extended shaft for Two AHUs
(23500 CFM & 9000 CFM Catering to Pelletron Building)

55.0

Power supply shall be given by TIFR at AHU motor as per requirement but
the termination at motor end (With Copper Lugs) shall be in the scope of
contractor.

56.0

Out of eight AHUs, 4 AHUs of Pelletron block, one AHU for `C Block
Mezzanine & one AHU (ceiling suspended) of Pent House are to be replaced
on one to one basis, whereas the remaining two AHUs capacity have been
changed. It is the responsibility of successful bidder to prove the capacity of
each AHU. Mere quoting on the basis of tender will not absolve the
successful bidder from proving the capacity of AHUs.

15.0

All welding must conform to the requirements of applicable IS standards. All


welding procedures and details shall be subject to the approval of Engineer InCharge. All necessary arrangements for working at heights above the floor
level like scaffolding, rope etc. shall be arranged by the Contractor. All
materials, equipments, tools & tackle, shifting and lifting arrangement and
other necessary items required to carry out the work shall be arranged by the
Contractor. All other necessary equipments, arrangements like welding
machine, gas cutter, welding rods, drill bits, drilling machine, grinder, gas
cylinders for gas cutting etc. shall be arranged by the Contractor. Electricity &
water needed for carrying out the work shall be provided free of cost by TIFR.
124

16.0

The Contractor shall make arrangements to store his tools, equipments etc. in
his own tool box having proper locking arrangements. Material required for
carrying out the work such as flanges, nuts and bolts, rubber gasket, pipes etc.
shall be provided by the Contractor. All the above material shall be of high
standards and subjected to the approval of the Engineer In-Charge.

17.0

The work shall be carried out with least disturbance to the users. The
shut down if any required for carrying out the works shall be minimum
and advance intimation to be given. Shut down periods will be intimated
for the work to be taken up after obtaining the necessary approval form
the Users.

18.0

The Contractor shall inspect the site and ascertain for himself the nature
and extent of work to be executed and shall include all the items and
services necessary whether specifically mentioned or not in the tender
specification, drawing, so as to meet the intent and purpose of this
specification.

125

TECHNICAL SPECIFICATIONS
1.

SCOPE :
The scope of this section comprises the supply, installation, testing and
commissioning of single skin air handling units of the size and capacity set
forth in the Schedule of Equipment.

5.0
2.1

CABINET TYPE:
The unit shall be of sectionalized construction consisting of Fan section, coil
section, Filter section and drain pan.

2.2

Metallic casing shall be fabricated from 16 Gauge galvanized sheet steel


ribbed and reinforced for structural strength and rigidity. 16 Gauge hot section
channels shall be used for reinforcing .It shall be sectionalized construction
with proper sealing at the joints to make the joints air tight. Fan section and
panels with bearing supports shall be reinforced with heavy gauge channels.
For AHUs supported on floor, leg packages shall be provided for attachment
to the Fan and Filter sections, raising the height by 350mm. All edges shall be
formed inter locking to stiffen and support the weight and shall be secured
with galvanized nuts and bolts.

2.3

Fan impeller shall be of forward curved blade centrifugal type. Impeller shall
be of double width double inlet type. Two or three wheels shall be provided
for each AHU. Blower section (includes Scroll, impeller blades, etc.) shall be
fabricated from 16 gauge galvanized sheet steel. Fan housing shall be made of
die formed side sheets with stream lined inlet and guide vanes to ensure
smooth air flow into the fans. Fan shaft shall be of solid cold rolled carbon
steel, ground and polished. The whole assembly shall be statically and
dynamically balanced for smooth operation.
Fan shaft bearing shall be of heavy-duty type selected for an average operating
life of 100,000 hours. Bearing shall be self-aligning type. They
shall be permanently lubricated. Bearing housing shall be fabricated from
malleable iron and suitably supported from outside.
Fan motor shall be mounted on an adjustable sound isolating base located on
the top surface above the AHU.

2.4

Cooling Coils shall be of the fin and tube having Aluminum fins firmly
bonded to Copper tube (Seamless solid drain). Capacity of the coil shall be as
required under the Schedule of Equipment. Velocity of air across coil face
shall not exceed 500 CFM. Tube shall be of 5/8 O.D. and with 10-12 fins per
inch. Coils shall be tested at 300 psig Nitrogen pressure in presence of our
engineers. Shut off valve (Butterfly type) at the inlet and outlet of coil to be
provided. Proper purging and drain arrangement to be made on header of
coil. Copper tube gauge

126

thickness shall not be less than 20 SWG. Aluminum fins gauge shall not
be less than 32 G. Fin punching profile must follow full length air of contact
with tube and must be turned at edges to increase rigidity and contact.
Drain pan shall be constructed of 18 G stainless steel with sandwich type
insulation in-between bottom plates. Necessary support shall be provided to
slide the coil in the drain pan. Outlet shall be provided on both the side of
drain pan. An extension drip pan shall be provided at proper location outside
the casing to catch all drip from external coil connections and valves.
End panel of the coil section casing shall be removable for withdraw of the
coil and shall be provided with opening for coil connections.
2.5

Filters shall be cleanable viscous metal AL box type and shall be 50 mm thick.
The filter shall be hold with stiffeners in-between made out of hollow SS
material.

2.6

Suitable, easily openable service door (for Internal Maintenance)


between coil section and fan section to be provided to enable a person to
enter inside

2.7

Unit shall be thermally and sound insulated as in section Insulation

2.8

Spring type Anti Vibration Mounting of approved make shall be provided as


vibration isolators.

2.9

Sheet metal fresh air louvers with frame, damper, etc. shall be provided in the
clear opening in masonry made by the owner.

2.10

The Unit cost shall be complete with all accessories, including the following:
1] Manual air vents at high point and drain at low point. 2] Water
Thermometers at Inlet & Outlet.3] Pressure gauges with siphon cocks
at Inlet & Outlet. 4) Canvass Connection

3.

PERFORMANCE DATA & TESTING:


Air handling units shall be selected for the lowest operating noise level of the
equipment for performance rating and power consumption data with operating
points(On Fan Curve) clearly indicated shall be submitted with the tenders and
verified at the time of testing and commissioning . The following test result
shall be furnished during commissioning in the presence of departments
Engineer;
a) Air Side
Air Flow Rate in CFM or Cub.M per hour
Static pressure in mm wg
Entering Dry bulb & Wet bulb temperature
Leaving Dry bulb & Wet bulb temperature
b) Water Side
Inlet temperature in degree C
Outlet temperature in degree C
Pressure drop in psig

13.

PAINTING:
127

Unit shall be painted with approved type of Epoxy paint (minimum two coats)
14.

CODES & STANDARDS FOR AIR HANDLING UNIT:


The design, manufacture and performance of AHU shall comply all currently
applicable statutes, regulations and safety codes in the locality where the
equipment will be installed. The equipment shall also conform to the
requirements of the latest editions of applicable Indian/U.S.A. standards.
Nothing in this specification shall be construed to relieve the vendor of this
responsibility. In particular the equipment shall conform to the latest editions
of the following standards:

a)
b)
c)
d)

ANSI 89.1
IS:659
IS:660
AHRAE

e)

ARI-410

Safety code for mechanical refrigeration.


Safety code for air-conditioning.
Safety code for mechanical refrigeration.
Standard-33 methods of testing for rating forced
Circulation air-cooling and air heating coils.
Standard for forced circulation air cooling and air
Heating coils.

G.I. insulated condensate drain piping with drain valve, upto sump or floor
drain within the air handling unit room. The drain shall be provided with
proper U loop. Only piping and valve shall be measured and paid at unit
rate.
15.

PERFORMANCE DATA:
Air handling units 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 with the tenders and
verified at the time of testing and commissioning of AHU.

128

SHEET METAL WORK


1.0

SCOPE:

1.1

The scope of this section comprises the supply and installation of all sheet
metal ducts.

1.2

MATERIAL:

1.2.1

Ducts shall be made of galvanized steel sheets. The galvanized steel sheets
shall conform to IS 277-1965 with 200gsm Zink coating.

1.2.5

The thickness of sheets shall be as given below:

Dimensions
of ducts

Gauge
G.I.

Gauge
Al

Type of Joints

Type of Bracings

Upto 600

24

22

G.I. Flange at
2.5 centre

Cross bracings.

601 to 750

24

22

25 x 25 x 3 mm
Angle iron frame
With 6 mm dia.
Nuts & bolts

25 x 25 x 3 mm MS
angles bracing at 1500
mm from joints

751 to 1000

22

20

25 x 25 x 3 mm
Angle iron frame
With 6 mm dia.
Nuts & bolts

25 x 25 x 3 mm MS
angles bracing at 1500
mm from joints

1001 to 1500

22

20

40 x 40 x 5 mm
Angle iron frame
With 8 mm dia.
Nuts & bolts

40 x 40 x 3 mm MS
angles bracing at 1500
mm from joints

1501 to 2250

20

16

50 x 50 x 3 mm
Angle iron to be
Cross braced
diagonally with
10 mm dia. nuts
and bolts at 125
centre.

40 x 40 x 3 mm MS
angle bracing at
1200 mm from joints
or 40 x 40 x 3 mm MS
angle diagonal bracing

2250 & above

18

14

50 x 50 x 6 mm
Angle iron 10
mm dia. nuts
and bolts at 125
centre.

50 x 50 x 3 mm MS
angle bracing at
1200 mm from joints
or 50 x 50 x 3 mm MS
angle diagonal bracing

HANGERS FOR DUCT:


129

Duct Size
[mm]

Spacing
[M]

Size of MS equal angle


[mm x mm]

Size of rod dia


[mm]

Upto 750

2.5

40 x 3

10

751 to 1500

2.0

40 x 3

12

1501 to 2250

2.0

50 x 3

15

50 x 3

15

2251 to above 2.0

All the MS angle, use for duct support & brazing etc, shall be hot dip
galvanized
1.6

DAMPERS:

1.3.1

All dampers shall be louver dampers of robust construction & tightly fitted.
The design, method of handling and control, shall be suitable for the location
and service required.

1.3.5

Dampers shall be provided with suitable links, louvers and quadrants as


required for their proper operation, control or setting in any desired position.
Dampers & their operating devices shall be made robust, easily operable and
accessible through suitable access doors in the ducts. Every damper shall have
an indicating device clearly showing the damper position at all times.

1.3.3

Dampers shall be placed in ducts & on main supply or return air duct for the
proper volume control and balancing the system.

1.4

GRILLS & DIFFUSERS:

1.4.1

All side wall supply air grills shall be similar and equal to Tuttle and Bailey
Triflox T 647 double deflection register with approved damper. Supply air
grills shall be provided with vertical and horizontal adjustable bars and
volume control multi-louver damper that shall be key operated from the front
of the grills.

1.4.2

All return air grilles shall be similar & equal to Tuttle & Bailey Aerovane
770D grills.

1.5

INSTALLATIONS:

1.5.1

The duct fabrication & installation shall generally conform to I.S. 655-1963.

130

1.5.2

The contractor shall provide and neatly erect all sheet metal work or as may be
required to carry out the intent of these specifications and this shall meet with
the approval of the Engineer in all its parts and details.

1.5.3

All necessary allowances and provisions shall be made by the contractor for
beams, pipes or other obstructions in the building. Where necessary to avoid
beams or other structural work or plumbing or other pipes or conduits the
ducts shall be transformed, divided or curved to one side, as approved or
directed by the Engineer.

1.5.4

All metal work in dead or furred down spaces shall be erected in time to cause
no delay to other contractors in the building.

1.5.5

Ducting over furred ceiling shall be supported from the slab above, or from
beams. In no case shall a duct be supported from the ceiling hangers or be
permitted to rest on a hung ceiling.

1.5.6

If a duct cannot be run as decided, the Contractor shall install the duct between
the required point by any path available, subject to the approval of the
Engineer.

1.5.7

All ducts shall be rigid and shall be adequately supported and braced where
required with standing beams, tees or angles of ample size to keep the ducts
true to shape and to prevent buckling, vibration or breathing.

1.5.8

All joints shall be made tight and all interior surfaces shall be smooth. Bends
shall be made with radius not less than the width of the duct or with
scientifically designed interior curved vanes, as approved. The vanes shall be
so spaced that the aspect ratio of each of the individual elbow formed by the
vanes will be about five.

1.5.9

All sheet metal connections, partitions & plenums required to confine the flow
of air to and through the filters and fans, shall be constructed of 18 G
galvanized Iron, thoroughly stiffened with 1 x 1 angle Iron braces and fitted
with all necessary doors as required by the Engineer, to give access to all parts
of the apparatus. Doors shall be not less than 18 x 20 in size.

1.5.10 Where metal ducts or sleeves terminate in wood work, brick or masonry
openings, tight joints shall be made by means of closely fitted heavy flanged
collars.

1.5.11 Air handling units shall be connected to duct work by inserting at air inlet and
air outlet a double canvas sleeve. Each sleeve shall be minimum 4 long
securely bonded and bolted to duct and units. Each sleeve shall be made
smooth and the connecting duct work rigidly held in line with unit inlet or
outlet.
1.6

INSULATION:

1.0

SCOPE:
131

1.1

The scope of this section comprises the supply and application of insulation as
herein specified.

2.0

COLD INSULATION:

2.1

All pipes, ducts & equipments operating at temperature lower than the ambient
shall be insulated in the manner specified hereinafter.

2.2

The insulating material shall be as follows:


p)

Pipes:
Rigid preformed sections of expanded polystyrene of uniform density
of 24 Kgs./m3 with a `K value of not more than 0.23 B.T.U/
Hr./In/Sq.ft./0F at 500F mean temperature.

2.6 No insulation shall be applied on pipes until the pipes are satisfactorily tested.
Thickness of pipe insulation shall be 50mm.
2.7
a)

Pipe insulation shall be applied as follows:


Pipes shall be thoroughly cleaned with wire brush and rendered free from all
rust and grease.

b)

Two coats of bitumen shall be applied on the cleaned pipe surface.

c)

Rigid pipe sections of insulation shall be fixed tightly to the surface taking
care to seal all joints and covered with Polythene sheet.

d)

24 G x 20 mm mesh wire netting shall be applied, butting all joints and shall
be laced down with G.I. wire.

h) Insulated surface shall be finished with two layers of sand cement plaster. Each
layer shall be not less than 7 mm thick.
2.5

All valves, fittings, strainers etc. in chilled water piping shall be insulated to
the same thickness as specified for the main run of piping. Valve bonnets,
yokes and spindles shall be insulated in such a manner as not to cause damage
to insulation when the valve is used or serviced.

2.6

Cabinet air handling units shall be insulated as follows.


Fans & coil section panels shall be internally lined with fire retardant quality
25 mm thick, 24 Kgs./m3
density thermocole slab (with black pigmented
neoprene coating).
The insulation should be stuck to the body of AHU without making any hole
in the body.

2.7

Ducts shall be insulated as follows:


---------------------------------------------------------------------------------------------Type
Location
Insulation
---------------------------------------------------------------------------------------------a) Supply duct
unconditioned space 50 mm, 24 kg/m3 density
TF quality, thermocole
slab.
b) Supply duct
conditioned space
25 mm, 24 kg/m3 density
132

TF quality, thermocole
Slab.
c) Return duct or unconditioned space 25 mm, 24 kg/m3 density
plenum
TF quality, thermocole
slab.
====================================================
Contractor shall submit the Insulation material test certificate clearly
showing density, K value, lot ,etc of material.
2.10

Duct insulation shall be applied as follows:


a)
Black bitumen paint shall be applied over the surface after cleaning the
ducts.
q)
24 kg/m3 density thermocole slab insulation of specified thickness shall
be put by using Bitumen uniformly over Insulation surface.
r)
The Thermocol Insulation shall be covered with 40 G AL foil. Al foil
should be wrapped on Thermocole uniformly, using Bitumen.
s)
The Joints of AL foil shall be overlapped at least 75mm covered with
AL tape. Stripping should be done at distance of 1 meter to hold the
insulation, wherever required.
t)
Wherever necessary and particularly in larger duct, strapping with
PVC material should be done after thermocol insulation and before
putting AL foil

2.9

Acoustic Insulation of Duct:The acoustic Insulation shall be done with 48 Kg/cu.m.Density,25mm


thick Resin bonded Fibre Glass.
The duct surface shall be cleaned and hot bitumen applied in patches
and resin bonded glass wool cut to appropriate sizes and stuck to the
duct wall. The insulated face shall be covered with RP tissue papers &
perforated AL sheet of 28 Gage thickness having 3mm perforations at 5mm
staggered centre and held in position with rivets or galvanized steel bolt with
counter sunk heads & 50 x 50 x 2 mm plate washers at not more than 600mm
centers.

1.7

PIPING

1.0

SCOPE:
The scope of this section comprises the supply & laying of all pipes required
for this project. On the award of the contract, the tenderer shall prepare his
own detailed working drawings.

2.0

CHILLED WATER PIPING:

2.1

All chilled water piping and fittings shall be of M.S. Class `C (heavy class) of
TATA/Jindal make only. The pipe confirming to BIS 1239 for pipe size
upto 150 mm dia. and for pipe size 200 mm dia. and above shall be as per BIS
3589 having minimum 6 mm thickness. All joining in piping shall generally
be by welding unless otherwise mentioned or as directed at site. All welding
shall be done by qualified welders and shall strictly confirm to Indian Standard
code of procedure for manual metallic welding of mild steel as per BIS 823.
The piping shall be so designed that the water velocity through the piping shall
not exceeds maximum 8 fps and also the piping friction drop shall be limited
to 4 m per hundred meter of pipe length.

2.2

133

Pipe threads shall be of I.S. 554/1955 and flanges of I.S. 1536/1960.. Pipes
shall be sloping towards drain points.
2.3

Fittings shall be new and from standard manufacturers. Fittings shall be


malleable casting of pressure ratings suitable for the piping system. Fittings
used on welded piping shall be of the weldable type. Flanges shall be new and
from standard manufacturers. Supply of flanges shall include bolts, washers
etc. as required.

2.4

Tee-off connections shall be through reducing tees, wherever possible.


Otherwise ferrules welded to the main pipe shall be used.

2.5

All equipment and valve connections or connections to any other mating


pipes, shall be through unions/screwed flanges upto 50 mm dia. And flanges
(welded or screwed for G.S.) for larger diameters or as required for the mating
connection.

2.6

All welded piping is subject to the approval of the Engineer and sufficient
number of flanges and unions shall be provided as required under.

2.7

All the drain piping shall be of G.I. C class of TATA/Jindal make with the
Insulation as specified in the Insulation

2.8

Gate valves shall be provided conforming to the following specifications.


---------------------------------------------------------------------------------------------Size
Construction
Ends
---------------------------------------------------------------------------------------------12 to 65 mm
Gun metal
Screwed female
65 mm & over

a) Body - Cast Iron


b) Spindle, valves seat,
Wedge, nut etc.

Flanged

Bronze or
Gun Metal
===================================================
Valves shall conform to I.S. 780/1963 & flanges to I.S. 1536/1960 or as
required. Valves shall have non rising spindles unless otherwise specified and
shall be suitable for 300 psig test pressure. The valve shall be of Leader make.
Tail pieces shall be used wherever required.
2.9

Butterfly valves shall perform the function of isolating valves. Butterfly


valves shall have cast iron body with Nitrile rubber bonded bakelite hard back
seat. Disc shall be of high duty iron with epoxy coating on nickel plating. All
butterfly valves shall be provided with locking devices. The shaft shall be
stainless steel AISI 410. The valve shall be Audco make only.

3.0

PIPING INSTALLATION:

3.1

Pipe runs and sizes should to meet the site conditions. The contractor on the
award of the work shall prepare detailed working drawings, showing the cross
section, longitudinal sections, details of fittings, locations of isolating, drain
and air valves etc. They must keep in view the specific openings in buildings
and other structures through which the pipes are designed to pass.
134

3.2

Piping shall be properly supported on or suspended from strands, clamps,


hangers etc. as specified and as required. The tenderer shall adequately design
all the brackets, saddles, clamps, hangers etc. and be responsible for their
structural integrity.

3.3

Pipe supports shall be of steel, adjustable for height and prime coated with rust
preventive paint and finish coated black. Where pipe and clamp are of
dissimilar material, a gasket shall be provided in between.
Spacing of pipe supports shall not exceed the following:
Pipe (mm)
Sapcing (Meters)
3 to 12
1.22
19 to 25
1.83
32 to 150
2.44
150 and above
3.05
Pipe hangers shall be fixed on walls and ceilings by means of metallic rawl
plugs or approved shear fasteners.

3.4

Vertical risers shall be parallel to wall and column lines and shall be straight
and plump. Risers passing from floor to floor shall be supported at each floor
by clamps or collars attached to pipe and with a 12 mm thick rubber pad or
any resilient material. Where pipes pass through the terrace floor, suitable
flashing shall be provided to prevent water leakage. Risers shall also have a
suitable elbow or concrete pipe support at the lowest point.

3.5

Pipe sleeves of 50 mm diameter shall be provided wherever pipes pass through


walls and the annular space filled with felt and finished with retaining rings.

3.6

Insulated piping shall be supported in such a manner as not to put undue


pressure on the insulation.

3.10

Cut-outs required in the floor slabs for taking the various pipes are provided.
Tenderers shall carefully examine the cutouts provided and clearly point out
wherever the cutouts do not meet with the requirements.

3.8

Piping work shall be carried out with minimum disturbance to the other work
on the site. A program of work shall be chalked out in consultation with the
Engineer.

3.9

All pipes using screwed fittings shall be accurately cut to the required sizes
and threaded in accordance with I.S. 554/1955 and burrs removed before
laying. Open ends of the piping shall be blocked as the pipe is installed to
avoid entrance of foreign matter. Wherever reducers are to be made in
horizontal runs, eccentric reducers shall be used if the piping is to drain freely;
in other locations, concentric reducers may be used.

3.10

Drains shall be provided at all low points in the piping system and shall be of
the following sizes:
Mains

Drain

Upto 300 mm
Over 300 mm

25 mm
40 mm
135

Drains shall be provided with gate valves of equal size with rising spindle.
Drains shall be piped through equal size G.I. pipe to the nearest drain or floor
waste. Piping shall be pitched towards drain points.

4.0

PRESSURE GAUGES:

4.1

4.2

The pressure gauges shall be Bourbon tube type confirming to IS : 3624 and
shall be with siphon cock and angle valve. Pressure gauges shall be not less
than 150 mm dia. and of appropriate range etc. duly calibrated before
installation. The Pressure gauges shall be of H.GURU/equ. make.
Care shall be taken to protect pressure gauges during pressure testing.

5.0

THERMOMETERS:

5.1

Thermometers shall be either 150 mm dia. dial or direct reading industrial


type, of appropriate range, duly calibrated before installation. Thermometers
shall be installed in separable wells.

6.0

INSULATION:

6.1

Pipes shall be insulated in accordance with specifications in section


`INSULATION.

7.0

VIBRATION ELIMINATION:

7.1

Piping installation shall be carried out with vibration elimination fittings


wherever required.

8.0

TESTING:

8.1

All piping shall be tested to hydrostatic test pressure of at least 1 times the
maximum operating pressure, but not less that 7 Kgs/Sq.Cm. for a period of
not less than 24 hours. All leaks and defects in joints revealed during the
testing shall be rectified to the satisfaction of the Engineer.
Piping repaired subsequent to the above pressure test shall be retested in the
same manner.
System may be tested in sections and such sections shall be securely capped.
The owner shall be notified well in advance by the Contractor of his intention
to test a section or sections of piping and all testing shall be witnessed by the
Engineer or his authorized representative.
The contractor shall provide all materials, tools, equipment, instruments,
services and labour required to perform the test and to remove water resulting
from cleaning and/after testing.
The contractor shall make sure that proper noiseless circulation of fluid is
achieved through all coils and other heat exchanger in the system concerned.
If proper circulation is not achieved due to air bound connections, the
Contractor shall rectify the defective connections. He shall bear all the
expenses for carrying out the above rectifications, including the tearing up and
re-finishing of floors, walls, etc. as required.

8.2
8.3
8.4
8.5
8.6

8.6

No insulation shall be applied to piping until after the completion of the


pressure testing to the satisfaction of the Engineer.
136

9.0

PAINTING:

9.1

After all the piping has been installed, tested and run for at least 10 days of
eight hours each, the piping shall be given two finish coats, as follows:
---------------------------------------------------------------------------------------------Service
Flow
Colour
---------------------------------------------------------------------------------------------Chilled water
supply return as approved by the
Engineer
====================================================

9.2

The direction of flow of fluid in the pipe shall be visibly marked in White
arrows.

1.8

ELECTRICAL EQUIPMENT

1.0

SCOPE:

1.8 The scope of this section comprises the supply & installation of all electrical
equipment, such as, electrical motors
2.0

RATINGS & STANDARDS:

2.1

Rating of the motors shall be as indicated by you in the data sheets and as per
the requirements of the airflow and static pressure. Ratings shall be on the
basis of the specified ambient temperature and without exceeding the
maximum temperature limits set by IS 325/1961.

2.2

Unless otherwise stated, Indian Standard Specifications shall apply. Where


I.S. specifications are not available, the relevant British Standard
Specifications shall be followed.

3.0

SQUIRREL CAGE INDUCTION MOTORS:

3.1

All motors shall be screen protected drip proof type TEFC with Class-C
insulation, conforming to I.S. 325/1961 unless otherwise specified.

3.2

The motor shall be statically and dynamically balanced.

3.3

Bearings shall be combination ball and roller type with limit lubricators.

3.4

Termination shall be of ample size housed in a termination box . The terminal


box shall be suitable for cable entry. Two earth terminals shall be provided.

3.5

The starting torque shall match with the load torque and the starting current
shall not exceed 6 times the full load current.

4.0

INSTALLATION:

4.1

All motors shall be mounted on a common foundation with the driven


equipment coupled through flexible couplings or through belt drive.
Installation shall be in accordance with I.S. 900/1956.

137

4.2

Flexible connections shall be provided to all motors terminals wherever the


motor is mounted on guide rails and belt drive is adopted. Even in the case of
direct drive motors, the connections shall be flexible enough to prevent
transmission of vibration.

4.3

All drive arrangements and couplings shall be provided with a safety guard.

5.0

TESTING:

5.1

Motors shall be tested in accordance with the relevant Indian Standard


Specifications and test certificates furnished for routine type and high voltage
tests.

6.0

PAINTING:

6.1

All motors, starters and the frame work shall be painted with two coats of a
suitable paint of approved colour.

138

Schedule of Technical Data for each Air Handling Unit


(To be submitted for each AHU separately)
Technical data shall be furnished as below:
XXII) General:
40)
Make:41)

Air Discharge Direction:- Horizontal or Vertical

42)

Overall Dimensions:-

43)

Weight (including water):-

44)

Type of Vibration Isolators:-

45)

Approx. noise level (db):-

46)

Drive belts & size (Flat, Belt, V-Belt):-

47)

G.I. Casing Gauge:-

48)

AHU body insulation material & thickness:-

49)

Density of insulation material :-

50)

Drain Tray Material :-

51)

Drain tray insulating material & thickness:-

52)

Whether inspection door provided for AHU body:-

XXIII) Fan Section:


25)
Air handling capacity (CFM/CMH):26)

Total static press (mm WG):-

27)

Fan speed (r.p.m.):-

28)

Nos. of Fan outlet & area:-

29)

Fan diameter:-

30)

Balance (Static and/or Dynamic):-

31)

Bearings:-

32)

Make & Mode of Fan.

139

XXIV) Filter Section:


22)
Type:23)

Gross filter area:-

24)

Velocity through filter (F.P.M.):-

25)

Press drop through filter when new (mm, W.G.):-

26)

Efficiency:-

27)

Filter material:-

28)

Filter Casing Material & Gauge

XXV) Cooling Coil:


25)
Coil fin material & thickness:26)

Copper tube diameter & thickness:-

27)

Water through coil (F.P.M.):-

28)

No. of fins per inch:-

29)

Water press drop in the coil (psig):-

30)

coil Face area :-

31)

Nos. of coils:-

32)

No. of rows of each coil:-

XXVI) Drive Motor for AHU:


16)
Make:17)

Frame size:-

18)

Insulation Class:-

19)

HP/KW rating:-

20)

Type

XXVII)
1.

2.

VALVES

Butterfly Valve
1]

Make :-

2]

Model :-

Gate Valve
1]

Make :-

2]

Model :-

140

XXVIII)
1.

Pressure Gauge
1)
2)

2.

Gauges

Make:Type:-

Thermometers
1)
2)

Make:Type:-

VIII) Miscellaneous
1.

Insulation (Duct/Piping)
1)
Make:2)
Thickness & Density:-

2.

Piping
1)
Make
2)
Class of Pipe

3.

Ducting Sheet
1)
Make of Sheet

4.

Anti Vibration Mounting


1)
Type
2)
Make

Note: Any other additional technical details may be included by the tenderer.

141

ACCEPTABLE/APPROVED MAKE OF MATERIALS


Material

Make

1. Galvanized Plane Sheets

Jindal/SAIL

2. Pipes

Tata/Jindal

3. Butterfly Valve/Ball Valve

AUDCO

4. Gate Valve

Leader

5. Globe Valve

Leader/AUDCO

6. Y/Plot Strainer

TrishuL/Emerald

7. Non Return Valve

AUDCO/C&R

8. Gauges

H Guru/Star Scientific

9. Thermometers

H Guru/Star Scientific

10. Pipe Insulation

Beardsell/Lloyds/
Phenotherm

11. Duty Insulation

Owens Corning/Beardsell/
U P Twiga

12. Electrical Motor

Siemens/Crompton/ABB

13. Anti Vibration Maintenance

RMS Corporation/Dunlop

142

TATA INSTITUTE OF FUNDAMENTAL RESEARCH


Technical Services

TENDER DOCUMENT
Replacement of very old Air Handling Units with Supply,
Installation, Testing & Commissioning of New
Single Skin AHUs along with associated ducting,
insulation, piping, valves etc. at TIFR, Colaba, Mumbai

143

CONDITIONS OF TENDER

33.

Quotations must be submitted in duplicate giving complete details; in


particular, the offers should clearly specify applicable taxes, make, offered,
warranty/guarantee terms, delivery period and delivery charges, if the price is
ex-works/ex-Godown/ex-shop.

34.

Quotation should be valid for a period of 120 days from the date of opening of
the tender.

35.

Tenders in sealed envelopes duly superscribed with the Tender No. and due
date, shall be addressed to the Purchase Officer, Tata Institute of Fundamental
Research, Homi Bhabha Road, Colaba, Mumbai 400 005.

36.

Tenders will be opened in the presence of attending tenderers on the date and
time specified in the enquiry; in the event the due date declared is a holiday,
the tender will be opened on the following working day.

37.

This tender documents/form is not transferable.

38.

Tenders containing erasures or alterations will not be considered.

39.

Tenders which do not comply with the above conditions are liable to be
rejected.

40.

The Institute will not defray any expenses whatsoever incurred by the Bidders
for the preparation of bids.

9.

In case Bidder finds discrepancies or omissions from the specifications or


other documents or has any doubt as to their meaning, he shall at once request
in writing to the Purchase Officer, TIFR, who will for
interpretation/clarification issue interpretation and clarifications as he may
consider necessary in writing as an addendum. Copies of such addenda, if
issued, shall be signed by the Bidder and shall form a part of his bid. Verbal
clarifications given shall not be binding on the Institute.

10.

Before submitting the bids, the Bidders shall make themselves fully
conversant with the technical specifications and other documents as attached
so that no ambiguity arises at a later date in this respect.

11.

The owner reserves the right to postpone the date of submission and opening
of bids.

12.

The bidders shall quote in English their rates/prices both in figures, as well as
in words against each item of the work as detailed in the enclosed Schedule of
Quantities. In the event of any discrepancy between the quoted rates/prices in
words and that quoted in figures, the rates/prices quoted in words shall govern.
144

13.

The bidders must return the complete set of bid document. Each page of the
bid document must be signed and dated by the bidder. Any bid not so signed
and dated is likely to be rejected. All writing shall be in ink only. Any
corrections in the entries in the Schedule of Quantities of this bid document,
shall be initialed and dated by the bidder before submission of the bid. No
parts of the bid document shall be altered, overwritten or amended by the
Bidder

14.

The Institute shall be under no obligation to accept the lowest or any


tender received in response to this tender notice and shall be entitled to
reject any tender without assigning any reason whatsoever.

145

GENERAL CONDITIONS OF CONTRACT


57.0

Definition of Terms :

17.1.

In construing these general conditions and the specifications the following


works shall have the meanings herein assigned to them unless there is
something in the subject or context inconsistent with such works.

1.54

The term `Contractor/`Supplier/`Bidder/`Vender shall mean the Tenderer


whose tender has been accepted by the Owner and shall include the Tenderers
heirs, successors and assignees approved by the Purchaser:

1.55

The `Purchaser shall mean Tata Institute of Fundamental Research, Homi


Bhabha Road, Colaba, Mumbai 400 005 and shall include the Purchasers
heirs, successors and assignees.

1.56

The term `Sub-Contractor shall mean the firm or persons named in the
contract for any part of the work or any person to whom any part of the work
has been sublet with the consent in writing of the Engineer-In-Charge and
shall include his heirs, successors and assignees approved by the Purchaser.

1.57

The Term `Inspector shall mean any person appointed by/or on behalf of the
Purchaser to inspect supplies, stores or work under the contract or any person
deputed by the Inspector for the purpose.

1.58

The term `Particulars shall mean, the following :


u)
v)
w)
x)
y)

1.59

Specifications
Drawing
Sealed Pattern denoting a pattern sealed and signed by the Inspector.
Proprietary make denoting the produce of an individual firm.
Any other details governing the construction, manufacture and/or
supply as existing for the contract.

The term `Engineer shall mean Engineer, Central Services, Tata Institute of
Fundamental Research, Colaba, Mumbai or some other person for the time
being or from time to time duly appointed in writing by the Owner to act as
Engineer for the purpose of the Contract or in default of such appointment the
Purchaser.

146

1.60

The term `Specification shall mean the specifications annexed to or issued


with these Conditions of Contract.

1.61

The term `Site shall mean the place or places at which the Equipment is to be
delivered or work done by the Contractor shall include where applicable the
lands and buildings upon or in which the works are to be executed and shall
also include the place or places at which fabrication and other work is being
carried out by the Contractor.

1.62

`Electrical Equipment, `Stores, `Work or `Works shall mean and include


equipment and materials to be provided and work to be done by the Contractor
under the Contract.

1.63

The `Contract shall mean acceptance of the work order placed on


contractor/supplier under section (2) of these conditions and shall include
these conditions of Contract, Specifications, Schedule, Drawing, Letter of
Intent of the Purchaser and any subsequent amendments mutually agreed
upon.

1.64

`Tests on Completion shall mean such tests are prescribed by the


specifications or have been mutually agreed to between the
Contractor/Supplier and the Purchaser to be made before the equipment is
taken over by the Purchaser.

1.65

`Writing shall include any manuscript, typewritten or printed statement under


or over signature or seal as the case may be. Words importing `person shall
include firms, companies, corporations and association of individuals whether
incorporate or not.

1.66

Words importing singular shall also include plural and vice versa where
context requires.

58.0

Contract:

58.1

Contractor/Supplier should send their acceptance letter on receipt of `Letter of


Intent or work order within stipulated period. On expiry of said period or
exorbitant delay in commencing or executing the work, the Purchaser shall not
be liable to any claim from the Contractor/ Supplier for work entrusted to and
may revoke the contract.

147

59.0

Work at Site:

59.1

The contractor should ensure that his people follow safe practices at
work.

59.2

Access to the works shall be allowed only to the Contractor/Supplier, SubContractors or his duly appointed representatives. The Contractor/ Supplier
shall not object to the execution of work by other contractors or tradesman and
shall afford them every facility for execution of their several works
simultaneously with his own.

59.3

Work at the Purchasers premises shall be carried out at such time as the
Purchaser may approve but the Purchaser shall give the Contractor/ Supplier
all reasonable facilities for the same. The Contractor/Supplier shall provide
sufficient fencing, notice boards etc. to guard the works and warn the public.

59.4

The Contractor shall obey Central, local and State regulations and
enactment pertaining to workmen and labour and the Engineer shall have
the right to enquire into and decide all complaints on such matters.

60.0

Delays:

60.1

The Contractor shall not be entitled to any compensation for any loss suffered
by him on account of delays in commencing or executing the work, whatever
the cause for such delays may be, including delays in procuring Government
controlled or other materials and delay in obtaining instructions and decisions
from Engineer-In-Charge. The Contractor shall, however, merit extension of
time as hereinafter mentioned.

5.0

Taking Over:
The equipment when erected at site shall be deemed to have been taken over
by the Purchaser when the Engineer will have certified in writing that the
equipment has fulfilled the contract conditions.

148

14.0

Extension of Time:

14.1

If the Contractor is delayed in the progress of work by changes ordered in the


work, or by any cause, which the Engineer shall decide to justify the delay,
then the time of completion shall be extended by a reasonable time. No such
extension shall be allowed unless requests for extension are made in writing
by the Contractor/Supplier to the Engineer within 15 days from the date of
occurrence of the delay.

15.0

Other Damages:

15.1

The Contractor/Supplier shall be responsible for all injury to persons, animals


or things and for all damage to the works, structure of, and decorative work in
the property which may arise from operation or neglect of himself or any of
his Sub-Contractor or of his or Sub-Contractors employees, whether such
injury or damage may arise from carelessness, accident or any other cause
whatever in any way connected with the carrying out of this contract. This
clause shall be held to include any damage to buildings, whether immediately
adjacent or otherwise, any damage to roads, streets, foot paths, as well as all
damage caused to the works forming the subject of this contract by frost or
other inclemency of weather. The Contractor/Supplier shall indemnify the
Purchaser and hold him harmless in respect of all and any expenses or
property as aforesaid and also in respect of any claim made in respect of injury
or damage under any acts of Government or otherwise and also in respect of
any award of compensation or damages consequent upon such claim.

15.2

The Contractor/Supplier shall reinstate all damage of every sort mentioned in


this clause, so as to deliver up the whole of the contract works complete and
perfect in every respect and so as to make good or otherwise satisfy all claims
for damage to the property of third parties.

7.3

The Contractor/Supplier shall indemnify the Purchaser against all claims


which may be made against the Purchaser, by any member of the public or
other party, in respect of anything which may arise in respect of the works or
in consequence thereof and shall, at his own expense, effect and maintain,
until the work has been taken over.

149

7.4

The Contractor/Supplier shall also indemnify the Purchaser against all claims
which may be made upon the Purchaser whether under the Workmens
Compensation Act or any other statute in force during the currency of this
contract or at common law in respect of any employee of the
Contractor/Supplier or of any of his sub-contractor and shall at his own
expense effect and maintain until the work has been `Taken Over, with an
approved office.

7.9 The Purchaser, with the concurrence of the Engineer, shall be at liberty and is
hereby empowered to deduct the amount of any damages compensation costs,
charges and expenses arising or accruing from or in respect of any such claims
or damages from any sums due to or become due to the Contractor/Supplier.

150

GENERAL INFORMATION TO BIDDERS


1.

On behalf of Tata Institute of Fundamental Research (hereinafter referred to as


the Institute) bids are invited for design, supply, installation, testing &
commissioning of Air- Conditioning system for INO Laboratory with
associated ducting, Insulation, refrigerant piping, cabling etc at TIFR on Homi
Bhabha Road, Navy Nagar, Colaba, Mumbai-400 005.

18.

The Air-conditioning system shall be installed in stand alone Laboratory


building. The Laboratory building is situated near the Animal House. It is
only a ground floor structure.

19.

It is important that the bidder must satisfy himself before quoting that the
space provided is adequate for installation of his plant along with all
equipments and accessories as no extra space can be provided. The tenderers
must visit the site and take the actual measurement before quoting. The
bidders shall furnish a fully dimensioned layout for his Package unit, with all
equipment and accessories along with quotation.

20.

Bidder shall furnish the data called for in data sheets and the schedules in the
standard Proforma to facilitate correct evaluation of his bid in a most
expeditious manner. It is in the interest of the bidder to submit the bid in
above manner with complete technical details, failing which it is likely that his
bid may not be considered.

21.

Bidder shall be deemed to have carefully examined the specification in its


complete form and to have fully informed and satisfied himself as to the
details, nature, character and quantities of the work to be carried out, site
conditions, and other pertinent matters and details.

6.

It is the intent of the owner/purchaser to incorporate these specification


documents in the final contract order for the supply of material, equipment
and services. Bidders are required to review these documents and clearly
state in their proposals the acceptance of the same. Exceptions, if any shall
be clearly stipulated in appropriate bidding schedule. The final contract
between purchaser and vendor shall be subjected to such changes, if any,
mutually agreed upon by purchaser and vendor and included in the main
text of the contract/order.

7.

Bidder shall clearly specify all the deviations with respect to this specification
in the appropriate schedule.

8.

SCHEDULE OF QUANTITIES TO BE FURNISHED BY VENDORS

8.1

All equipments mentioned in the enclosure should conform to the respective


technical specifications. Only main items of the tender have been brought
out specifically in this schedule, however all accessories as per specification
or otherwise should be furnished at the time of quotation with cost of
individual item.

8.2

Tenderers are required to fill in unit rates for all the items mentioned in the
enclosure and any additional items quoted by them in the Financial Bid. In
absence of the unit rates, the offer may be considered as invalid.
151

8.3

All the equipments supplied shall be as per the List of Approved Make
attached .

9.

ITEMS TO BE FURNISHED BY THE PURCHASER:

9.1

Following shall be furnished by the purchaser:

9.1.1

Building, foundations and trenches.

9.1.2

Water and power for testing and commissioning.

10.

SERVICES SUPPLIED BY PURCHASER DURING ERECTION:


The purchaser will provide for the contractor following services during the
performance of work.

10.1

Temporary electric power at 415 V, 3 ph., 50 Hz at one point only which


will be within 50 M of location of works free of cost. Water shall be
provided free of cost for testing and commissioning.

10.2

The contractor shall make his own arrangement for supply, erection and
dismantling on completion of works of his temporary distribution system,
distribution panels and other equipments he may require to take the power
from the purchaser's supply points.

10.3

The contractor's temporary distribution system shall be subjected in every


respect to the approval of the purchaser and shall be arranged so as to avoid
any interference with other operations on the site.

10.4

The purchaser will not hold himself responsible for the consequences of any
interruptions to the continuity of the power supply or power system voltage
and frequency fluctuations.

10.5

The electric power shall not be used for heating purposes.

10.6

Electrical power made available to the contractor, during testing and


commissioning for the refrigeration unit is free of charge.

10.7

There is no EOT crane or mono rail to assist in erection work. Tenderer


should provide suitable derricks & tripods for lifting heavy load.

11.

SERVICE SUPPORT, SPARES & TOOLS:

11.1

The bidder shall provide in detail the Service Support Set-up in


Mumbai of the manufacturer or himself and lead time for replacement
of faulty parts and for providing technical service. The entire system
will be on comprehensive AMC with the supplier after the expiration of
the guarantee period.

11.2

The tenderer shall furnish complete set of tools & wrenches for making
adjustments, repairs & preventive maintenance including those required for
erection.
152

12

COMPLETION DRAWINGS (FINAL DRGS) & MANUALS:

12.1

The contractor shall submit tracings in original with five prints of all
installation drawings based on which equipments are installed &
commissioned.

12.2

Contractor shall supply the following literature in four sets:


a.
Start-up, operation and maintenance instructions of Airconditioning unit and its parts.
b.
Installation instructions.
c.
Field wiring diagrams.
d.
Operation and Maintenance Manual of electrical parts used in
the same.

153

INSTRUCTIONS TO BIDDERS & SPECIFIC


NON-TECHNICAL REQUIREMENTS
1.

The details in respect of Earnest Money, Security Deposit


a)

Earnest Money Deposit:


Bidder must deposit Rs. 60,000/- towards EMD along with the tender
failing which tender will be rejected. EMD will be accepted in the
form of Bank Draft only favouring Registrar, TIFR, Mumbai.

b)

Security Deposit:
5% (i.e. five percent) of the gross value of the work will be deducted
from the Contractors bill towards Security Deposit.

c)

Refund of Security Deposit:


The Security Deposit (5%) will be refunded to the contractor after the
expiry of defect liability period.

d)

Defect Liability Period:


12 (twelve) calendar months from the date of Institutes satisfactory
completion certificate will be taken as defect liability period.

e)

Bidders other than successful bidder will be refunded the EMD


submitted by them within 12 months from the date of opening of the
tender and no interest shall be paid against the said deposit.

f)

In case the successful bidder fails to undertake the said work, his EMD
amount will be forfeited.

g)

The EMD paid shall be part of Security Deposit, i.e. 5% of the


Contract value which will be refunded after expiry of Defects Liability
period.

2.

No interest will be payable on the deductions towards Security Deposit/


Earnest Money.

3.

The Bidder shall submit the copy of their PAN card.

154

4.

Prices and rates quoted shall include cost of all materials, labour, plant,
equipment, temporary work, tools, setting out, supervision, transport, taxes,
royalties, octroi and any local tax or levy payable on all transactions, insurance
and everything necessary for due performance of work under this contract.

5.

Prices and unit rates shall be valid even if the contract is split.

6.

Contract should be fixed rate contract. No escalation in prices of the materials


during the currency of the contract is permitted. However any statutory
variations like change in excise duty, taxes etc. if levied after award of the
work shall be paid on production of proof of such changes. .

7.

a)

Site Visit:
The bidders may like to visit the work site before submitting their bids
to get conversant with site conditions, which may affect the work.

b)

Location of Site:
Tata Institute of Fundamental Research
Navy Nagar, Colaba, Mumbai-400 005

8.

The work should be completed within 6 months from the date of issue of
Purchase Order.

9.

Work shall commence at site within 2 months from the date of issue of letter
of Purchase Order.

10.

The Contractor should plan and give his daily program for execution of work
in advance so that no disturbance is created in the routine working of the
Institute.

11.

Turnover Tax/Works Contract Tax:


Turnover tax applicable to this contract shall be mentioned clearly and
included by the bidder in his bid. No claim shall be entertained by the owner
thereafter.

12.

Date of Taking Over:


Site shall be deemed to have been taken over by owner when Engineer InCharge certifies the completion of work in all respect as per tender conditions
and specification.

155

13.

Income Tax as per the prevailing rates will be deducted from the progressive
bills.

14.

The contractor shall not without the consent in writing of the Owner assign or
sublet the contract.

15.

No labour below the age of 18 years shall be employed at site.

16.

Contractor shall be liable to pay workman compensation to his labour as per


prevailing rules for any accident occurring at our site.

17.

The contractor shall pay wages to his workmen as per the Statutory Minimum
Wages Act.

18.

The Contractor shall provide all risk insurance for his men, material and
machines and absolve us of all risk and liabilities whatsoever pertaining to his
men, material and machines.

19.

The Contractor will arrange for photo passes of his personnel and get the same
endorsed by our Establishment/Security Department before beginning the
work.

20.

The Contractor will ensure that his workmen follow safe practices at Work.

21.

The Contractor will work from 8.00 a.m. to 6.00 p.m.

22.

No labour camp etc. will be allowed to be put up inside or in the vicinity of the
Institute.

23

Any dispute arising from this contract will be referred to two arbitrators one to
be appointed by you and one by us. The two arbitrators, in the event of their
disagreement will appoint an Umpire. The decision of the Umpire shall be
final and binding. The arbitration will proceed as per Indian Arbitration Act,
1940, as amended up to date.

24.

The contractor should ensure that his engineer/supervisor is present at


site throughout the progress of works till completion.

25.

Terms of Payment:
Payment of pipe lines shall be made as per unit length i.e. per running
mtr./feet.

25.1.5 Unless otherwise agreed to in writing between the Purchaser and the
Contractor/Supplier, payment for the delivery of the equipment approved by
the Inspector will be made as follows:
q)
r)
s)
t)

70% of the Contract value against delivery, prorata of the value


of goods delivered and after checking the same at site.
15% on completion of erection.
10% on commissioning and final inspection and testing at site.
5% against PBG valid for 12 months from the date of handing over or
after expiry of the Defect Liability period as stated in Clause 1d) page
11.

26.

The bidder should submit technical data sheet, drawings, any other technical
detailed asked for in the tender with Part II i.e. Technical Bid of the Tender.

27.

The schedule of quantities and rates shall be read in conjunction with the
specification, tender drawings, other tender documents, relevant IS Codes,
156

Engineering hand books, etc. the Contractor shall not rely merely on the
description given in the Schedule of Quantities.
28.

The quantities mentioned in Bill of Quantities are estimated quantities.


However the payment shall be made as per actual quantities measured at site,
after completion of work.

29.

Contractor will be fully responsible for lifting, shifting and handling Institutes
properties such as any articles and materials lying nearby to proper place as
instructed by Site In-Charge.

30.

All the materials used shall be used only after approval and tests of the
Engineer-In-Charge as per specifications.

31.

All the debris shall be removed by the Contractor at his cost to any nearest
BMC approved dumping yard.

32.

Storage and custody of material, till the time of handing over to TIFR, shall be
the responsibility of contractor.

33.

The contractor after award of work, should submit detailed schedules showing
program and order in which contractor proposes to carryout the work with
dates and estimated completion time for various parts of work. This should be
submitted in the form of Bar-chart.

34.

The Engineer can instruct the contractor to make any alteration, omission, or
variation in work. The difference in cost due to instruction shall be added or
deducted from contract price as the case may be in accordance with the rate
applicable in the contract.

35.

DEVIATION FROM THE SPECIFICATIONS:


The Contractor must tender for the equipment as herein specified but
may submit alternate proposals for modifications to details where such
modifications offer technical advantages and will make cost savings to the
owner. The basis and details of calculations of operating cost and the net
expected final saving shall be indicated wherever such a claim is made.
The acceptances or otherwise of alternate proposal/deviations/
modifications etc. will be decided solely by the owner.

36.

Inspection of Material & Equipment:


Supplier shall arrange for inspection/testing of AHUs at his works. TIFR will
have liberty to inspect/test the parts of AHUs during the
manufacturing/assembly. No charges will be paid extra towards
inspection/testing. The bidder shall make necessary arrangements for travel,
boarding & lodging for 3 engineers of TIFR deputed for inspection & testing
of the AHUs at manufacturers premises.

157

BASIS OF DESIGN & SCOPE OF WORK


1.1

Design Parameters for selection of air handling unit & its components shall be:
Maximum face velocity across prefilter

400 450 Ft./Min.

Maximum face velocity across coils -

450 500 Ft./Min.

Maximum fan outlet velocity

1600 Ft./Min.

Maximum fan speed

800 RPM

Maximum fan motor speed

1500 RPM

1.9 Piping shall be sized for the following design parameter

1.3

Maximum flow velocity

8 Ft./Sec.
= 2.5 Mtrs./Sec.

Maximum friction

5 Ft. per 100 Ft. run

Max. flow velocity [S.A. Duct]

1200 Ft./min.
= 365 Mtr./min.

Max. flow velocity [R.A. Duct]

800 Ft./min.
= 240 Mtrs./min.

Max. friction drop

0.1 WG/100 Ft. run


= 1 cm WG/100 M run

Max. velocity at supply air diffusers -

500 Ft./Min.
= 150-200 Mt./Min.

Design parameters for duct design shall be

2.0

The proposed new AHUs will be put after replacing the old AHUs, which are
in running position. The contractor shall have to carry out the work in short
span of time (during shut down), preferably during weekends including
Sunday. The contractors need to work day and night to ensure minimum
disturbance to users.

3.0

The contractor should inspect the site before quoting and ascertain for himself
the nature, character and extent of work to be executed and should include all
items and services necessary, whether specially mentioned or not in the
specifications, scope etc. to meet with the intent and purpose of these
specification.

4.0

After award of work contractor should submit the GA drawing as well as data
sheet of AHU, parts etc. for engineers approval. He shall start the
manufacturing only after the approval.
158

61.0

All AHUs with the motor above 5 HP should use the flat type belt for
transmission of power (Habasit-Iakoka make flat belt only). Below 5 HP
motor, a regular V-type belt of Fenner make should be provided.

62.0

The static pressure & air flow rate mentioned in the tender are maximum for
the purpose of designing the components. However it is contractors
responsibility to prove the airflow rate at the time of commissioning. He can
use V belt pulley at initial stage and later on replace with flat belt once system
stabilizes.

63.0

During the replacement of AHU contractor shall cut/modify the existing


header/coil connection as per the new requirement. The new piping shall be
paid on RMT basis as per the tender rate. Similarly ducting connection
includes cutting/modifying the existing ducting including making new
plenum, if necessary. The new ducting shall be paid on Sqft basis as per tender
rate.

64.0

The manufacturer of AHU should have the single space for assembly & testing
of AHU preferably at his work, where different section of AHU like casing,
coil etc. manufactured.

65.0

Supplier shall arrange for inspection/testing of AHU at his works. TIFR will
have liberty to inspect/test the parts of AHU during the
manufacturing/assembly of AHU. No charges will be paid extra towards
inspection/testing. The bidder shall make necessary arrangements for travel,
boarding & lodging for 3 engineers of TIFR deputed for inspection & testing
of the AHUs at manufacturers premises.

66.0

Ceiling suspended type AHU should have intermediate anti vibration device to
stop transmission of vibration to ceiling.

67.0

There are various sizes of insulated piping in the institute on which the layers
of sand cement plaster required. Bidder should quote his rate of sand cement
plaster of various sizes as per item no. 16 of BOQ.

68.0

Spare Motor with pulley shall be provided on extended shaft for Two AHUs
(23500 CFM & 9000 CFM Catering to Pelletron Building)

69.0

Power supply shall be given by TIFR at AHU motor as per requirement but
the termination at motor end (With Copper Lugs) shall be in the scope of
contractor.

70.0

Out of eight AHUs, 4 AHUs of Pelletron block, one AHU for `C Block
Mezzanine & one AHU (ceiling suspended) of Pent House are to be replaced
on one to one basis, whereas the remaining two AHUs capacity have been
changed. It is the responsibility of successful bidder to prove the capacity of
each AHU. Mere quoting on the basis of tender will not absolve the
successful bidder from proving the capacity of AHUs.

15.0

All welding must conform to the requirements of applicable IS standards. All


welding procedures and details shall be subject to the approval of Engineer InCharge. All necessary arrangements for working at heights above the floor
level like scaffolding, rope etc. shall be arranged by the Contractor. All
materials, equipments, tools & tackle, shifting and lifting arrangement and
other necessary items required to carry out the work shall be arranged by the
Contractor. All other necessary equipments, arrangements like welding
machine, gas cutter, welding rods, drill bits, drilling machine, grinder, gas
cylinders for gas cutting etc. shall be arranged by the Contractor. Electricity &
water needed for carrying out the work shall be provided free of cost by TIFR.
159

16.0

The Contractor shall make arrangements to store his tools, equipments etc. in
his own tool box having proper locking arrangements. Material required for
carrying out the work such as flanges, nuts and bolts, rubber gasket, pipes etc.
shall be provided by the Contractor. All the above material shall be of high
standards and subjected to the approval of the Engineer In-Charge.

17.0

The work shall be carried out with least disturbance to the users. The
shut down if any required for carrying out the works shall be minimum
and advance intimation to be given. Shut down periods will be intimated
for the work to be taken up after obtaining the necessary approval form
the Users.

18.0

The Contractor shall inspect the site and ascertain for himself the nature
and extent of work to be executed and shall include all the items and
services necessary whether specifically mentioned or not in the tender
specification, drawing, so as to meet the intent and purpose of this
specification.

160

TECHNICAL SPECIFICATIONS
1.

SCOPE :
The scope of this section comprises the supply, installation, testing and
commissioning of single skin air handling units of the size and capacity set
forth in the Schedule of Equipment.

6.0
2.1

CABINET TYPE:
The unit shall be of sectionalized construction consisting of Fan section, coil
section, Filter section and drain pan.

2.2

Metallic casing shall be fabricated from 16 Gauge galvanized sheet steel


ribbed and reinforced for structural strength and rigidity. 16 Gauge hot section
channels shall be used for reinforcing .It shall be sectionalized construction
with proper sealing at the joints to make the joints air tight. Fan section and
panels with bearing supports shall be reinforced with heavy gauge channels.
For AHUs supported on floor, leg packages shall be provided for attachment
to the Fan and Filter sections, raising the height by 350mm. All edges shall be
formed inter locking to stiffen and support the weight and shall be secured
with galvanized nuts and bolts.

2.3

Fan impeller shall be of forward curved blade centrifugal type. Impeller shall
be of double width double inlet type. Two or three wheels shall be provided
for each AHU. Blower section (includes Scroll, impeller blades, etc.) shall be
fabricated from 16 gauge galvanized sheet steel. Fan housing shall be made of
die formed side sheets with stream lined inlet and guide vanes to ensure
smooth air flow into the fans. Fan shaft shall be of solid cold rolled carbon
steel, ground and polished. The whole assembly shall be statically and
dynamically balanced for smooth operation.
Fan shaft bearing shall be of heavy-duty type selected for an average operating
life of 100,000 hours. Bearing shall be self-aligning type. They
shall be permanently lubricated. Bearing housing shall be fabricated from
malleable iron and suitably supported from outside.
Fan motor shall be mounted on an adjustable sound isolating base located on
the top surface above the AHU.

2.4

Cooling Coils shall be of the fin and tube having Aluminum fins firmly
bonded to Copper tube (Seamless solid drain). Capacity of the coil shall be as
required under the Schedule of Equipment. Velocity of air across coil face
shall not exceed 500 CFM. Tube shall be of 5/8 O.D. and with 10-12 fins per
inch. Coils shall be tested at 300 psig Nitrogen pressure in presence of our
engineers. Shut off valve (Butterfly type) at the inlet and outlet of coil to be
provided. Proper purging and drain arrangement to be made on header of
coil. Copper tube gauge

161

thickness shall not be less than 20 SWG. Aluminum fins gauge shall not
be less than 32 G. Fin punching profile must follow full length air of contact
with tube and must be turned at edges to increase rigidity and contact.
Drain pan shall be constructed of 18 G stainless steel with sandwich type
insulation in-between bottom plates. Necessary support shall be provided to
slide the coil in the drain pan. Outlet shall be provided on both the side of
drain pan. An extension drip pan shall be provided at proper location outside
the casing to catch all drip from external coil connections and valves.
End panel of the coil section casing shall be removable for withdraw of the
coil and shall be provided with opening for coil connections.
2.5

Filters shall be cleanable viscous metal AL box type and shall be 50 mm thick.
The filter shall be hold with stiffeners in-between made out of hollow SS
material.

2.6

Suitable, easily openable service door (for Internal Maintenance)


between coil section and fan section to be provided to enable a person to
enter inside

2.7

Unit shall be thermally and sound insulated as in section Insulation

2.8

Spring type Anti Vibration Mounting of approved make shall be provided as


vibration isolators.

2.9

Sheet metal fresh air louvers with frame, damper, etc. shall be provided in the
clear opening in masonry made by the owner.

2.10

The Unit cost shall be complete with all accessories, including the following:
1] Manual air vents at high point and drain at low point. 2] Water
Thermometers at Inlet & Outlet.3] Pressure gauges with siphon cocks
at Inlet & Outlet. 4) Canvass Connection

3.

PERFORMANCE DATA & TESTING:


Air handling units shall be selected for the lowest operating noise level of the
equipment for performance rating and power consumption data with operating
points(On Fan Curve) clearly indicated shall be submitted with the tenders and
verified at the time of testing and commissioning . The following test result
shall be furnished during commissioning in the presence of departments
Engineer;
a) Air Side
Air Flow Rate in CFM or Cub.M per hour
Static pressure in mm wg
Entering Dry bulb & Wet bulb temperature
Leaving Dry bulb & Wet bulb temperature
b) Water Side
Inlet temperature in degree C
Outlet temperature in degree C
Pressure drop in psig

16.

PAINTING:
162

Unit shall be painted with approved type of Epoxy paint (minimum two coats)
17.

CODES & STANDARDS FOR AIR HANDLING UNIT:


The design, manufacture and performance of AHU shall comply all currently
applicable statutes, regulations and safety codes in the locality where the
equipment will be installed. The equipment shall also conform to the
requirements of the latest editions of applicable Indian/U.S.A. standards.
Nothing in this specification shall be construed to relieve the vendor of this
responsibility. In particular the equipment shall conform to the latest editions
of the following standards:

a)
b)
c)
d)

ANSI 89.1
IS:659
IS:660
AHRAE

e)

ARI-410

Safety code for mechanical refrigeration.


Safety code for air-conditioning.
Safety code for mechanical refrigeration.
Standard-33 methods of testing for rating forced
Circulation air-cooling and air heating coils.
Standard for forced circulation air cooling and air
Heating coils.

G.I. insulated condensate drain piping with drain valve, upto sump or floor
drain within the air handling unit room. The drain shall be provided with
proper U loop. Only piping and valve shall be measured and paid at unit
rate.
18.

PERFORMANCE DATA:
Air handling units 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 with the tenders and
verified at the time of testing and commissioning of AHU.

163

SHEET METAL WORK


1.0

SCOPE:

1.1

The scope of this section comprises the supply and installation of all sheet
metal ducts.

1.2

MATERIAL:

1.2.1

Ducts shall be made of galvanized steel sheets. The galvanized steel sheets
shall conform to IS 277-1965 with 200gsm Zink coating.

1.2.6

The thickness of sheets shall be as given below:

Dimensions
of ducts

Gauge
G.I.

Gauge
Al

Type of Joints

Type of Bracings

Upto 600

24

22

G.I. Flange at
2.5 centre

Cross bracings.

601 to 750

24

22

25 x 25 x 3 mm
Angle iron frame
With 6 mm dia.
Nuts & bolts

25 x 25 x 3 mm MS
angles bracing at 1500
mm from joints

751 to 1000

22

20

25 x 25 x 3 mm
Angle iron frame
With 6 mm dia.
Nuts & bolts

25 x 25 x 3 mm MS
angles bracing at 1500
mm from joints

1001 to 1500

22

20

40 x 40 x 5 mm
Angle iron frame
With 8 mm dia.
Nuts & bolts

40 x 40 x 3 mm MS
angles bracing at 1500
mm from joints

1501 to 2250

20

16

50 x 50 x 3 mm
Angle iron to be
Cross braced
diagonally with
10 mm dia. nuts
and bolts at 125
centre.

40 x 40 x 3 mm MS
angle bracing at
1200 mm from joints
or 40 x 40 x 3 mm MS
angle diagonal bracing

2250 & above

18

14

50 x 50 x 6 mm
Angle iron 10
mm dia. nuts
and bolts at 125
centre.

50 x 50 x 3 mm MS
angle bracing at
1200 mm from joints
or 50 x 50 x 3 mm MS
angle diagonal bracing

HANGERS FOR DUCT:


164

Duct Size
[mm]

Spacing
[M]

Size of MS equal angle


[mm x mm]

Size of rod dia


[mm]

Upto 750

2.5

40 x 3

10

751 to 1500

2.0

40 x 3

12

1501 to 2250

2.0

50 x 3

15

50 x 3

15

2251 to above 2.0

All the MS angle, use for duct support & brazing etc, shall be hot dip
galvanized
1.7

DAMPERS:

1.3.1

All dampers shall be louver dampers of robust construction & tightly fitted.
The design, method of handling and control, shall be suitable for the location
and service required.

1.3.6

Dampers shall be provided with suitable links, louvers and quadrants as


required for their proper operation, control or setting in any desired position.
Dampers & their operating devices shall be made robust, easily operable and
accessible through suitable access doors in the ducts. Every damper shall have
an indicating device clearly showing the damper position at all times.

1.3.3

Dampers shall be placed in ducts & on main supply or return air duct for the
proper volume control and balancing the system.

1.4

GRILLS & DIFFUSERS:

1.4.1

All side wall supply air grills shall be similar and equal to Tuttle and Bailey
Triflox T 647 double deflection register with approved damper. Supply air
grills shall be provided with vertical and horizontal adjustable bars and
volume control multi-louver damper that shall be key operated from the front
of the grills.

1.4.2

All return air grilles shall be similar & equal to Tuttle & Bailey Aerovane
770D grills.

1.5

INSTALLATIONS:

1.5.1

The duct fabrication & installation shall generally conform to I.S. 655-1963.

165

1.5.2

The contractor shall provide and neatly erect all sheet metal work or as may be
required to carry out the intent of these specifications and this shall meet with
the approval of the Engineer in all its parts and details.

1.5.3

All necessary allowances and provisions shall be made by the contractor for
beams, pipes or other obstructions in the building. Where necessary to avoid
beams or other structural work or plumbing or other pipes or conduits the
ducts shall be transformed, divided or curved to one side, as approved or
directed by the Engineer.

1.5.4

All metal work in dead or furred down spaces shall be erected in time to cause
no delay to other contractors in the building.

1.5.5

Ducting over furred ceiling shall be supported from the slab above, or from
beams. In no case shall a duct be supported from the ceiling hangers or be
permitted to rest on a hung ceiling.

1.5.6

If a duct cannot be run as decided, the Contractor shall install the duct between
the required point by any path available, subject to the approval of the
Engineer.

1.5.7

All ducts shall be rigid and shall be adequately supported and braced where
required with standing beams, tees or angles of ample size to keep the ducts
true to shape and to prevent buckling, vibration or breathing.

1.5.8

All joints shall be made tight and all interior surfaces shall be smooth. Bends
shall be made with radius not less than the width of the duct or with
scientifically designed interior curved vanes, as approved. The vanes shall be
so spaced that the aspect ratio of each of the individual elbow formed by the
vanes will be about five.

1.5.9

All sheet metal connections, partitions & plenums required to confine the flow
of air to and through the filters and fans, shall be constructed of 18 G
galvanized Iron, thoroughly stiffened with 1 x 1 angle Iron braces and fitted
with all necessary doors as required by the Engineer, to give access to all parts
of the apparatus. Doors shall be not less than 18 x 20 in size.

1.5.10 Where metal ducts or sleeves terminate in wood work, brick or masonry
openings, tight joints shall be made by means of closely fitted heavy flanged
collars.

1.5.11 Air handling units shall be connected to duct work by inserting at air inlet and
air outlet a double canvas sleeve. Each sleeve shall be minimum 4 long
securely bonded and bolted to duct and units. Each sleeve shall be made
smooth and the connecting duct work rigidly held in line with unit inlet or
outlet.
1.6

INSULATION:

1.0

SCOPE:
166

1.1

The scope of this section comprises the supply and application of insulation as
herein specified.

2.0

COLD INSULATION:

2.1

All pipes, ducts & equipments operating at temperature lower than the ambient
shall be insulated in the manner specified hereinafter.

2.2

The insulating material shall be as follows:


u)

Pipes:
Rigid preformed sections of expanded polystyrene of uniform density
of 24 Kgs./m3 with a `K value of not more than 0.23 B.T.U/
Hr./In/Sq.ft./0F at 500F mean temperature.

2.7 No insulation shall be applied on pipes until the pipes are satisfactorily tested.
Thickness of pipe insulation shall be 50mm.
2.8
a)

Pipe insulation shall be applied as follows:


Pipes shall be thoroughly cleaned with wire brush and rendered free from all
rust and grease.

b)

Two coats of bitumen shall be applied on the cleaned pipe surface.

c)

Rigid pipe sections of insulation shall be fixed tightly to the surface taking
care to seal all joints and covered with Polythene sheet.

d)

24 G x 20 mm mesh wire netting shall be applied, butting all joints and shall
be laced down with G.I. wire.

i) Insulated surface shall be finished with two layers of sand cement plaster. Each
layer shall be not less than 7 mm thick.
2.5

All valves, fittings, strainers etc. in chilled water piping shall be insulated to
the same thickness as specified for the main run of piping. Valve bonnets,
yokes and spindles shall be insulated in such a manner as not to cause damage
to insulation when the valve is used or serviced.

2.6

Cabinet air handling units shall be insulated as follows.


Fans & coil section panels shall be internally lined with fire retardant quality
25 mm thick, 24 Kgs./m3
density thermocole slab (with black pigmented
neoprene coating).
The insulation should be stuck to the body of AHU without making any hole
in the body.

2.7

Ducts shall be insulated as follows:


---------------------------------------------------------------------------------------------Type
Location
Insulation
---------------------------------------------------------------------------------------------a) Supply duct
unconditioned space 50 mm, 24 kg/m3 density
TF quality, thermocole
slab.
b) Supply duct
conditioned space
25 mm, 24 kg/m3 density
167

TF quality, thermocole
Slab.
c) Return duct or unconditioned space 25 mm, 24 kg/m3 density
plenum
TF quality, thermocole
slab.
====================================================
Contractor shall submit the Insulation material test certificate clearly
showing density, K value, lot ,etc of material.
2.11

Duct insulation shall be applied as follows:


a)
Black bitumen paint shall be applied over the surface after cleaning the
ducts.
v)
24 kg/m3 density thermocole slab insulation of specified thickness shall
be put by using Bitumen uniformly over Insulation surface.
w)
The Thermocol Insulation shall be covered with 40 G AL foil. Al foil
should be wrapped on Thermocole uniformly, using Bitumen.
x)
The Joints of AL foil shall be overlapped at least 75mm covered with
AL tape. Stripping should be done at distance of 1 meter to hold the
insulation, wherever required.
y)
Wherever necessary and particularly in larger duct, strapping with
PVC material should be done after thermocol insulation and before
putting AL foil

2.9

Acoustic Insulation of Duct:The acoustic Insulation shall be done with 48 Kg/cu.m.Density,25mm


thick Resin bonded Fibre Glass.
The duct surface shall be cleaned and hot bitumen applied in patches
and resin bonded glass wool cut to appropriate sizes and stuck to the
duct wall. The insulated face shall be covered with RP tissue papers &
perforated AL sheet of 28 Gage thickness having 3mm perforations at 5mm
staggered centre and held in position with rivets or galvanized steel bolt with
counter sunk heads & 50 x 50 x 2 mm plate washers at not more than 600mm
centers.

1.7

PIPING

1.0

SCOPE:
The scope of this section comprises the supply & laying of all pipes required
for this project. On the award of the contract, the tenderer shall prepare his
own detailed working drawings.

2.0

CHILLED WATER PIPING:

2.1

All chilled water piping and fittings shall be of M.S. Class `C (heavy class) of
TATA/Jindal make only. The pipe confirming to BIS 1239 for pipe size
upto 150 mm dia. and for pipe size 200 mm dia. and above shall be as per BIS
3589 having minimum 6 mm thickness. All joining in piping shall generally
be by welding unless otherwise mentioned or as directed at site. All welding
shall be done by qualified welders and shall strictly confirm to Indian Standard
code of procedure for manual metallic welding of mild steel as per BIS 823.
The piping shall be so designed that the water velocity through the piping shall
not exceeds maximum 8 fps and also the piping friction drop shall be limited
to 4 m per hundred meter of pipe length.

2.2

168

Pipe threads shall be of I.S. 554/1955 and flanges of I.S. 1536/1960.. Pipes
shall be sloping towards drain points.
2.3

Fittings shall be new and from standard manufacturers. Fittings shall be


malleable casting of pressure ratings suitable for the piping system. Fittings
used on welded piping shall be of the weldable type. Flanges shall be new and
from standard manufacturers. Supply of flanges shall include bolts, washers
etc. as required.

2.4

Tee-off connections shall be through reducing tees, wherever possible.


Otherwise ferrules welded to the main pipe shall be used.

2.5

All equipment and valve connections or connections to any other mating


pipes, shall be through unions/screwed flanges upto 50 mm dia. And flanges
(welded or screwed for G.S.) for larger diameters or as required for the mating
connection.

2.6

All welded piping is subject to the approval of the Engineer and sufficient
number of flanges and unions shall be provided as required under.

2.7

All the drain piping shall be of G.I. C class of TATA/Jindal make with the
Insulation as specified in the Insulation

2.8

Gate valves shall be provided conforming to the following specifications.


---------------------------------------------------------------------------------------------Size
Construction
Ends
---------------------------------------------------------------------------------------------12 to 65 mm
Gun metal
Screwed female
65 mm & over

a) Body - Cast Iron


b) Spindle, valves seat,
Wedge, nut etc.

Flanged

Bronze or
Gun Metal
===================================================
Valves shall conform to I.S. 780/1963 & flanges to I.S. 1536/1960 or as
required. Valves shall have non rising spindles unless otherwise specified and
shall be suitable for 300 psig test pressure. The valve shall be of Leader make.
Tail pieces shall be used wherever required.
2.9

Butterfly valves shall perform the function of isolating valves. Butterfly


valves shall have cast iron body with Nitrile rubber bonded bakelite hard back
seat. Disc shall be of high duty iron with epoxy coating on nickel plating. All
butterfly valves shall be provided with locking devices. The shaft shall be
stainless steel AISI 410. The valve shall be Audco make only.

3.0

PIPING INSTALLATION:

3.1

Pipe runs and sizes should to meet the site conditions. The contractor on the
award of the work shall prepare detailed working drawings, showing the cross
section, longitudinal sections, details of fittings, locations of isolating, drain
and air valves etc. They must keep in view the specific openings in buildings
and other structures through which the pipes are designed to pass.
169

3.2

Piping shall be properly supported on or suspended from strands, clamps,


hangers etc. as specified and as required. The tenderer shall adequately design
all the brackets, saddles, clamps, hangers etc. and be responsible for their
structural integrity.

3.3

Pipe supports shall be of steel, adjustable for height and prime coated with rust
preventive paint and finish coated black. Where pipe and clamp are of
dissimilar material, a gasket shall be provided in between.
Spacing of pipe supports shall not exceed the following:
Pipe (mm)
Sapcing (Meters)
3 to 12
1.22
19 to 25
1.83
32 to 150
2.44
150 and above
3.05
Pipe hangers shall be fixed on walls and ceilings by means of metallic rawl
plugs or approved shear fasteners.

3.4

Vertical risers shall be parallel to wall and column lines and shall be straight
and plump. Risers passing from floor to floor shall be supported at each floor
by clamps or collars attached to pipe and with a 12 mm thick rubber pad or
any resilient material. Where pipes pass through the terrace floor, suitable
flashing shall be provided to prevent water leakage. Risers shall also have a
suitable elbow or concrete pipe support at the lowest point.

3.5

Pipe sleeves of 50 mm diameter shall be provided wherever pipes pass through


walls and the annular space filled with felt and finished with retaining rings.

3.6

Insulated piping shall be supported in such a manner as not to put undue


pressure on the insulation.

3.11

Cut-outs required in the floor slabs for taking the various pipes are provided.
Tenderers shall carefully examine the cutouts provided and clearly point out
wherever the cutouts do not meet with the requirements.

3.8

Piping work shall be carried out with minimum disturbance to the other work
on the site. A program of work shall be chalked out in consultation with the
Engineer.

3.9

All pipes using screwed fittings shall be accurately cut to the required sizes
and threaded in accordance with I.S. 554/1955 and burrs removed before
laying. Open ends of the piping shall be blocked as the pipe is installed to
avoid entrance of foreign matter. Wherever reducers are to be made in
horizontal runs, eccentric reducers shall be used if the piping is to drain freely;
in other locations, concentric reducers may be used.

3.10

Drains shall be provided at all low points in the piping system and shall be of
the following sizes:
Mains

Drain

Upto 300 mm
Over 300 mm

25 mm
40 mm
170

Drains shall be provided with gate valves of equal size with rising spindle.
Drains shall be piped through equal size G.I. pipe to the nearest drain or floor
waste. Piping shall be pitched towards drain points.

4.0

PRESSURE GAUGES:

4.1

4.2

The pressure gauges shall be Bourbon tube type confirming to IS : 3624 and
shall be with siphon cock and angle valve. Pressure gauges shall be not less
than 150 mm dia. and of appropriate range etc. duly calibrated before
installation. The Pressure gauges shall be of H.GURU/equ. make.
Care shall be taken to protect pressure gauges during pressure testing.

5.0

THERMOMETERS:

5.1

Thermometers shall be either 150 mm dia. dial or direct reading industrial


type, of appropriate range, duly calibrated before installation. Thermometers
shall be installed in separable wells.

6.0

INSULATION:

6.1

Pipes shall be insulated in accordance with specifications in section


`INSULATION.

7.0

VIBRATION ELIMINATION:

7.1

Piping installation shall be carried out with vibration elimination fittings


wherever required.

8.0

TESTING:

8.1

All piping shall be tested to hydrostatic test pressure of at least 1 times the
maximum operating pressure, but not less that 7 Kgs/Sq.Cm. for a period of
not less than 24 hours. All leaks and defects in joints revealed during the
testing shall be rectified to the satisfaction of the Engineer.
Piping repaired subsequent to the above pressure test shall be retested in the
same manner.
System may be tested in sections and such sections shall be securely capped.
The owner shall be notified well in advance by the Contractor of his intention
to test a section or sections of piping and all testing shall be witnessed by the
Engineer or his authorized representative.
The contractor shall provide all materials, tools, equipment, instruments,
services and labour required to perform the test and to remove water resulting
from cleaning and/after testing.
The contractor shall make sure that proper noiseless circulation of fluid is
achieved through all coils and other heat exchanger in the system concerned.
If proper circulation is not achieved due to air bound connections, the
Contractor shall rectify the defective connections. He shall bear all the
expenses for carrying out the above rectifications, including the tearing up and
re-finishing of floors, walls, etc. as required.

8.2
8.3
8.4
8.5
8.6

8.6

No insulation shall be applied to piping until after the completion of the


pressure testing to the satisfaction of the Engineer.
171

9.0

PAINTING:

9.1

After all the piping has been installed, tested and run for at least 10 days of
eight hours each, the piping shall be given two finish coats, as follows:
---------------------------------------------------------------------------------------------Service
Flow
Colour
---------------------------------------------------------------------------------------------Chilled water
supply return as approved by the
Engineer
====================================================

9.2

The direction of flow of fluid in the pipe shall be visibly marked in White
arrows.

1.8

ELECTRICAL EQUIPMENT

1.0

SCOPE:

1.10

The scope of this section comprises the supply & installation of all electrical
equipment, such as, electrical motors

2.0

RATINGS & STANDARDS:

2.1

Rating of the motors shall be as indicated by you in the data sheets and as per
the requirements of the airflow and static pressure. Ratings shall be on the
basis of the specified ambient temperature and without exceeding the
maximum temperature limits set by IS 325/1961.

2.2

Unless otherwise stated, Indian Standard Specifications shall apply. Where


I.S. specifications are not available, the relevant British Standard
Specifications shall be followed.

3.0

SQUIRREL CAGE INDUCTION MOTORS:

3.1

All motors shall be screen protected drip proof type TEFC with Class-C
insulation, conforming to I.S. 325/1961 unless otherwise specified.

3.2

The motor shall be statically and dynamically balanced.

3.3

Bearings shall be combination ball and roller type with limit lubricators.

3.4

Termination shall be of ample size housed in a termination box . The terminal


box shall be suitable for cable entry. Two earth terminals shall be provided.

3.5

The starting torque shall match with the load torque and the starting current
shall not exceed 6 times the full load current.

4.0

INSTALLATION:

4.1

All motors shall be mounted on a common foundation with the driven


equipment coupled through flexible couplings or through belt drive.
Installation shall be in accordance with I.S. 900/1956.

172

4.2

Flexible connections shall be provided to all motors terminals wherever the


motor is mounted on guide rails and belt drive is adopted. Even in the case of
direct drive motors, the connections shall be flexible enough to prevent
transmission of vibration.

4.3

All drive arrangements and couplings shall be provided with a safety guard.

5.0

TESTING:

5.1

Motors shall be tested in accordance with the relevant Indian Standard


Specifications and test certificates furnished for routine type and high voltage
tests.

6.0

PAINTING:

6.1

All motors, starters and the frame work shall be painted with two coats of a
suitable paint of approved colour.

173

Schedule of Technical Data for each Air Handling Unit


(To be submitted for each AHU separately)
Technical data shall be furnished as below:
XXIX) General:
53)
Make:54)

Air Discharge Direction:- Horizontal or Vertical

55)

Overall Dimensions:-

56)

Weight (including water):-

57)

Type of Vibration Isolators:-

58)

Approx. noise level (db):-

59)

Drive belts & size (Flat, Belt, V-Belt):-

60)

G.I. Casing Gauge:-

61)

AHU body insulation material & thickness:-

62)

Density of insulation material :-

63)

Drain Tray Material :-

64)

Drain tray insulating material & thickness:-

65)

Whether inspection door provided for AHU body:-

XXX) Fan Section:


33)
Air handling capacity (CFM/CMH):34)

Total static press (mm WG):-

35)

Fan speed (r.p.m.):-

36)

Nos. of Fan outlet & area:-

37)

Fan diameter:-

38)

Balance (Static and/or Dynamic):-

39)

Bearings:-

40)

Make & Mode of Fan.

174

XXXI) Filter Section:


29)
Type:30)

Gross filter area:-

31)

Velocity through filter (F.P.M.):-

32)

Press drop through filter when new (mm, W.G.):-

33)

Efficiency:-

34)

Filter material:-

35)

Filter Casing Material & Gauge

XXXII)
33)
34)

Copper tube diameter & thickness:-

35)

Water through coil (F.P.M.):-

36)

No. of fins per inch:-

37)

Water press drop in the coil (psig):-

38)

coil Face area :-

39)

Nos. of coils:-

40)

No. of rows of each coil:-

XXXIII)
21)

2.

Drive Motor for AHU:


Make:-

22)

Frame size:-

23)

Insulation Class:-

24)

HP/KW rating:-

25)

Type

XXXIV)
1.

Cooling Coil:
Coil fin material & thickness:-

VALVES

Butterfly Valve
1]

Make :-

2]

Model :-

Gate Valve
1]

Make :-

2]

Model :-

175

XXXV)
1.

Pressure Gauge
1)
2)

2.

Gauges

Make:Type:-

Thermometers
1)
2)

Make:Type:-

VIII) Miscellaneous
1.

Insulation (Duct/Piping)
1)
Make:2)
Thickness & Density:-

2.

Piping
1)
Make
2)
Class of Pipe

3.

Ducting Sheet
1)
Make of Sheet

4.

Anti Vibration Mounting


1)
Type
2)
Make

Note: Any other additional technical details may be included by the tenderer.

176

ACCEPTABLE/APPROVED MAKE OF MATERIALS


Material

Make

1. Galvanized Plane Sheets

Jindal/SAIL

2. Pipes

Tata/Jindal

3. Butterfly Valve/Ball Valve

AUDCO

4. Gate Valve

Leader

5. Globe Valve

Leader/AUDCO

6. Y/Plot Strainer

TrishuL/Emerald

7. Non Return Valve

AUDCO/C&R

8. Gauges

H Guru/Star Scientific

9. Thermometers

H Guru/Star Scientific

10. Pipe Insulation

Beardsell/Lloyds/
Phenotherm

11. Duty Insulation

Owens Corning/Beardsell/
U P Twiga

12. Electrical Motor

Siemens/Crompton/ABB

13. Anti Vibration Maintenance

RMS Corporation/Dunlop

177

178

Вам также может понравиться