You are on page 1of 183

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

0
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

1
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

2
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.

3
12. The bidders shall quote in English their rates/prices both in figures, as
well as in words against each item of the work as detailed in the
enclosed Schedule of Quantities. In the event of any discrepancy
between the quoted rates/prices in words and that quoted in figures,
the rates/prices quoted in words shall govern.

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

14. The Institute shall be under no obligation to accept the lowest or any
tender received in response to this tender notice and shall be entitled
to reject any tender without assigning any reason whatsoever.

4
GENERAL CONDITIONS OF CONTRACT

1.0 Definition of Terms :

1.1. In construing these general conditions and the specifications the


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

1.2 The term `Contractor’/`Supplier’/`Bidder’/`Vender’ shall mean the


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

1.3 The `Purchaser’ shall mean Tata Institute of Fundamental Research,


Homi Bhabha Road, Colaba, Mumbai – 400 005 and shall include the
Purchaser’s heirs, successors and assignees.

1.4 The term `Sub-Contractor’ shall mean the firm or persons named in the
contract for any part of the work or any person to whom any part of
the work has been sublet with the consent in writing of the Engineer-
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) Specifications
b) Drawing
c) Sealed Pattern denoting a pattern sealed and signed by the
Inspector.
d) Proprietary make denoting the produce of an individual firm.
e) Any other details governing the construction, manufacture
and/or supply as existing for the contract.

1.7 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.

5
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.

6
3.0 Work at Site:

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

3.2 Access to the works shall be allowed only to the Contractor/Supplier,


Sub-Contractors or his duly appointed representatives. The
Contractor/ Supplier shall not object to the execution of work by other
contractors or tradesman and shall afford them every facility for
execution of their several works simultaneously with his own.

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

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

4.0 Delays:

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

5.0 Taking Over:


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

7
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-
Contractor’s employees, whether such injury or damage may arise
from carelessness, accident or any other cause whatever in any way
connected with the carrying out of this contract. This clause shall be
held to include any damage to buildings, whether immediately
adjacent or otherwise, any damage to roads, streets, foot paths, as well
as all damage caused to the works forming the subject of this contract
by frost or other inclemency of weather. The Contractor/Supplier shall
indemnify the Purchaser and hold him harmless in respect of all and
any expenses or property as aforesaid and also in respect of any claim
made in respect of injury or damage under any acts of Government or
otherwise and also in respect of any award of compensation or
damages consequent upon such claim.

7.2 The Contractor/Supplier shall reinstate all damage of every sort


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

7.3 The Contractor/Supplier shall indemnify the Purchaser against all


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

8
7.4 The Contractor/Supplier shall also indemnify the Purchaser against all
claims which may be made upon the Purchaser whether under the
Workmen’s Compensation Act or any other statute in force during the
currency of this contract or at common law in respect of any employee
of the Contractor/Supplier or of any of his sub-contractor and shall at
his own expense effect and maintain until the work has been `Taken
Over’, with an approved office.

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

9
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.

10
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.

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.
11
The entire system will be on comprehensive AMC with the
supplier after the expiration of the guarantee period.

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

12 COMPLETION DRAWINGS (FINAL DRGS) & MANUALS:

12.1 The contractor shall submit tracings in original with 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 Air-
conditioning unit and its parts.
b. Installation instructions.
c. Field wiring diagrams.
d. Operation and Maintenance Manual of electrical parts
used in the same.

12
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 Contractor’s 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 Institute’s
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.

13
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
In-Charge certifies the completion of work in all respect as per tender
conditions and specification.

14
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) 70% of the Contract value against delivery, prorata of the value
of goods delivered and after checking the same at site.
b) 15% on completion of erection.
c) 10% on commissioning and final inspection and testing at site.
d) 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.

15
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, 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
Institute’s 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 manufacturer’s premises.

16
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

Maximum flow velocity - 8 Ft./Sec.


= 2.5 Mtrs./Sec.
Maximum friction - 5 Ft. per 100 Ft. run

1.3 Design parameters for duct design shall be

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.

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.

17
4.0 After award of work contractor should submit the GA drawing as well
as data sheet of AHU, parts etc. for engineer’s approval. He shall start
the manufacturing only after the approval.
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
contractor’s 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 manufacturer’s
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

18
approval of Engineer In-Charge. 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.

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.

19
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 CABINET TYPE:


2.1 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

20
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 department’s 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

21
 Inlet temperature in degree C
 Outlet temperature in degree C
 Pressure drop in psig

4. PAINTING:
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) ANSI 89.1 Safety code for mechanical refrigeration.


b) IS:659 Safety code for air-conditioning.
c) IS:660 Safety code for mechanical refrigeration.
d) AHRAE Standard-33 methods of testing for rating forced
Circulation air-cooling and air heating coils.
e) ARI-410 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.

22
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 Gauge Gauge Type of Joints Type of Bracings


of ducts G.I. Al

Upto 600 24 22 G.I. Flange at Cross bracings.


2.5 centre

601 to 750 24 22 25 x 25 x 3 mm 25 x 25 x 3 mm MS
Angle iron frame angles bracing at 1500
With 6 mm dia. mm from joints
Nuts & bolts

751 to 1000 22 20 25 x 25 x 3 mm 25 x 25 x 3 mm MS
Angle iron frame angles bracing at 1500
With 6 mm dia. mm from joints
Nuts & bolts

1001 to 1500 22 20 40 x 40 x 5 mm 40 x 40 x 3 mm MS
Angle iron frame angles bracing at 1500
With 8 mm dia. mm from joints
Nuts & bolts

1501 to 2250 20 16 50 x 50 x 3 mm 40 x 40 x 3 mm MS
Angle iron to be angle bracing at
Cross braced 1200 mm from joints
diagonally with or 40 x 40 x 3 mm MS
10 mm dia. nuts angle diagonal bracing
and bolts at 125
centre.

2250 & above 18 14 50 x 50 x 6 mm 50 x 50 x 3 mm MS


Angle iron 10 angle bracing at
mm dia. nuts 1200 mm from joints
and bolts at 125 or 50 x 50 x 3 mm MS
centre. angle diagonal bracing

23
HANGERS FOR DUCT:

Duct Size Spacing Size of MS equal angle Size of rod dia


[mm] [M] [mm x mm] [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

2251 to above 2.0 50 x 3 15

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.

24
1.5 INSTALLATIONS:

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

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 ½ 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.

25
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:

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 Pipe insulation shall be applied as follows:


a) 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.

26
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
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.
27
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.
2.2 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.
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

28
65 mm & over a) Body - Cast Iron Flanged
b) Spindle, valves seat,
Wedge, nut etc. – 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.

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

29
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 25 mm
Over 300 mm 40 mm

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 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.
4.2 Care shall be taken to protect pressure gauges during pressure testing.

5.0 THERMOMETERS:

30
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 1½


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.
8.2 Piping repaired subsequent to the above pressure test shall be retested
in the same manner.
8.3 System may be tested in sections and such sections shall be securely
capped.
8.4 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.
8.5 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.
8.6 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.

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


the pressure testing to the satisfaction of the Engineer.

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
----------------------------------------------------------------------------------------------

31
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.

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.

32
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) 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:-

II) 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) 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

IV) 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:-

V) Drive Motor for AHU:


1) Make:-
2) Frame size:-
3) Insulation Class:-
4) HP/KW rating:-
5) Type

VI) VALVES
1. Butterfly Valve
1] Make :-
2] Model :-
2. Gate Valve
1] Make :-
2] Model :-

35
VII) Gauges

1. Pressure Gauge

1) Make:-
2) Type:-

2. Thermometers

1) Make:-
2) 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.

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

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

14. The Institute shall be under no obligation to accept the lowest or any
tender received in response to this tender notice and shall be entitled
to reject any tender without assigning any reason whatsoever.

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 Tenderer’s 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
Purchaser’s 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) Specifications
g) Drawing
h) Sealed Pattern denoting a pattern sealed and signed by the
Inspector.
i) Proprietary make denoting the produce of an individual firm.
j) Any other details governing the construction, manufacture
and/or supply as existing for the contract.

1.20 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,


Sub-Contractors or his duly appointed representatives. The
Contractor/ Supplier shall not object to the execution of work by other
contractors or tradesman and shall afford them every facility for
execution of their several works simultaneously with his own.

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

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

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
Workmen’s Compensation Act or any other statute in force during the
currency of this contract or at common law in respect of any employee
of the Contractor/Supplier or of any of his sub-contractor and shall at
his own expense effect and maintain until the work has been `Taken
Over’, with an approved office.

7.6 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.

46
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.

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.
47
The entire system will be on comprehensive AMC with the
supplier after the expiration of the guarantee period.

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

12 COMPLETION DRAWINGS (FINAL DRGS) & MANUALS:

12.1 The contractor shall submit tracings in original with 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 Air-
conditioning 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 Contractor’s 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 Institute’s
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
In-Charge 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) 70% of the Contract value against delivery, prorata of the value
of goods delivered and after checking the same at site.
f) 15% on completion of erection.
g) 10% on commissioning and final inspection and testing at site.
h) 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.

51
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, 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
Institute’s 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 manufacturer’s 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

Maximum flow velocity - 8 Ft./Sec.


= 2.5 Mtrs./Sec.
Maximum friction - 5 Ft. per 100 Ft. run

1.3 Design parameters for duct design shall be

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.

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.

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

54
approval of Engineer In-Charge. 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.

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 CABINET TYPE:


2.1 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 department’s 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

57
 Inlet temperature in degree C
 Outlet temperature in degree C
 Pressure drop in psig

7. PAINTING:
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) ANSI 89.1 Safety code for mechanical refrigeration.


b) IS:659 Safety code for air-conditioning.
c) IS:660 Safety code for mechanical refrigeration.
d) AHRAE Standard-33 methods of testing for rating forced
Circulation air-cooling and air heating coils.
e) ARI-410 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 Gauge Gauge Type of Joints Type of Bracings


of ducts G.I. Al

Upto 600 24 22 G.I. Flange at Cross bracings.


2.5 centre

601 to 750 24 22 25 x 25 x 3 mm 25 x 25 x 3 mm MS
Angle iron frame angles bracing at 1500
With 6 mm dia. mm from joints
Nuts & bolts

751 to 1000 22 20 25 x 25 x 3 mm 25 x 25 x 3 mm MS
Angle iron frame angles bracing at 1500
With 6 mm dia. mm from joints
Nuts & bolts

1001 to 1500 22 20 40 x 40 x 5 mm 40 x 40 x 3 mm MS
Angle iron frame angles bracing at 1500
With 8 mm dia. mm from joints
Nuts & bolts

1501 to 2250 20 16 50 x 50 x 3 mm 40 x 40 x 3 mm MS
Angle iron to be angle bracing at
Cross braced 1200 mm from joints
diagonally with or 40 x 40 x 3 mm MS
10 mm dia. nuts angle diagonal bracing
and bolts at 125
centre.

2250 & above 18 14 50 x 50 x 6 mm 50 x 50 x 3 mm MS


Angle iron 10 angle bracing at
mm dia. nuts 1200 mm from joints
and bolts at 125 or 50 x 50 x 3 mm MS
centre. angle diagonal bracing

59
HANGERS FOR DUCT:

Duct Size Spacing Size of MS equal angle Size of rod dia


[mm] [M] [mm x mm] [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

2251 to above 2.0 50 x 3 15

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.

60
1.5 INSTALLATIONS:

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

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 ½ 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.

61
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:

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 Pipe insulation shall be applied as follows:


a) 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.

62
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
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.
63
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.
2.2 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.
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

64
65 mm & over a) Body - Cast Iron Flanged
b) Spindle, valves seat,
Wedge, nut etc. – 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.

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

65
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 25 mm
Over 300 mm 40 mm

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 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.
4.2 Care shall be taken to protect pressure gauges during pressure testing.

5.0 THERMOMETERS:

66
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 1½


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.
8.2 Piping repaired subsequent to the above pressure test shall be retested
in the same manner.
8.3 System may be tested in sections and such sections shall be securely
capped.
8.4 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.
8.5 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.
8.6 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.

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


the pressure testing to the satisfaction of the Engineer.

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
----------------------------------------------------------------------------------------------

67
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.

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.

68
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.

69
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:-
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:-

IX) 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.

70
X) 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

XI) 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:-

XII) Drive Motor for AHU:


6) Make:-
7) Frame size:-
8) Insulation Class:-
9) HP/KW rating:-
10) Type

XIII) VALVES
1. Butterfly Valve
1] Make :-
2] Model :-
2. Gate Valve
1] Make :-
2] Model :-

71
XIV) Gauges

1. Pressure Gauge

1) Make:-
2) Type:-

2. Thermometers

1) Make:-
2) 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.

72
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

73
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

74
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.

75
12. The bidders shall quote in English their rates/prices both in figures, as
well as in words against each item of the work as detailed in the
enclosed Schedule of Quantities. In the event of any discrepancy
between the quoted rates/prices in words and that quoted in figures,
the rates/prices quoted in words shall govern.

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

14. The Institute shall be under no obligation to accept the lowest or any
tender received in response to this tender notice and shall be entitled
to reject any tender without assigning any reason whatsoever.

76
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 Tenderer’s 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
Purchaser’s 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) Specifications
l) Drawing
m) Sealed Pattern denoting a pattern sealed and signed by the
Inspector.
n) Proprietary make denoting the produce of an individual firm.
o) Any other details governing the construction, manufacture
and/or supply as existing for the contract.

1.33 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.

77
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.

78
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,


Sub-Contractors or his duly appointed representatives. The
Contractor/ Supplier shall not object to the execution of work by other
contractors or tradesman and shall afford them every facility for
execution of their several works simultaneously with his own.

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

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.

79
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-
Contractor’s employees, whether such injury or damage may arise
from carelessness, accident or any other cause whatever in any way
connected with the carrying out of this contract. This clause shall be
held to include any damage to buildings, whether immediately
adjacent or otherwise, any damage to roads, streets, foot paths, as well
as all damage caused to the works forming the subject of this contract
by frost or other inclemency of weather. The Contractor/Supplier shall
indemnify the Purchaser and hold him harmless in respect of all and
any expenses or property as aforesaid and also in respect of any claim
made in respect of injury or damage under any acts of Government or
otherwise and also in respect of any award of compensation or
damages consequent upon such claim.

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’.

80
7.4 The Contractor/Supplier shall also indemnify the Purchaser against all
claims which may be made upon the Purchaser whether under the
Workmen’s Compensation Act or any other statute in force during the
currency of this contract or at common law in respect of any employee
of the Contractor/Supplier or of any of his sub-contractor and shall at
his own expense effect and maintain until the work has been `Taken
Over’, with an approved office.

7.7 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.

81
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.

82
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.

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.
83
The entire system will be on comprehensive AMC with the
supplier after the expiration of the guarantee period.

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

12 COMPLETION DRAWINGS (FINAL DRGS) & MANUALS:

12.1 The contractor shall submit tracings in original with 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 Air-
conditioning unit and its parts.
b. Installation instructions.
c. Field wiring diagrams.
d. Operation and Maintenance Manual of electrical parts
used in the same.

84
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 Contractor’s 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 Institute’s
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.

85
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
In-Charge certifies the completion of work in all respect as per tender
conditions and specification.

86
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) 70% of the Contract value against delivery, prorata of the value
of goods delivered and after checking the same at site.
j) 15% on completion of erection.
k) 10% on commissioning and final inspection and testing at site.
l) 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.

87
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, 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
Institute’s 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 manufacturer’s premises.

88
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

Maximum flow velocity - 8 Ft./Sec.


= 2.5 Mtrs./Sec.
Maximum friction - 5 Ft. per 100 Ft. run

1.3 Design parameters for duct design shall be

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.

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.

89
4.0 After award of work contractor should submit the GA drawing as well
as data sheet of AHU, parts etc. for engineer’s approval. He shall start
the manufacturing only after the approval.
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
contractor’s 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 manufacturer’s
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

90
approval of Engineer In-Charge. 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.

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.

91
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 CABINET TYPE:


2.1 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

92
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 department’s 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

93
 Inlet temperature in degree C
 Outlet temperature in degree C
 Pressure drop in psig

10. PAINTING:
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) ANSI 89.1 Safety code for mechanical refrigeration.


b) IS:659 Safety code for air-conditioning.
c) IS:660 Safety code for mechanical refrigeration.
d) AHRAE Standard-33 methods of testing for rating forced
Circulation air-cooling and air heating coils.
e) ARI-410 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.

94
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 Gauge Gauge Type of Joints Type of Bracings


of ducts G.I. Al

Upto 600 24 22 G.I. Flange at Cross bracings.


2.5 centre

601 to 750 24 22 25 x 25 x 3 mm 25 x 25 x 3 mm MS
Angle iron frame angles bracing at 1500
With 6 mm dia. mm from joints
Nuts & bolts

751 to 1000 22 20 25 x 25 x 3 mm 25 x 25 x 3 mm MS
Angle iron frame angles bracing at 1500
With 6 mm dia. mm from joints
Nuts & bolts

1001 to 1500 22 20 40 x 40 x 5 mm 40 x 40 x 3 mm MS
Angle iron frame angles bracing at 1500
With 8 mm dia. mm from joints
Nuts & bolts

1501 to 2250 20 16 50 x 50 x 3 mm 40 x 40 x 3 mm MS
Angle iron to be angle bracing at
Cross braced 1200 mm from joints
diagonally with or 40 x 40 x 3 mm MS
10 mm dia. nuts angle diagonal bracing
and bolts at 125
centre.

2250 & above 18 14 50 x 50 x 6 mm 50 x 50 x 3 mm MS


Angle iron 10 angle bracing at
mm dia. nuts 1200 mm from joints
and bolts at 125 or 50 x 50 x 3 mm MS
centre. angle diagonal bracing

95
HANGERS FOR DUCT:

Duct Size Spacing Size of MS equal angle Size of rod dia


[mm] [M] [mm x mm] [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

2251 to above 2.0 50 x 3 15

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.

96
1.5 INSTALLATIONS:

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

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 ½ 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.

97
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:

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 Pipe insulation shall be applied as follows:


a) 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.

98
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
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.
99
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.
2.2 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.
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

100
65 mm & over a) Body - Cast Iron Flanged
b) Spindle, valves seat,
Wedge, nut etc. – 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.

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

101
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 25 mm
Over 300 mm 40 mm

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 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.
4.2 Care shall be taken to protect pressure gauges during pressure testing.

5.0 THERMOMETERS:

102
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 1½


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.
8.2 Piping repaired subsequent to the above pressure test shall be retested
in the same manner.
8.3 System may be tested in sections and such sections shall be securely
capped.
8.4 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.
8.5 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.
8.6 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.

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


the pressure testing to the satisfaction of the Engineer.

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
----------------------------------------------------------------------------------------------

103
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.

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.

104
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.

105
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.

106
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
1] Make :-
2] Model :-
2. Gate Valve
1] Make :-
2] Model :-

107
XXI) Gauges

1. Pressure Gauge

1) Make:-
2) Type:-

2. Thermometers

1) Make:-
2) 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.

108
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

109
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

110
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.

111
12. The bidders shall quote in English their rates/prices both in figures, as
well as in words against each item of the work as detailed in the
enclosed Schedule of Quantities. In the event of any discrepancy
between the quoted rates/prices in words and that quoted in figures,
the rates/prices quoted in words shall govern.

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

14. The Institute shall be under no obligation to accept the lowest or any
tender received in response to this tender notice and shall be entitled
to reject any tender without assigning any reason whatsoever.

112
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 Tenderer’s 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
Purchaser’s 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) Specifications
q) Drawing
r) Sealed Pattern denoting a pattern sealed and signed by the
Inspector.
s) Proprietary make denoting the produce of an individual firm.
t) Any other details governing the construction, manufacture
and/or supply as existing for the contract.

1.46 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.

113
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.

114
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,


Sub-Contractors or his duly appointed representatives. The
Contractor/ Supplier shall not object to the execution of work by other
contractors or tradesman and shall afford them every facility for
execution of their several works simultaneously with his own.

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

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.

115
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-
Contractor’s employees, whether such injury or damage may arise
from carelessness, accident or any other cause whatever in any way
connected with the carrying out of this contract. This clause shall be
held to include any damage to buildings, whether immediately
adjacent or otherwise, any damage to roads, streets, foot paths, as well
as all damage caused to the works forming the subject of this contract
by frost or other inclemency of weather. The Contractor/Supplier shall
indemnify the Purchaser and hold him harmless in respect of all and
any expenses or property as aforesaid and also in respect of any claim
made in respect of injury or damage under any acts of Government or
otherwise and also in respect of any award of compensation or
damages consequent upon such claim.

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’.

116
7.4 The Contractor/Supplier shall also indemnify the Purchaser against all
claims which may be made upon the Purchaser whether under the
Workmen’s Compensation Act or any other statute in force during the
currency of this contract or at common law in respect of any employee
of the Contractor/Supplier or of any of his sub-contractor and shall at
his own expense effect and maintain until the work has been `Taken
Over’, with an approved office.

7.8 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.

117
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.

118
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.

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.
119
The entire system will be on comprehensive AMC with the
supplier after the expiration of the guarantee period.

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

12 COMPLETION DRAWINGS (FINAL DRGS) & MANUALS:

12.1 The contractor shall submit tracings in original with 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 Air-
conditioning unit and its parts.
b. Installation instructions.
c. Field wiring diagrams.
d. Operation and Maintenance Manual of electrical parts
used in the same.

120
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 Contractor’s 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 Institute’s
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.

121
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
In-Charge certifies the completion of work in all respect as per tender
conditions and specification.

122
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) 70% of the Contract value against delivery, prorata of the value
of goods delivered and after checking the same at site.
n) 15% on completion of erection.
o) 10% on commissioning and final inspection and testing at site.
p) 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.

123
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, 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
Institute’s 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 manufacturer’s premises.

124
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

Maximum flow velocity - 8 Ft./Sec.


= 2.5 Mtrs./Sec.
Maximum friction - 5 Ft. per 100 Ft. run

1.3 Design parameters for duct design shall be

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.

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.

125
4.0 After award of work contractor should submit the GA drawing as well
as data sheet of AHU, parts etc. for engineer’s approval. He shall start
the manufacturing only after the approval.
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
contractor’s 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 manufacturer’s
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

126
approval of Engineer In-Charge. 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.

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.

127
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 CABINET TYPE:


2.1 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

128
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 department’s 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

129
 Inlet temperature in degree C
 Outlet temperature in degree C
 Pressure drop in psig

13. PAINTING:
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) ANSI 89.1 Safety code for mechanical refrigeration.


b) IS:659 Safety code for air-conditioning.
c) IS:660 Safety code for mechanical refrigeration.
d) AHRAE Standard-33 methods of testing for rating forced
Circulation air-cooling and air heating coils.
e) ARI-410 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.

130
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 Gauge Gauge Type of Joints Type of Bracings


of ducts G.I. Al

Upto 600 24 22 G.I. Flange at Cross bracings.


2.5 centre

601 to 750 24 22 25 x 25 x 3 mm 25 x 25 x 3 mm MS
Angle iron frame angles bracing at 1500
With 6 mm dia. mm from joints
Nuts & bolts

751 to 1000 22 20 25 x 25 x 3 mm 25 x 25 x 3 mm MS
Angle iron frame angles bracing at 1500
With 6 mm dia. mm from joints
Nuts & bolts

1001 to 1500 22 20 40 x 40 x 5 mm 40 x 40 x 3 mm MS
Angle iron frame angles bracing at 1500
With 8 mm dia. mm from joints
Nuts & bolts

1501 to 2250 20 16 50 x 50 x 3 mm 40 x 40 x 3 mm MS
Angle iron to be angle bracing at
Cross braced 1200 mm from joints
diagonally with or 40 x 40 x 3 mm MS
10 mm dia. nuts angle diagonal bracing
and bolts at 125
centre.

2250 & above 18 14 50 x 50 x 6 mm 50 x 50 x 3 mm MS


Angle iron 10 angle bracing at
mm dia. nuts 1200 mm from joints
and bolts at 125 or 50 x 50 x 3 mm MS
centre. angle diagonal bracing

131
HANGERS FOR DUCT:

Duct Size Spacing Size of MS equal angle Size of rod dia


[mm] [M] [mm x mm] [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

2251 to above 2.0 50 x 3 15

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.

132
1.5 INSTALLATIONS:

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

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 ½ 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.

133
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:

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 Pipe insulation shall be applied as follows:


a) 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.

134
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
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.
135
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.
2.2 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.
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

136
65 mm & over a) Body - Cast Iron Flanged
b) Spindle, valves seat,
Wedge, nut etc. – 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.

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

137
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 25 mm
Over 300 mm 40 mm

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 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.
4.2 Care shall be taken to protect pressure gauges during pressure testing.

5.0 THERMOMETERS:

138
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 1½


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.
8.2 Piping repaired subsequent to the above pressure test shall be retested
in the same manner.
8.3 System may be tested in sections and such sections shall be securely
capped.
8.4 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.
8.5 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.
8.6 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.

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


the pressure testing to the satisfaction of the Engineer.

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
----------------------------------------------------------------------------------------------

139
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.

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.

140
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.

141
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.

142
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) VALVES
1. Butterfly Valve
1] Make :-
2] Model :-
2. Gate Valve
1] Make :-
2] Model :-

143
XXVIII) Gauges

1. Pressure Gauge

1) Make:-
2) Type:-

2. Thermometers

1) Make:-
2) 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.

144
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

145
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

146
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.

147
12. The bidders shall quote in English their rates/prices both in figures, as
well as in words against each item of the work as detailed in the
enclosed Schedule of Quantities. In the event of any discrepancy
between the quoted rates/prices in words and that quoted in figures,
the rates/prices quoted in words shall govern.

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

14. The Institute shall be under no obligation to accept the lowest or any
tender received in response to this tender notice and shall be entitled
to reject any tender without assigning any reason whatsoever.

148
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 Tenderer’s 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
Purchaser’s 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) Specifications
v) Drawing
w) Sealed Pattern denoting a pattern sealed and signed by the
Inspector.
x) Proprietary make denoting the produce of an individual firm.
y) Any other details governing the construction, manufacture
and/or supply as existing for the contract.

1.59 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.

149
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.

150
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,


Sub-Contractors or his duly appointed representatives. The
Contractor/ Supplier shall not object to the execution of work by other
contractors or tradesman and shall afford them every facility for
execution of their several works simultaneously with his own.

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

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.

151
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-
Contractor’s employees, whether such injury or damage may arise
from carelessness, accident or any other cause whatever in any way
connected with the carrying out of this contract. This clause shall be
held to include any damage to buildings, whether immediately
adjacent or otherwise, any damage to roads, streets, foot paths, as well
as all damage caused to the works forming the subject of this contract
by frost or other inclemency of weather. The Contractor/Supplier shall
indemnify the Purchaser and hold him harmless in respect of all and
any expenses or property as aforesaid and also in respect of any claim
made in respect of injury or damage under any acts of Government or
otherwise and also in respect of any award of compensation or
damages consequent upon such claim.

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’.

152
7.4 The Contractor/Supplier shall also indemnify the Purchaser against all
claims which may be made upon the Purchaser whether under the
Workmen’s Compensation Act or any other statute in force during the
currency of this contract or at common law in respect of any employee
of the Contractor/Supplier or of any of his sub-contractor and shall at
his own expense effect and maintain until the work has been `Taken
Over’, with an approved office.

7.9 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.

153
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.

154
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.

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.
155
The entire system will be on comprehensive AMC with the
supplier after the expiration of the guarantee period.

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

12 COMPLETION DRAWINGS (FINAL DRGS) & MANUALS:

12.1 The contractor shall submit tracings in original with 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 Air-
conditioning unit and its parts.
b. Installation instructions.
c. Field wiring diagrams.
d. Operation and Maintenance Manual of electrical parts
used in the same.

156
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 Contractor’s 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 Institute’s
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.

157
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
In-Charge certifies the completion of work in all respect as per tender
conditions and specification.

158
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) 70% of the Contract value against delivery, prorata of the value
of goods delivered and after checking the same at site.
r) 15% on completion of erection.
s) 10% on commissioning and final inspection and testing at site.
t) 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.

159
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, 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
Institute’s 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 manufacturer’s premises.

160
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

Maximum flow velocity - 8 Ft./Sec.


= 2.5 Mtrs./Sec.
Maximum friction - 5 Ft. per 100 Ft. run

1.3 Design parameters for duct design shall be

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.

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.

161
4.0 After award of work contractor should submit the GA drawing as well
as data sheet of AHU, parts etc. for engineer’s approval. He shall start
the manufacturing only after the approval.
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
contractor’s 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 manufacturer’s
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

162
approval of Engineer In-Charge. 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.

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.

163
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 CABINET TYPE:


2.1 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

164
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 department’s 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

165
 Inlet temperature in degree C
 Outlet temperature in degree C
 Pressure drop in psig

16. PAINTING:
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) ANSI 89.1 Safety code for mechanical refrigeration.


b) IS:659 Safety code for air-conditioning.
c) IS:660 Safety code for mechanical refrigeration.
d) AHRAE Standard-33 methods of testing for rating forced
Circulation air-cooling and air heating coils.
e) ARI-410 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.

166
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 Gauge Gauge Type of Joints Type of Bracings


of ducts G.I. Al

Upto 600 24 22 G.I. Flange at Cross bracings.


2.5 centre

601 to 750 24 22 25 x 25 x 3 mm 25 x 25 x 3 mm MS
Angle iron frame angles bracing at 1500
With 6 mm dia. mm from joints
Nuts & bolts

751 to 1000 22 20 25 x 25 x 3 mm 25 x 25 x 3 mm MS
Angle iron frame angles bracing at 1500
With 6 mm dia. mm from joints
Nuts & bolts

1001 to 1500 22 20 40 x 40 x 5 mm 40 x 40 x 3 mm MS
Angle iron frame angles bracing at 1500
With 8 mm dia. mm from joints
Nuts & bolts

1501 to 2250 20 16 50 x 50 x 3 mm 40 x 40 x 3 mm MS
Angle iron to be angle bracing at
Cross braced 1200 mm from joints
diagonally with or 40 x 40 x 3 mm MS
10 mm dia. nuts angle diagonal bracing
and bolts at 125
centre.

2250 & above 18 14 50 x 50 x 6 mm 50 x 50 x 3 mm MS


Angle iron 10 angle bracing at
mm dia. nuts 1200 mm from joints
and bolts at 125 or 50 x 50 x 3 mm MS
centre. angle diagonal bracing

167
HANGERS FOR DUCT:

Duct Size Spacing Size of MS equal angle Size of rod dia


[mm] [M] [mm x mm] [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

2251 to above 2.0 50 x 3 15

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.

168
1.5 INSTALLATIONS:

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

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 ½ 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.

169
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:

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 Pipe insulation shall be applied as follows:


a) 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.

170
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
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.
171
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.
2.2 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.
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

172
65 mm & over a) Body - Cast Iron Flanged
b) Spindle, valves seat,
Wedge, nut etc. – 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.

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

173
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 25 mm
Over 300 mm 40 mm

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 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.
4.2 Care shall be taken to protect pressure gauges during pressure testing.

5.0 THERMOMETERS:

174
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 1½


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.
8.2 Piping repaired subsequent to the above pressure test shall be retested
in the same manner.
8.3 System may be tested in sections and such sections shall be securely
capped.
8.4 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.
8.5 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.
8.6 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.

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


the pressure testing to the satisfaction of the Engineer.

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
----------------------------------------------------------------------------------------------

175
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.

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.

176
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.

177
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.

178
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) Cooling Coil:


33) Coil fin material & thickness:-
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) Drive Motor for AHU:


21) Make:-
22) Frame size:-
23) Insulation Class:-
24) HP/KW rating:-
25) Type

XXXIV) VALVES
1. Butterfly Valve
1] Make :-
2] Model :-
2. Gate Valve
1] Make :-
2] Model :-

179
XXXV) Gauges

1. Pressure Gauge

1) Make:-
2) Type:-

2. Thermometers

1) Make:-
2) 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.

180
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

181
182

You might also like