25
NAME OF WORK: S.I.T.C. OF 12x 7 TR A/C PACKAGE UNITS FOR INSTALLATION IN T.E. BUILDINGS AT DIFFERENT STATIONS UNDER DIFFERENT ELECTRICAL DIVISIONS IN THE STATE OF CHHATTISGARH. 01. Name of Contractor : ___________________________________ 02. Date of application & receipt : ___________________________________ 03. Tender Issued on : ___________________________________ 04. Last date of receipt of Application : 18.11.2009 05. Last date of issue of tender : 18.11.2009 06. Date of opening of tender : 20.11.2009 07. Cost of Tender : Rs. 500+ 12.5% ST i.e. Rs. 563 .00 08. Estimated Cost : Rs. 34,67,014.00 09. Earnest Money Deposit : Rs. 69340.00 10. Time allowed for Completion : Two month. Executive Engineer (E), B.S.N.L. Electrical Division, 82, Anand Nagar, Raipur (C.G.) UNDERTAKING I/We hereby certify that I/We have gone through the clauses, specifications, Drawings of tender & EW-8 of Bharat Sanchar Nigam Limited & agreed with the terms & conditions contained therein. Signature with Stamp Contractor

Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

Embed Size (px)

Citation preview

Page 1: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

NAME OF WORK: S.I.T.C. OF 12x 7 TR A/C PACKAGE UNITS FOR INSTALLATION IN T.E. BUILDINGS

AT DIFFERENT STATIONS UNDER DIFFERENT

ELECTRICAL DIVISIONS IN THE STATE OF CHHATTISGARH.

01. Name of Contractor : ___________________________________

02. Date of application & receipt : ___________________________________

03. Tender Issued on : ___________________________________

04. Last date of receipt of Application : 18.11.2009

05. Last date of issue of tender : 18.11.2009

06. Date of opening of tender : 20.11.2009

07. Cost of Tender : Rs. 500+ 12.5% ST i.e. Rs. 563 .00

08. Estimated Cost : Rs. 34,67,014.00

09. Earnest Money Deposit : Rs. 69340.00

10. Time allowed for Completion : Two month.

Executive Engineer (E), B.S.N.L. Electrical Division,

82, Anand Nagar, Raipur (C.G.)

UNDERTAKING

I/We hereby certify that I/We have gone through the clauses, specifications, Drawings of tender & EW-8 of Bharat Sanchar Nigam Limited & agreed with the terms & conditions contained therein.

Signature with Stamp

Contractor

Page 2: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

I N D E X

S..No. DESCRIPTION Page No

1 Press Notification

2 Undertaking

3 Important Note For Contractors

4 Abstract of cost

5 Schedule of Quantities

6 Specifications for Engine Alternator set.

7 Test sheet for Engine Alternator

8 Specifications for acoustic enclosure (Canopy)

9 Data Sheet

10 Approved makes for E/A sets

11 PWD 6. To be added during forming contract see

page no. 6

12 Item rate tender and conditions of contract (Form PWD 8). To be added during forming contract see

page no. 6

This NIT contains (One Hundred and ) pages only.

Page 3: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

BHARAT SANCHAR NIGAM LIMITED

(ELECTRICAL WING)

O/o THE EXECUTIVE ENGINEER (E) BSNL ELECTRICAL DIVISION

82-ANAND NAGAR, RAIPUR (C.G)

No: 40(1)/EE (E)/BSNL/RYP// 1061 //RAIPUR, Dated: 30.10.2009

NOTICE INVITING TENDER To,

The Editor The Editor Hindustan Times Dainik Bhaskar

New Delhi Raipur

Sir, Enclosed please find herewith-full text of advertisement for publication in your daily

newspaper. The advertisement may be published latest by 04.11.2009 within size of 40 Sqcm.

at D.A.V.P. / Commercial Rate agreed with BSNL The bill may be sent in duplicate for payment

to this Office. One copy of the newspaper in which the NIT is published should invariably be sent

to this Office on the date of publication, failing which payments may not be released.

Yours faithfully,

Executive Engineer (E) BSNL Electrical Division

Raipur

BHARAT SANCHAR NIGAM LIMITED O/o The Executive Engineer (Elect.)

82, Anand Nagar Raipur (C.G.)

PRESS NOTIFICATION (TENDER) 1. SITC of Solar Power Generation System for USO site at Darba .2. SITC of 12x7TR AC Package units in the state of C.G. 3. SITC of Transformer Sub Station in GSM Bldg in Dantewada Dist. Under Electrical Dn.Raipur. 4.—do—Kanker 5.—do—Bastar . 6.—do—Kawardha . 7.—do—Rajnandgaon . 8.—do—Durg . 9.—do—Mahasamund . 10.—do—Dhamtari . 11.—do—Raipur . 12. P & F of Various alarms in various BSNL BTS Sites under Electrical Division Raipur.

Further details kindly visit our website at

www.mp.bsnl.co.in

Page 4: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

BHARAT SANCHAR NIGAM LIMITED

(ELECTRICAL WING)

O/o THE EXECUTIVE ENGINEER (E) BSNL ELECTRICAL DIVISION

82-ANAND NAGAR, RAIPUR (C.G)

No: 40(1)/EE (E)/BSNL/RYP// 1062 //RAIPUR, Dated: 30.10.2009

N O T I C E I N V I T I N G T E N D E R

N I T N O . : 4 2 ( I I C a l l ) / E E ( E ) B S N L - R Y P / 2 0 0 9 - 2 0 1 0

The Executive Engineer (Electrical), BSNL Electrical Division, Raipur invites on behalf of the Bharat Sanchar Nigam Limited sealed item rate tenders for the following work from eligible contractors who have been enlisted in BSNL in a category whose financial limit is more than the estimated cost, satisfying under mentioned eligibility conditions.

NAME OF WORK ESTD.COST EMD

CURRENCY OF CONTRACT

FOR ISSUE OF L.O.I

T I M E FOR COMPLETION

SITC of 12 X 7 TR A.C. Package units for installation in T.E. buildings at different stations under different BSNL electrical divisions in the state of Chhattisgarh.

Rs. 3467014.00 Rs. 69340.00 One year from date of award

Two months from date of L.O.I. for individual work

Eligibility Criteria : - (I) The manufacturers whose Double Circuit prototype package A/C unit of 7 TR have been approved by the

BSNL as on date of NIT are eligible.

10.1 OR The agencies satisfying following conditions are also allowed to participate - (i) The agencies should be duly authorized by manufacturers of BSNL approved 7 TR A/C package units

(Double Circuit) as on date of NIT, for carrying out the installation work. (ii) Should have carried out at least three works of installation, testing and commissioning of A/C package

units / Central A/C plants in Central / State Govt. / PSU during last three years. (iii) Should have a minimum turnover of Rs. 1 crore during the last three year. (iv) Should have at least 5 years experience in the Air - Conditioning installation

(II) The contractor shall submit and confirm :

1. Valid Chartered Accountant Certificate with self attested copies as applicable towards submission of Income tax return along with application on their printed letterheads for purchase of tender. Permanent Account Number (PAN) should be quoted along with a certified copy of PAN card in their tender or other relevant documents.

2. List of works completed of the requisite magnitude along with self attested copies of certificate, testimonials of their satisfactory completion from the departmental concerned obtained from an officer not below the rank of Executive Engineer. The credentials should be certified by any BSNL executive, and if it is not certified by a BSNL executive, then original documents shall be produced at the time of tender opening.

3. (a) The tenderer shall submit the tenders in two sealed covers marked as Cover 1st and 2nd. The 1st cover should contain the Earnest money deposited in the form of CDR / FDR / DD or bank guarantee in department’s attached format and manner (Annexure-I) in favour of Accounts Officer BSNL Electrical Division, Raipur. The bank guarantee shall be valid for a period of 120 days from the date of opening. The 2nd cover should contain the tender documents. In case the I st cover is not annexed or Earnest money is not in proper form then the second cover containing tender will not be opened and will be rejected.

Page 5: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

3 (b) For the tenderers intending to download the tender from the web-site, they shall submit the

tenders in two sealed covers marked as Cover 1st and 2nd. The 1st cover should contain original / attested copy of the credentials in support of fulfilling the experience criteria & other documents as per NIT, the tender cost in form of demand draft in favour of Accounts Officer BSNL Electrical Division, Raipur, and Earnest money in the form of CDR / FDR / DD or bank guarantee in department’s attached format and manner (Annexure-I) in favour of Accounts Officer BSNL Electrical Division, Raipur. In case the I st cover is not annexed or Credentials submitted by the firm are not as per NIT or Tender cost is not accompanied or Earnest money is not in proper form then the second cover containing tender will not be opened and will be rejected.

The tenderer shall submit the downloaded original printout of the tender document from the web-site. The photocopy shall not be accepted. If during the process of tender finalization, it is detected that the tenderer has submitted tender documents after making any changes / additions / deletions in the tender documents downloaded from the Web site, the offer shall be summarily rejected and the EMD deposited by tenderer shall be forfeited in addition to any other action as per prevalent rules.

The intending tenderers shall invariably sign the Undertaking provided with the tender documents. Any failure to do so shall result in rejection of the tenders.

Exemption from payment of Earnest Money and Security deposit granted by Chief Engineer, CPWD shall not hold good for Bharat Sanchar Nigam Limited.

The department reserves the right to issue any corrigendum in the NIT till ten days prior to the opening of the tender. The intending tenderers are advised to check the web site before submitting their offer.

Validity of tender shall be for 90 days from the date of opening of tender.

The tender document and all other relevant information / Conditions can be had on payment of Rs.1000/- (Rupees One thousand only plus sales Tax 12.5% i.e. Rs. 1,125/- (Rupees One Thousand One Hundred Twenty Five Only) (Non- refundable).

Last date of receipt of application : 18.11.2009 Last date of issue of tender : 18.11.2009 Last Date of Submission of tender : 20.11.2009 upto 15.00 Hrs. Date of opening of tender : 20.11.2009 at 15.30 Hrs.

In case holiday is declared on opening date, tender will be opened at 15.30 Hrs. on next working day.

EXECUTIVE ENGINEER (ELECT.)

BSNL Electrical Division, Raipur.

Phone no. (0771) 2420072 FAX (0771) 2432474

Copy to: (N.O.O) 1. The C.G.M.T.,BSNL,Chhattisgarh Telecom Circle Raipur. 2 –3. The G.M.(TD),BSNL,Raipur / Durg. 4. The T.D.M. BSNL, Jagdalpur . 5. The Chief Engineer (E), BSNL, Bhopal. 6. The S.E.(E),BSNL, Electrical Circle,Raipur 7-10 The Executive Engineer (E) BSNL., Electrical Division ,Bilaspur/Bhopal /Indore/ Jabalpur. 11-13 The Sub Divisional Engineer (E)BSNL., Electrical Sub Division Raipur/ Durg / Jagdalpur. 14. Notice Board. 15. India Trade Journal, D.F.G. of Commercial Intelligence & Statistics, 1-Council House Street, Calcutta. 16-17 The Electrical Contractors Association New Delhi / Kolkata 18. Web Site www.mp.bsnl.co.in 19-22. A-I/A-II/Cashier /A.O.BSNL.,Electrical Division Raipur. 23. All Contractors. 24. The Vigilance Officer o/o The CGMT, Raipur.

Executive Engineer (E)

Page 6: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

BHARAT SANCHAR NIGAM LIMITED

( ELECTRICAL WING )

O/o The Executive Engineer (E), B.S.N.L. Electrical Division, 82,Anand Nagar ,Raipur (C.G.)

UNDERTAKING

I/we have read and examined the notice inviting tender, Important note for the contractors, Schedule of quantities, Specifications for Airconditioning package unit, Draft specifications for Airconditioning package unit, Proforma for test results and Approved makes.

I/we have read and examined the General Rules and Directions & Clauses of CPWD-8 (as corrected upto Aug 1998) and with following modifications:

(i) Conditions at Sr. No. 13, 18 & 34 of CPWD-6 at page no. 3 stands deleted. (ii) The name of work, time allowed for work, estimated cost, tender cost, mode & amount of EMD etc

wherever appearing in CPWD-6/8 shall be as per the notice inviting tender available on the web-site.

(iii) In condition no. 22 of the CPWD-6, the amount of EMD which can be forfeited is 50%. (iv) The deviation in quantity shall be governed as per condition no. 5 of “Important note for the

contractors.”

I / We agree that the said CPWD-6 / 8 shall be made a part of the contract while entering into the agreement.

I/We hereby tender for the execution of the work specified for BSNL within the time specified, schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions.

I/We agree to keep the tender open for ninety (90) days from the due date of submission thereof and not to make any modifications in its terms and conditions.

A sum of Rs………………… is hereby forwarded in the form of CDR/FDR/DD or bank guarantee in department’s attached format and manner (Annexure-I) as earnest money. If I/We, fail to commence the work specified I/We agree that the said BSNL or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely and the same may at the option of the competent authority on behalf of BSNL be recovered without prejudice to any other right or remedy available in law out of the deposit in so far as the same may extend in terms of the said bond and in the event of deficiency out of any other money due to me/us under this contract or otherwise.

I/We agree to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, as per condition no. 4 of “Important note for the contractors.”

I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived there from to any person other than to whom I/We am/are authorised to communicate the same or use the information in any manner prejudicial to the safety or interest of BSNL.

( Seal of the contractor ) ( Signature of contractor ) (Postal address) Dated …………………..

Page 7: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

“IMPORTANT NOTE FOR CONTRACTORS”

The firm shall read carefully the following conditions and shall quote accordingly confirming all the points in their offer.

1. EARNEST MONEY: - Firm has option to deposit Earnest Money in the form of CDR / FDR / DD or bank guarantee of a Scheduled Bank or Nationalised bank / State bank guaranteed by Reserve Bank in department’s attached format and manner (Annexure-I). If the firm fails to start or withdraws from individual agreement, then as per relevant clause of the agreement, EMD @ 2% of the amount of individual work contract/ agreement shall be forfeited from EMD available with the Rate contract agreement or from any money due to the firm by the department under this contract or on any other account.

2. TENDER DOCUMENT The bidder shall be required to quote separate rates for “Supply” portion and “ITC” portion.. The lowest bidder shall be decided on the combined rates of Supply and ITC items, however the letter of intent shall be issued separately for supply items and ITC items and separate agreements shall be framed for these items.

3. BID PRICES, TAX AND DUTIES:- (a) The bidder shall give the total composite price inclusive of all Central and State’s Levies & Taxes i.e. Sales Tax,

Purchase Tax, Turnover tax, Service tax, Works contract tax etc or any other taxes or duties like octroi, local area development tax on material, labour etc.

(b) The total composite price shall comprise of unit price and all other components of price need to be individually indicated / quoted against the goods/material/service, it proposes to supply under the contract in the following manner :

(i) The Basic Unit price (Ex-Factory Price) of the goods/services/materials, Excise duty, Sales Tax, Freight, Forwarding, Packing, Service tax, Insurance and any other Levies/Charges already paid or payable by the supplier shall be quoted separately.

(ii) The liability to pay all taxes, levies etc. shall be of contractor and BSNL will not entertain any claim whatsoever in this respect.

The firm shall furnish the documents/proof of payment of all taxes/levies along with exemption certificate, if any, to avail CENVAT benefits by BSNL. Form ‘C’ and a certificate stating that the tendered item are meant for the use of BSNL shall be issued by BSNL on request of the contractor, which can be collected from concerned Executive Engineer (E).

4. EVALUATION OF BIDS

For the purpose of evaluation of financial bid, composite price inclusive of all taxes and levies will be considered. The lowest bidder shall be decided on the combined rates of supply and ITC items.

5. INCREASE / DECREASE OF TENDER QUANTITY

(a) BSNL will have the right to increase / decrease up to 25% of the contract value depending upon the requirement of goods & services specified in the schedule of items without any change in the unit price or other terms and conditions at the time of award of contract. (b) In exceptional situation where the requirement is of emergent nature and it is necessary to ensure continued supplies from the existing vendors, the department reserves the right to place repeat order upto 50% of the quantities of goods and services contained in the running tender/contract within a period of 12 months from the date of award of work at the same rate or a rate negotiated (downwardly) with the existing vendors considering the reasonability of rates based on prevailing market conditions and the impact of re4duction in duties and taxes etc.

6. CURRENCY OF CONTRACT / OPERATION OF AGREEMENT

It is a rate contract for many works at different places in C.G. and department reserves the right to award the work outside the jurisdiction of the division but within the state of C.G. at no extra cost. All questions and dispute concerning the work shall be in reference to individual agreements only and will be adjudicated as per Clause-25 for individual agreements without co-relation with other individual agreements. In the event of any contradiction regarding the interpretation of the specifications, clauses or conditions of the individual agreement, the Rate contract agreement will prevail. This rate contract will be valid for one year, the period of completion of individual work will be two months from the date of L.O.I.

Page 8: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

6. VARIATION IN EXCISE DUTY :

(a) In case of any statutory variation in regard to excise duty only in respect of A.C. Package units , within the stipulated date of completion of individual agreement, the same shall be paid or recovered as per the actual against documentary proof. However, beyond this period department will take advantage of any duty reduction but will not pay extra on account of duty increase.

(b) Price adjustment provision on account of change in excise duty shall not apply in respect of equipment / components of equipment / materials, other than A.C. Package units

8. (a) Tendered rates are inclusive of taxes and levies payable under the respective states. However, pursuant to the Constitution (Forty Sixth amendment) Act 1982,if any further tax or levy is imposed by statute after the date of receipt of tenders and the contractor(s) thereupon necessarily and properly pays taxes or levies the contractor(s) shall be reimbursed the amount so paid provided such payment if any is not in the opinion of S.E (whose decision shall be final and binding) attributable to delay in execution of work within the control of the contractor(s).

(b) The contractor(s) shall keep necessary books of accounts and other documents for the purpose of this condition as may be necessary and shall allow inspection of the same by a duly authorized representative of Government and shall furnish such other information's /documents as the Engineer-in-Charge may require.

(c) The contractor(s) shall within a period of 30 days of imposition of any further tax or levy pursuant to the Constitution (Forty Sixth amendment) Act 1982 give a written notice thereof to the Engineer-in-Charge that the same is given pursuant to this condition together with all necessary information relating thereto.

9. PERFORMANCE BANK GUARANTEE:- The contractor is required to furnish bank guarantee for an amount equal to 5% of the contract value on the

nationalized / scheduled bank in a standard format (Annexure-II) within two weeks from the date of issue of the award letter. The validity period of the performance security in the form of performance bank guarantee shall be one year from the date of stipulated completion, and in the event the time of completion of the work gets enlarged, the contractor shall get the validity of performance guarantee extended to cover such enlarged time for completion of work. Security Deposit

In addition to performance guarantee stated above, a sum @ 10% of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum along with the already deposited as earnest money will amount to security deposit of 5% of the tendered value of the work..

10. PAYMENT TERMS:- The following terms of payment shall be adopted :

(a) For supply item, i.e. item no. 1 of the Price-schedule, 95% of the price shall be paid on the receipt of Package A / C Units along with all accessories, as mentioned in the item no. (1), at site by the consignee. For claiming this payment the following documents are to be submitted to the paying authority :

i) Excise gate pass / invoice or equivalent document. ii) Delivery Challan. iii) Consignee receipt. iv) Proof of payment of octroi / entry tax etc., if any.

(b) The balance 5% payment of item no. 1 of the Price-schedule shall be released after satisfactory commissioning and final Acceptance Testing (A/T) of the package A / C Units or 8 months from the date of supply of the equipment, whichever is earlier, subject to the fact that delay in commissioning and Acceptance Testing ( A/T ) of the package A / C Units is not on account of the contractor. In cases where shortages/ damages are intimated to the supplier in writing, the balance payment shall be released only after the cases are settled in accordance with the provision of the agreement.

(c) 100% payment (in place of 95%) may be made on delivery, provided that an additional Bank Guarantee for an amount equivalent to 5 % of the value of supplies valid for a minimum period of one year is furnished by the supplier along with an undertaking that

i. A/T shall be conducted by the firm as per the schedule fixed by The Executive Engineer (Electrical). ii. In cases where the shortages / damages are intimated to supplier in writing, the balance payment shall be

released only after the cases are settled in accordance with the provision of the P.O. iii. In case of failure of the firm to carry out obligations as mentioned at (i) and (ii) above, BSNL will have the

liberty to encash the Bank Guarantee in addition to other actions required to be taken as per the agreement.

Note : No payment will be made for goods rejected at the site on testing. Payment, if made, for such items shall be recovered from subsequent bills or other bills.

11. PROGRAMME FOR EXECUTION.

Page 9: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

The firm shall supply detailed programme to Engineer-in- Charge for execution of contract with in fifteen days

of award of work. The programme shall contain details about submission of drawing, supply of materials etc. Tentative dates for installation, testing, commissioning and A/T shall also be submitted.

To ensure good progress of the work during the execution, the contractor is bound, in all cases, in which the time allowed for any work exceeds one month to complete 1/8th of the whole of the work before 1/8th of the time allowed under the contract has elapsed, 3/8th of the work before 1/2 of the time has elapsed and 3/4th of the work before 3/4th of such time has elapsed.

Flow chart of the procurement process / contract shall be supplied by the contractor and approved by Executive Engineer concerned.

12. STORES AND SAFETY:- All the stores and materials required for the satisfactory completion of the work shall be arranged at work site by the contractor from his own sources/open market. It should be clearly understood that no claim whatsoever shall be entertained by the department on this account.. Lockable space for storing the material may be provided on request from the contractor. However, safe custody of the material stored at site will be responsibility of the contractor.

13. COORDINATION AT SITE :- At the site of work more than one agency may be working. Full co-operation shall be extended to other

agencies during progress of work. Further, work shall be carried out in such a way so that it may not cause abnormal noise and hindrance to the officers of the department engaged in creation as well to normal routine work.

14. I.S. Standards The air-conditioning equipment and installation shall conform to various standards amended upto date

wherever applicable.

15. Drawings to be submitted for approval The contractor shall get the following drawings approved before the start of the work, 1. Ducting drawings showing all sizes, damper locations (including fire dampers), inlet & outlet grills diffusers

with their sizes for all the floors. 2. A dimensioned drawing giving complete details of the erection of the equipment in plant room (including

condensers, electrical panels and refrigerant piping & details of foundations). While deciding layout future expansion, if any, has to be taken in to consideration.

3. Electric wiring diagrams for all electrical equipments including controls showing cable sizes and equipment capacities.

16. Completion Drawings 1. The contractor on completion of the work shall submit three sets of following drawings. a) Plant installation drawings giving complete details of the entire equipment including foundations. b) Ducting drawings showing all sizes damper locations and sizes of all air outlets & intakes for all floors. c) Electrical drawings showing cable sizes, equipment capacity, control components and control wiring. d) Schematic control drawings giving detailed sequence of operation and notes to explain the operation of the

control circuit. e) Piping drawings showing all pipes sizes, valves and fittings. 2. Three sets of service manuals in respect of air-conditioning plant including salient features of the plant.

17. Completion of Work

The work shall be deemed to have been completed after the fulfillment of the following. a) Physical completion of installation of A.C. system including balancing of air and water circuits (wherever

applicable) and successful trial run of the A.C. system by the contractor for a period of 7 days subject to a minimum of 120 hours of running during that period in the presence of representative of the Engineer-in-Charge.

b) Successful completion of the initial acceptance testing as per the departmental standards in the presence of representative of Engineer-in-Charge and A.T. wing.

18. Provisional Take Over

The A.C. Plant shall be provisionally taken over by the department for the beneficial use after successful

completion of the initial acceptance testing.

19. Final Take Over The contractor shall fulfill following contractual obligations before the A.C. plant is finally taken over by the

department.

Page 10: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

a) Successful completion of final performance cum seasonal test which may be conducted at any time during

the period from 1st April to 30th September b) 12 months free maintenance from the date of provisional take over to the satisfaction of the department.

20. Testing 1. Routine tests certificate for package unit as per IS 8148 shall be furnished along with supply of equipment. 2. Department reserves the right to depute representative for inspection of material / equipment and witness the

test at contractor's / supplier's works and the firm shall be required to perform routine/type test for unit of each type / model of package unit as per Annexure 1 of I.S. in the presence of department's representative. Atleast one-week's notice shall be given by the contractor to the department for fixing up inspection and factory test.

3. For Micro-vee filters & motors etc. only routine test certificate from manufacturers shall be furnished. 4. The contractor shall operate, test and adjust all air conditioning system units, fans, motors, all air handling

appliances provided in connection with this installation and shall make all necessary adjustments of all regulating dampers for the purpose of equalization of the flow of air to each and every outlet & inlet.

5. A carefully recorded detailed record of the results of these adjustments shall be furnished by the contractor for approval of Engineer-in-Charge.

6. Following tests at site shall be conducted after completion of the plant:

a) TRIAL RUN After installation is complete physically and all adjustments as listed above are carried out, the plant shall

be subjected to trial run. The trial run is to be conducted for a period of 7 days subject to minimum running of 120 hours in the presence of representative of the department. During this test performance of all the equipments and control systems shall be checked. Inside conditions shall also be recorded in this trial run. A record of this test shall be submitted to the Engineer-in-Charge who shall arrange for initial acceptance testing thereafter.

b) INITIAL ACCEPTANCE TESTING After completion of trial run the plant shall be subjected to Initial Acceptance Testing as per standards of

the department. This testing shall be conducted jointly by the representative of the Engineer-in-Charge, A.T. wing and user. A list of all defects and discrepancies shall be prepared during the test.

c) FINAL PERFORMANCE CUM SEASONAL TEST This test shall be conducted jointly by the representative of the Engineer-in-Charge, A.T. wing and user as

per standards of the Department. The test shall be conducted between 1st April to 30th September. 7. Wherever relaxations are required, these should be obtained from the Superintending Engineer (Electrical)

well before the final performance cum seasonal test. 8. The contractor shall supply all test equipments, the operating personnel, oil and refrigerant required for

testing.

21. OPERATION & MAINTENANCE OF PLANT The contractor shall be responsible for the operation and maintenance of the AC plant for a period up to

successful completion of Initial Acceptance Testing as per standards of the department. The contractor shall provide staff for round the clock operation of the plant up to the Initial Acceptance Testing

as per standards of the department. The contractor shall also provide free maintenance for a period of one year from the date of successful completion of initial acceptance testing and shall be responsible for all defects that may arise during the operation of the plant, including arrangement of consumables (refrigerant gas etc).

If the contractor fails to carry out the operation and / or maintenance during the above mentioned period, the same shall be arranged by the department and suitable recovery shall be made from the contractor’s bills.

22. Guarantee & Defects Liability Period 1. The guarantee shall be valid for a period of 12 months after provisional take over. The contractor shall

guarantee that all equipments shall be free from any defect due to the defective materials and bad workmanship and that the equipment shall work satisfactorily and that the performance and efficiencies of the equipments shall be not less than the guaranteed values. Any parts found defective during the guarantee period shall be replaced by the contractor without any charge whatsoever. The services of the contractor's personnel, if requisitioned during this period for such work, shall be made available free of any cost to the dept.

2. The contractor shall depute his representative to the site within 72 hours of notification of defects by the department, in case of major defects.

3. A joint inspection report will be made by the departmental representative and representative of the firm regarding the nature of defects and remedial action required and time schedule for the rectification/remedial action.

4. In case the contractor fails to depute his representative within 72 hours of notification of defects or fails to cause remedial action within a reasonable time as decided in the joint inspection, the department may proceed to do so at the contractor's risk and expenses without prejudice to any other right.

5. The following aspects are, however, not covered under the purview of guarantee: a) Consequential losses and damages. b) Parts subject to normal wear & tear such as V belts, air filters and electrical contacts.

Page 11: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

c) Deterioration or failure of equipment, controls and piping due to corrosive atmosphere.

23. Training of / BSNL Personnel The contractor shall arrange to impart the training to the DOT Personnel on the following aspects prior to provisional take over of the plant: a) Operation of plant. b) Gas charging and pumping down of the system. c) Adjustments of settings for controls and protective devices. d) Preventive maintenance.

24. Rejection of Defective Plants

1. If the completed plant or any portion thereof, before it is taken over, be found defective or fails to fulfill the intent of the specifications, the contractor shall on receipt of a written notice from the Engineer-in-Charge, forthwith make good the defective plant.

2. Should the contractor fail to rectify the defects and or make good the defective plant within a stipulated time mentioned in the written notice or replace the plant at no extra cost, department may make good, reject and or replace at the risk and expenses of the contractor, the whole or any portion of the plant which is defective or fails to fulfill the requirements of the contract.

3. All equipments shall be tested as per tender specifications. Where test results indicate capacity less than specified in the equipment schedule, the contractor shall pay to the department prorata compensation against each item. No compensation shall be payable, if the short fall is 3% or less.

25. Bye-laws Indemnity against Liabilities 1. The contractor shall comply with all bye-laws and regulations of local and statutory authorities having

jurisdiction over the works and shall be responsible for payment of all fee and other charges and giving / receiving all necessary notices and keep the Engineer-in-Charge informed about the notices issued and received.

2. The contractor shall indemnify the department against all claims in respect of patent rights, design, trade mark or name of other protected rights in respect of any plant, machine, work or materials used for or in connection with the works or temporary works and from and against all claims, demands, proceedings, costs, charges and expenses whatsoever in respect of or in relation thereto. The contractor shall defend all actions arising from such claims and shall he pay all royalties.

3. License fees, damages, cost and charges of all and every sort that may be legally incurred in respect thereof shall be borne by the contractor.

4. All liabilities / panel recoveries on matters arising out of tax/excise/levies such as incorrect deductions, discrepancies in the filling up returns, revised assessments by the concerned authorities etc. shall be borne by the contractor.

5. It is contractor's liability to follow all safety procedures in accordance with relevant I.S. amended upto date during execution of work at site

26. Electric Power & Water Electricity & water for erection, commissioning and testing of equipment shall be provided by the department

free of cost. Department does not guarantee the continuity of supply and no compensation whatsoever shall be allowed on this account.

27. Packing, Forwarding & Storage at site Before dispatch to site, the equipment / component / materials shall be properly packed so as to afford

protection against transit damages and damages against storage in open areas either at transporter's premises or at work site. Special care shall be taken in respect of sensitive items like heat transfer surface of cooling coils, air-cooled condenser etc. When storage in open area is inevitable proper waterproof covering shall be provided to protect damages on account of rainwater etc. However, damaged items shall be replaced as per the direction of Engineer-in-Charge.

20. THE FIRM SHOULD NOTE THAT THE OFFERS WITH CONDITIONS INCLUDING THAT WITH CONDITIONAL REBATES WILL BE SUMMARILY REJECTED.

21. In partial modification to clause 2 of PWD - 8, the compensation for delay shall be limited to 0.5% the work order value per week for the first ten weeks and 0.7% per week for next ten weeks and thereafter subject to a maximum of 12% of he work order value for the location where the work is delayed.

22. The contractor shall ensure fulfillment / compliance of the provisions of EPF & Misc. Provisions Act 1952 & Employees Provident Fund Scheme 1952 in respect of labourers / employees engaged by them for performing the works of BSNL.

23. Each claim bill of the contractor must accompany the (i) List showing the details of labourers / employees engaged (ii) duration of their engagement (iii) the amount of wages paid to such labourers / employees for the duration in question (iv) amount of EPF contributions (both employer’s and employee’s contribution ) for the

Page 12: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

duration of engagement in question, paid to the EPF authorities (v) copies of authenticated documents of payments of such contribution to EPF authorities and (vi) a declaration from the contractor regarding compliance of the conditions of EPF Act, 1952.

32. Participation of near relatives of the BSNL Employees in the Tender / Execution of works in BSNL units -

The near relatives of any BSNL Employee either directly recruited or on deputation are prohibited from participation in tenders and execution of works in the different units of BSNL

i. The near relatives for this purpose are defined as. a) Members of a Hindu undivided family. b) They are husband and wife.

c) The one is related to the other in the manners as father, mother, son(s) & son’s wife (daughter in law),Daughter(s) & daughter’s husband (son in law), brother(s) & brother’s wife, sister(s) & sister’s husband (brother in law).

ii. The company or firm or any other person is not permitted to tender for works in BSNL Unit in which his near relative(s) is / are posted. The Unit is defined as SSA / Circle / Chief Engineer / Chief Archt / Corporate Office for non-executive employees and all SSA in a Circle including Circle Office / Chief Eng. / Chief Archt / Corporate office for executive employees (including those called as Gazetted Officers at present). The tenderer should give a certificate that none of his / her such near relative is working in the units as defined above where he is going to apply for tender/work. In case of proprietorship firm certificate will be given by the proprietor, for partnership firm certificate will be given by all the partners and in case of limited company by all the Directors of company. Any breach of these conditions by the company or firm or any other person, the tender / work will be cancelled and earnest money / Security deposit will be forfeited at any stage whenever it is so noticed. The department will not pay any damages to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit.

iii. 11. CERTIFICATE

I________________________________S/o Sh. ________________________Resident of _____________________________hereby certify that none of my relative(s) as defined in the tender document is/are employed in BSNL units as per details given in tender document. In case at any stage, it is found that the information given by me is false/incorrect, BSNL shall have to absolute right to take any action as deemed fit/without any prior intimation to me.

Dated : Signature(s)

Company Name & Seal

Type of Company

33. TENDERS SHOULD BE SUBMITTED IN WAX SEALED CONDITION AND THE TENDERER SHOULD SIGN ALL THE PAGES OF THE TENDER DOCUMENTS.

Page 13: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

Annexure-I

MODEL FORM OF BANK GUARANTEE BANK GUARANTEE BOND FOR EMD FOR AIR CONDITIONING, DIESEL ENGINE ALTERNATOR, LIFTS AND SUB STATION WORKS WHEREVER THE AMOUNT OF EMD IS MORE THAN RS. 20, 000/-.

Whereas__________________(hereinafter called "The Contractor(s)") has submitted its Tender dated______________ for_________________(Name of work)__________________________ KNOW ALL MEN by these Presents that WE______________________ OF______________________having our registered office at_____ ________________(hereinafter called "The Bank") are bound unto-_A.O.(E)_BSNL ELECTRICAL DIVISION_____________________ (hereinafter called " The Purchaser ") in the sum of__________________for which payment will and truly to be made of the said Purchaser, the Bank binds itself, its successors and assigns by these presents.

THE CONDITIONS of the obligation are:

1. If the Contractor(s) withdraws its Tender during the period of Tender validity specified on the Tender Form : or 2. If the Contractor(s) having been notified of the acceptance of its Tender by the Purchaser during the period of Tender validity. (a) Fails or refuses to execute the Contract. (b) Fails or refuses to furnish Security Deposit in accordance with the conditions of Tender document. WE undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand, the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force as specified in the Tender Document up to and including Thirty (30) days after the period of the Tender validity, and any demand in respect thereof should reach the Bank not later than the specified date/dates.

Signature of the Bank Authority

Signature of the Witness

Name of Witness

Address of Witness

Page 14: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

SPECIFICATIONS FOR AIRCONDITIONING PACKAGE UNIT

1.0 General

1.1 Those specifications set out the basis of design of self-contained packaged Air Conditioner units with air-

cooled condensers to meet the environmental needs of electronic equipment's in Telephone Exchange. 1.2 The firms who are interested to supply such units to the Department should get prototype unit approved by

the Department. 12. DESIGN CRITERIA FOR AIR CONDITIONING

PACKAGE UNIT OF 7 TR CAPACITY The Air-cooled AC Pkg. unit should be designed as per following conditions:

1. Rates capacity : 7 TR (Sensible cooling capacity)

2. Flow direction : Upward flow/ Downward flow

3. Air inlet Temp : 25 C (DB)

(Return Air)

4. Saturated Suction Temp. : Between 9 C and 10 C

5. Minimum Super heat : 6 C

6. Saturated Discharge Temperature : Maximum 53 C (at ambient of 43 C)

7. Ambient air design temperature : 43 C (However the system should be (Entering the

condenser) able to work. with ambient up to 50 C

8. Air Quantity : 550 CFM/TR

9. Supply Air Temperature : 16 C

10. Total static pressure : 35 mm of WG between inlet and outlet .

of package unit with filters in position

11. No. of Refrigerant Circuits : Two

12. Filters : 1) Filter to be provided on the Package unit ng having 95% efficiency down to 5 microns, EU-3

type and EU-2 filter having efficiency of 90% down to 20 microns. 13. Face velocity across the cooling coil : 2.5 m /sec.

14. Type of load : The exchanges are having high sensible

heat load (Sensible Heat factor 0.95)

15. Hot gas reheat : Provision of hot gas reheat in one of the

refrigerant circuits of the A.C. Package

unit for 50% of heat rejected in the circuit should be made.

Page 15: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

DRAFT SPECIFICATIONS OF A. C. PACKAGE UNIT

1.0 CABINET 1.1 The Cabinet should be constructed from best quality sheet steel of thickness not less than 1.6 mm (16

gauge) thick suitably treated for weather protection, corrosion and shall be powder coated. 1.2 Coil and blower sections should be insulated internally for both acoustics and thermal purposes with 12 mm

thick resin bonded Fiber Glass of density not less than 24 Kg/m3 glass wool covered with glass cloth of fire proof grade.

1.3 Lugs should be provided for lifting / easy handing of machines.

2.0 COMPRESSOR

2.1 Compressor should be two in numbers having independent refrigeration circuit each rated for 50% capacity i.e. 3.5 TR

2.2 The compressor should be of REPUTED make hermetic / semi-hermetic sealed type. 2.3 Compressor should be suitable for operation on R-22. 2.4 Compressor Motor should be suitable for operation on 415V 10% variations, 50 Hz., 3 phase, AC supply. 2.5 The compressor should be located in such a way that removal of one compressor should not affect the

operation of the other circuit. 2.6 Compressor should be installed on spring mounted floating platform /

rubber pads or manufacturer's recommended approved mountings. 2.7 Overload protection should be provided in compressor. 2.8 Gauge Ports should be provide in each compressor. 2.9 Compressor should be fitted with electrically operated oil heaters. Heaters should be automatically actuated

when the compressor is stopped. 2.10 Accumulator of appropriate capacity to be provided along with each compressor.

3.0 EVAPORATOR SECTION

3.1 Evaporator Coil. 3.1.1 Evaporator coil should be two in numbers one for each refrigerant circuit. Each coil should be rated for 50%

of TR rating of package unit. 3.1.2 Evaporator coil should be constructed out of copper tubes not less than 0.355 mm (29 gauge) thick

expanded on to Aluminium fins to give a good mechanical bond for maximum heat transfer. Approximately 12 to 13 numbers of fins per inch should be provided. Fin thickness should not be less than 0.16 mm.

3.1.3 Face area of coil should be selected corresponding to air velocity not exceeding 2.5 m / sec. 3.1.4 A condensate drip tray of stainless steel construction of minimum 18 SWG thick along with a special plastic

pipe to drain out condensate water should be provided.

3.2 Blower Section

3.2.1 Total static pressure should be 35 mm of WG. To confirm static pressure of blower 35 mm of WG, it should be measured between inlet and outlet of blower. Blower fans should be statically and dynamically balanced.

3.2.2 Airflow should be constant under all operating modes so that uniform air distribution is maintained.

3.3 Fan Motor Assembly.

3.3.1 Fan should be driven by a weather proof electric Motor suitable for operation on 415V 10% variations 3- phase, 50 Hz, AC supply. The motor housing shall be of IP 55 grade.

a) The fan should be directly coupled / belt driven having a maximum speed of 1400 r.p.m. b) Energy efficient motors as per IS: 12615 of 1989 should be used.

3.4 Dehumidification feature

3.4.1 It should be possible to achieve Dehumidification by reducing effective coil area by solenoid valve arrangement. Wherever dehumidification is required, the control system enables a solenoid valve to limit the exchange surface of

Page 16: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

the evaporating coil, thus providing a lower evaporating temperature. Constant airflow rate is to be maintained even during dehumidification.

4.0 REFRIGERANT PIPING

4.1 There should be two self-contained independent refrigerant circuits in each package air conditioner. A

totally independent piping hook up for each combination of compressor- evaporator and air-cooled condenser constituting one refrigerant circuit.

4.2 Each refrigerant circuit should be suitable for operation on R-22 and should include the following items: - a) Thermostatic Expansion Valve with external Pressure equalization. b) Removable liquid line drier / filter. c) Liquid Line Sight Glass with Moisture indicator. d) Hand shut off valves. e) Liquid Receiver with safety valve-purge valve, manufacturer calibrated & sealed with test certificate.

The capacity of receiver shall not be less than 7 liters for each circuit. Liquid Receiver shall be suitably treated for weather protection, corrosion and shall be powder coated.

f) Suction and discharge valves for isolation of each Compressor. 4.3 The serviceable / removable components should have union connections for easy removal / assembly. 4.4 All pipe works should be carried out with refrigerant quality copper tubes and where bends are required

these should be completed using either a proprietary bending tool or radius fittings. The minimum thickness of pipe should be 1.6 mm (16 SWG).

5.0 ELECTRICAL SYSTEM

5.1 The Electrical power system should confirm to relevant I.S. standard. A main incoming MCB of 63 A and having a rupturing capacity of 9 KA for each package unit should be provided on the unit sized to meet the total power requirements for AC package unit circuit.

5.2 Within the panel individual power loads should be distributed equally across the three phases. 5.3 All individual wires should be of copper and colour-coded or should be numbered at their point of

termination to facilitate servicing. 5.4 Low voltage control wiring and power wiring should be segregated from each other. 5.5 The following shall be incorporated: -

1. MCB of suitable rating and having a rupturing capacity of 9 KA should be provided for each sub-circuit.

2. Contactors for motors of suitable rating. 3. Electronic Overload protection against overload, Phase loss & Reverse phase sequence and sensing

negative sequence components for individual 3- motor.

5.6 INDICATING PANEL :-

The following should be incorporated in the indicating panel 1. The following indication should be provided on the indicating panel :-

(a) Each compressor ON and OFF. (b) Evaporator fan ON and OFF. (c) Each condenser ON and OFF. (d) HP cut out for each compressor. (e) LP cut out for each compressor. (f) Reset push button in case of alarm. 2. For 'ON' indications green LEDs should be provided. 3. For 'OFF' indications red LEDs should be provided. 4. The position of indicating lamps should be at the eye level and also just above their respective start /

stop push buttons.

5.7 Protective fuses of suitable ratings should be provided in the circuits. 5.8 Measuring instruments :-

Each compressor should have suction and discharge pressure gauges.

6.0 AIR COOLED CONDENSSER

6.1 For each package air conditioner unit there should be two air-cooled condenser units; each having a matching heat rejection duty for one refrigerant circuit.

Page 17: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

6.2 Condenser unit should incorporate the followings. a) A heat rejecting coil block constructed from copper tubes of not less than 0.355 mm (29 gauge) thick

expanded on to straight Aluminium fins. Approximately 12 number of fins / inch should be provided. Fin thickness should not be less than 0.16 mm.

b) Two fans shall be provided for each condenser unit and should be selected for low speed quiet operation. The fan should be directly driven by a motor of speed not exceeding 1000 RPM and constructed from sheet and cast Aluminium.

6.3 The condenser should be vertical mounting type with horizontal throw of air having suck through arrangement ensuring even air flow over the coil block.

6.4 All the foregoing items should be factory assembled with body made out of 1.6mm (16 SWG) M. S. Sheet (Powder coated).

6.5 The entire assembly should be supported by a corrosion treated frame. 6.6 Separate MCB of suitable rating and having a Rupturing capacity of 9 KA for each motor near its vicinity

in suitable weather proof enclosure should be provided.

7.0 CONTROLS Following controls should be provided:- 1. High pressure trip-Manual reset (for each compressor) 2. Low pressure trip-Auto reset (for each compressor) 3. The thermostat and Humidistat should be able to control the operation of the unit.

8.0 SAFETY INTERLOCKS 8.1 Interlock between condenser fan motor and compressor motor to prevent starting of compressor without

condenser fan in operation. 8.2 Condenser fan should stop along-with compressor. 8.3 Provision should be made to operate the evaporator fan without the operation of condenser and compressor. 8.4 TIME DELAY of minimum three minutes shall be there for restart of compressor. 8.5

SECTION ………….

PROFORMA FOR TEST RESULTS

S.No Items Test Results

1.

Ambient conditions DB Temp. (°C ) WB Temp. (°C ) R.H. ( % )

2.

Compressor 1 ( RPM ) Compressor 2 ( RPM ) CIRCUIT 1

Refrigerant gas suction pressure ( Kgs/sq.cm ) Refrigerant gas discharge pressure ( Kgs/sq.cm ) CIRCUIT 2

Refrigerant gas suction pressure ( Kgs/sq.cm ) Refrigerant gas discharge pressure

( Kgs/sq.cm )

3.

Voltage & Compressor Current (for each circuit) a) 10 AM Volt / Amps.

b) 4 PM Volt / Amps. c) 8 PM Volt / Amps

4.

Condensers Condenser fan RPM (both fans) Air flow rate C.F.M. Air temp. entering °C leaving °C

5.

Cooling coil Blower fan RPM Total air quantity across coils C.M.H. Coil face area Sq.m.

Page 18: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

Air temperature entering (D.B) °C entering (W.B) °C leaving (D.B) °C leaving (W.B) °C

6 Fresh Air fan RPM Fresh Air Intake Face area -------- Sq.m. Air quantity -------- C.M.H.

7

Room conditions at the working place (No.of readings shall be taken and average taken out ) Temperature : --

D.B. -------- °C W.B. -------- °C

8 Controls:- Function of each control shall be tested and report furnished.

Page 19: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

List of Approved makes for Air Conditioning Works

Page 20: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

1 MOTOR SIEMENS/ CROMPTON GREAVES/ HBB/ KEC/

BHARAT BIJLEE/ ABB/ MEI/ SPARTON/ NGEF

GE

2 COMPRESSOR VOLTAS/ KIRLOSKAR COPELAND/ BATLIBOI/

CARRIER/ KPC CARRIER/ COPELAND/ ACCEL/

BLUE STAR/ TRANE

3 STARTER SIEMENS/ L&T/ BCH/ ABB/ MEI

GE POWER CONTROLS

4 MCB, ISOLATOR AND DISTRIBUTION BENTEX/ CLARITON/ HAVELLS/ INDO-KOPP/

BOARD SIEMENS/ STANDARD/ SCHNEIDER/ MDS

5 GI / MS PIPE TATA/ ATL/ ITC/ ATC/ IIA/ JST/ ITS/ JINDAL

ZENITH/ GSI/ TTA/ BST

6 CABLES

A. UPTO 1.1 KV GRADE ISI MARK

B. ABOVE 1.1 KV GRADE ISI MARK

7 GM VALVE FOUNTAIN/ TRISHUL/ ANNPURNA/

LEADER/ SANT

8 SPP / OVERLOAD UNIT L&T/ MINILEC/ ZEROTRIP/ SIEMENS

9 RESIN BOND GLASS WOOL FIBRE GLASS/ PILKINGTON/ UPTWIGA

10 EXPANDED POLYSTERENE BASE (INDIA) LTD.

11 GAUGES FIEBIG/ H-GURU/ PRICOL

12 CONTROLS INDFOSS/ HONEYWELL/ SPORLAN/ RANCO/

RANUTROL/ PENN/ DANFOSS/ FLICA

13 FRESH AIR FAN GE/ KHAITAN

14 FINE FILTERS FOR FRESH AIR DYNA/ TENACITY/ KIRLOSKAR/ PUROMATIC/

EU-2 (COARSE FILTER, EFFICIENCY 90% AITECH/ FURAFILL/ ARW/ ATHLETE/ PUROLATOR/

DOWN TO 20 MICRONS) AND EU-3 (FINE ANFILTRA EFFULENT

FILTER, EFFICIENCY 95% DOWN TO 5

MICRONS)

Page 21: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

15 GI SHEETS TATA/ SAIL/ NIPPON/ DENRO/ HSL/ JINDAL/

NATIONAL

16 INDICATING LAMPS VAISHNO/ SIEMENS/ L&T/ AE/ IMP/ RASS

CONTROL/ TEKNIC/ SCHNEIDER/ KAYCEE

17 AMMETER / VOLTMETER AE/ IMP/ UNIVERSAL/ RISHABH/ KAYCEE/ MECO

ENERCON

18 SELECTOR SWITCH L&T/ KAYCEE/ AE / IMP/ THAKOOR/ RECO/

VAISHNO/ SALZOR/ RASS CONTROL

19 CT AE/ IMP/ MARSHAL/ PACTIL/ KAPPA/ L&T/

ASHMOR/ INDOCOIL/ WACO/ MECO/

Page 22: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

SCHEDULE OF QUANTITY

NAME OF WORK : SITC OF 12 x 7 TR A.C. PACKAGE UNITS FOR INSTALLATION IN T.E. BUILDINGS AT DIFFERENT STATIONS UNDER DIFFERENT ELECTRICAL DIVISIONS,IN THE STATE OF CHHATTISGARH

Exc

ise

Dut

y

Sal

es T

ax/

VA

T

Ser

vice

Tax

Fre

ight

, For

war

ding

, pa

ckin

g &

Insu

ranc

e

Any

oth

er

levi

es/c

harg

es (

Rs.

)

Uni

t pr

ice

incl

usiv

e of

al

l le

vies

&

ch

arge

s (in

Rs)

Tot

al p

rice

incl

usiv

e of

al

l le

vies

&

ch

arge

s (in

Rs)

S

.No.

D

escr

iptio

n of

item

s

Qua

ntity

Bas

ic u

nit p

rice

excl

usiv

e of

al

l lev

ies

& c

harg

es

(in R

s)

%

Amt. (In

Rs.)

%

Amt. (In

Rs.)

%

Amt. (In

Rs.)

%

Amt. (In Rs.)

1 2 3 4 5 6 7 8 9 10 11

1 Supply of 7 TR package units complete with all components, controls, interlocking, electrical accessories including air cooled condenser and refrigerant piping as required. Technical details shall be as per BSNL approved unit & specifications attached. The package shall be provided with filtration arrangement having EU-2 (coarse filter having efficiency 90 % down to 20 microns) and EU-3 ( fine filter having efficiency 95 % down to 5 microns). The firm has to make necessary arrangements in the package units for installing these filters and nothing extra shall be paid on this ground. NOTE 1 :- Unit shall be WITHOUT HOT GAS REHEAT & DEHUMIDIFICATION COIL. NOTE 2 :- a) The length of refrigerant pipes for hot &

cold lines shall not be included. The same shall be paid as per item 3.

b) The installation of package shall be done with providing adequate vibration isolation by using two nos. 150 mm X 150 mm X

12 No

Page 23: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

6mm thick rubber pads supported at minimum six points including providing minimum size of 100X50mmX5mm channel at the bottom of package unit as per Figure A1.

c) The frame work of installation of air-cooled condenser shall be as per Figure A2, consisting of100mm X 50mm X 5mm thick M. S. angle iron verticals with 150mm X 150mm X 6mm M. S. base plate on each leg having 100mm X 50mm X 5mm thick M. S. channel on top for supporting the condenser.

For item (b) & (c) above, nothing will be paid extra. Important Note :-

(i)

The firm shall supply the package units (Double circuit) as per the prototype approved by the department with the design criteria as given in Section ll attached, duly incorporating the amendments issued by the department from time to time.

Operation & Maintenance of the package units (round the clock) for one year shall be carried out by the firm as per Condition no.21 of “Important note for Contractors” , without any extra cost.

2a Installation, Testing and commissioning of 7TR package units complete with all components, controls, interlocking, electrical accessories including air cooled condenser and refrigerant piping, minor civil works etc as required as per item no. 1.

12 No.

2b

Supplying & installing 16 G copper tube of size 5/8 “ including cutting, bending, jointing, brazing etc. as required.

288 mtr

TOTAL

Note:-

Page 24: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

1. “We hereby declare that in quoting the above price, we have taken into account the entire credit on inputs

available under the MODVAT SCHEME introduced w.e.f. 1st March 1986 and further extended on more items till date.”

2. “We herby certify that E.D./ Customs Tariff Head shown in column 18/21 are correct & CENVAT Credit for the amount shown in column 13 above are admissible as per CENVAT Credit Rules 2004.”

3. “The bidder who submitted the offer with concessional E.D./ sales tax, shall submit the proof of applicable concessional E.D. / Sales Tax.”

Executive engineer (E) BSNL,Electrical Division Raipur(C.G.)

Page 25: Executive Engineer (E), B.S.N.L. Electrical Division, 82 ...imghost1.indiamart.com/tenders/doc/2009-11-12/338_2009...Hindustan Times Dainik Bhaskar New Delhi Raipur Sir, Enclosed please

This document was created with Win2PDF available at http://www.daneprairie.com.The unregistered version of Win2PDF is for evaluation or non-commercial use only.