71
1 TENDER DOCUMENT FOR Design, Manufacturing, Installation, Commissioning of three New 120 TR Chilling Unit and one 300TR Cooling Tower & one 5000 Ltr P/hr Water Softening Plant and Dismantling of existing 6 Nos 80 TR Chilling Units e-Tender No – 639 NATIONAL FERTILIZERS LIMITED (A Govt. of India Undertaking) A-11, Sector – 24, Gautam Budh Nagar, Noida – 201301, UP National Fertilizers Limited Corporate Office, Noida

FOR Design, Manufacturing, Installation, Commissioning … · FOR Design, Manufacturing, Installation, Commissioning of three New 120 TR Chilling ... 5000 Ltr P/hr Water Softening

Embed Size (px)

Citation preview

1

TENDER DOCUMENT

FOR

Design, Manufacturing, Installation, Commissioning of three New 120 TR Chilling

Unit and one 300TR Cooling Tower & one 5000 Ltr P/hr Water Softening Plant

and Dismantling of existing 6 Nos 80 TR Chilling

Units

e-Tender No – 639

NATIONAL FERTILIZERS LIMITED

(A Govt. of India Undertaking) A-11, Sector – 24, Gautam Budh Nagar,

Noida – 201301, UP National Fertilizers Limited

Corporate Office, Noida

2

TENDER DOCUMENT

Tender for Design, Manufacturing, Installation, Commissioning of three New 120 TR Chilling Unit and one 300TR Cooling Tower & one 5000 Ltr P/hr Water Softening Plant and Dismantling of existing 6 Nos 80 TR Chilling Units at NFL, Corporate Office, NOIDA

1. Tender Particulars

A Tender Enquiry No : NFL/CO/MTLS/PUR/10326/16 B Tender Issue Date : 09.07.2016 C Due On : 09.08.2016 D Requirement: : Design, Manufacturing, Installation,

Commissioning of three New 120 TR Chilling Unit and one 300TR Cooling Tower & one 5000 Ltr P/hr Water Softening Plant and Dismantling of existing 6 Nos 80 TR Chilling Units at NFL, Corporate Office, NOIDA as per scope given in the tender document.

E Tender Fee : Rs. 1,000/- through crossed Demand Draft in favour of National Fertilizers Limited drawn from any scheduled bank.

F Earnest Money Deposit : Rs. 1,00,000/- through crossed Demand Draft in favour of National Fertilizers Limited drawn from any scheduled bank.

G Performance Bank Guarantee

: 10% of the order value to be released after successful completion of two year of its operation.

H Tender Closing date : 09.08.2016 at 13:00 Hrs I Tender Opening date : 09.08.2016 at 15:30 Hrs in the presence of

bidders or their authorized representatives. J Tender validity : 120 days from the date of tender opening K Tender to be addressed

to : General Manager (Mtls)

National Fertilizers Limited A-11, Sector-24, NOIDA (U.P)-201301

2. Enclosures

Annexure-A : Instructions to Tenderers.

Annexure-B : Technical Terms & Conditions including Eligibility Criteria

Annexure-C : Technical Specifications

Annexure-D : Special Terms & conditions

Annexure-E : ‘Techno-Commercial Terms & Conditions’

Annexure-F : Summary of Documents to be submitted along with Bid

Annexure-G : Technical details of Equipments / Machinery

Annexure-H : Performance / Guaranteed Parameters

3

Annexure-I : Spares parts

Annexure-J : Bill of Quantities (BOQ) towards associated works including supplies for Mechanical, Electrical, Civil & other jobs for installation of new Chiller units

Annexure-K : Schedule of Rates (SOR)

Annexure-L : Integrity Pact

4

Annexure-A

Instructions to Tenderers 1. Quotation of bidders against this Tender must be uploaded by prospective bidders on or

before the tender closing date & time.

2. Important Dates

The following is an indicative timeframe for the overall process. NFL reserves the right to vary this timeframe at its absolute and sole discretion and without providing any reasons thereof. However changes to the timeframe will be communicated to the affected Respondents during the process.

Particulars   Details  Tender Number   NFL/CO/MTLS/PUR/10326/16   Tender Title   Design, Manufacturing, Installation,

Commissioning of three New 120 TR Chilling Unit and one 300TR Cooling Tower & one 5000 Ltr P/hr Water Softening Plant and Dismantling of existing 6 Nos 80 TR Chilling Units at NFL, Corporate Office, NOIDA as per scope given in the tender document.

Date of Publishing of RFP       09/07/2016 at 11:30 hrs Documents Download End Date & Time       09/08/2016 at 13:00 hrs Bid submission last date & time        09/08/2016 at 13:00 hrs Bid opening and Technical bid opening date &time     09/08/2016 at 15:30 hrs Commercial bid opening date & time To be notified later Place of Opening of Bids   NFL’s Corporate office at Noida 

Contact Persons for any clarifications/ Submission of Bids  

S. Dwivedy / Shashi Prakash 

Contact Numbers   0120 2412515, 3292201‐08 Fax: 0120‐2412397 

NFL reserves the right to change/amend the tender schedule (date and/or time) and shall intimate all the suppliers by email/fax/telephonically, of such changes along with notice of revised schedule. However, it shall be the responsibility of the bidder to visit the designated website regularly as per the time schedule to get the details of any such changes, as the same shall be available against this tender on the said website. NFL shall not be responsible if a bidder is not able to participate in any activity related to this tender due to change in tender schedule. 3. Mode of Tendering

National Fertilizers Ltd. (NFL)Noida intends to select a vendor for Upgradation of existing Central HVAC Plant at NFL, Corporate Office, NOIDA as per scope given in the tender document. against this tender, in Two part bid system, through e-tendering. In this regard, NFL invites offers from eligible bidders. The NIT will be posted on website: https://nfl.etenders.in where parties will be able to download the tender documents for participation in the e-tender and submit their bids online. The tender submission, tender closing and opening will be done electronically and online. The proposal should be prepared in English in MS Word/Excel format. Bidder may submit the Bid Formats dully filled and signed could be scanned. Other documents could be in PDF format.

5

Tender documents would also be available for downloading at NFL’s website www.nationalfertilizers.com and also at Central Public Procurement Portal (CPP) http://eprocure.gov.in/cppp/. NFL has appointed M/s Nextenders (I) Pvt Ltd as their service provider for carrying out e-tendering. Use of digital signature certificate shall be mandatory for participating in e-tendering process.

Bidder shall submit their bid and participate in this tender as per the requirements of the e-tendering system. However, in case of any help/clarification, Bidder may contact any one of the following:-

a) M/s National Fertilizers Limited-Noida

b) M/s Nextenders (I) Pvt Ltd, Mumbai

4. To participate in e-tendering of NFL, please refer “Bidder’s Manual on the homepage” on

website: https for System requirement, Browser configuration, procedures etc.

5. All the vendors participating in the online e-tendering have to abide by the process involved in the entire workflow of the e-tendering. NFL shall not be responsible for any mistake made by the vendor at the time of bid process. In case any vendor submits an invalid bid due to any reason including typing mistake / human error, such invalid bid will be disqualified/ rejected and such vendor shall not be allowed to further participate in the tender and the procurement process shall be completed considering the other valid bids.

6. It is mandatory for the Bidders to use the digital certificate in all their bidding Process. For

submitting bid through e-tendering, vendors will have to use a Class II/III Digital Signature Certificate issued by any India CA approved by CCA of India as per IT Act 2000. . Guidelines as indicated in https://nfl.etenders.in. may be complied in this regard. The said digital certificate should bear the name of the Company/ Bidder who is willing to participate in the tender.

1) Mr. Sanjay dwivedy Dy. General Manager (Mtls.) NFL, Corporate Office, A-11, Sector-24, Noida-201 301 e-mail: [email protected]

2) Mr. ShashiPrakash Dy.Manager (Mtls.) NFL, Corporate Office, A-11, Sector-24, Noida-201 301 e-mail: [email protected]

Name – Mr. Nilesh Alekar Mobile - 08879656082 Email - [email protected] Name - Ms. Barkha Hassija Mobile - 08879976220 Email – [email protected] Support Team: Phone Nos.: 020-30187400, e-mail: [email protected] For Digital certificate: - Name: - Mr. Shailesh Vakil, Phone 022-26611117 Mobile: 09820293499, Fax: 022-26611285

6

7. It is the entire responsibility of the vendors to protect their own login Id and Password and keep their digital certificate safe so that is not misused by any other person.

8. Tender Schedule:

The notice of issue of enquiry and detailed schedule for downloading the NIT documents, submission of bids, tender closing, tender opening and subsequent clarification/amendment in schedule etc. shall be published on e-tendering portal.i.e, https://nfl.etenders.in

Tender Schedule is as per clause No 2 above. Note: After expiry of date & time for a particular activity as mentioned above, that particular activity cannot be done unless the schedule for the same is extended /amended. Similarly no activity can be done before start date & time specified for that particular activity unless the schedule for the same is pre-poned / amended.

9. The activity defined for vendors are “Download of tender documents”, “Bid preparation and

encryption”, “Re-encryption of online Bid” and “Uploading of Bid”.

10. This being an OPEN Tender, any Bidder-shall be able to download the Tender Documents. However only those Bidders(s) should submit the bids who are meeting the Eligibility Criteria as specified in the NIT (Technical Qualification Criteria etc.).

11. Tender Opening:

The tenders will be opened electronically, at NFL’s Corporate Office, Noida in the presence of representatives of Bidders who wish to attend the bid opening. However, submission of bids may be done by Bidders from their office or from place of their choice

Technical Bids shall be opened electronically in the presence of those Bidders who wish to be present.

Price bids shall be opened only of those Bidders who are found Technically Qualified, electronically in the presence of those Bidders who wish to be present.

12. NFL reserves the right to reject or accept any tender without giving any reason.

13. SYSTEM FAILURES AND REMEDIAL MEASURES THEREOF/COURSE OF

ACTION TO BE FOLLOWED

NFL shall make all out efforts to rectify the problem(s) leading to system failure during the live tendering. However in case the system could not be restored within the reasonable time period as deemed fit by NFL, the following remedial measures shall be taken under such an eventuality:-

1. Tender is prepared and released but vendors are not able to submit their bids.

The due date of closing/opening shall be extended suitably.

2. Bids have been submitted but the same cannot be opened by NFL.

The due date of opening shall be extended suitably.

The details required in the Annexure & Forms shall also be enclosed. NFL may reject any proposal not containing all the requirements called for in various Annexure & Forms. The

7

Bidder who does not qualify Technical Bid evaluation, their commercial Bids shall not be opened.  Prices quoted by the bidder shall be fixed during the currency of Contract and shall not be subject to any variation except for variations in statutory levies i.e., CST / VAT / Excise duty / Education Cess / Service Tax which shall be paid / reimbursed on actual basis on production of bills provided the execution is within scheduled time period as specified in the contract..

14. The Tender Enquiry number must appear on all correspondence and documents. While

submitting the bids, Tenderer shall ensure the completeness of the information/documents as detailed in the tender document.

15. Any clarifications on procedure, tender specification both technical and commercial can be had from above mentioned address / e-mails at any time before tender closing date and time either personally or by post at least 7 days prior to closing date of the Tender. Postal delays shall not cause postponement of tender processing date & tenderers in their own interest shall take all steps that are necessary for them to participate in tender well in time.

16. All information sought by NFL during tender evaluation shall be provided within the time set out in the communication on the subject. Failure of tenderer to comply with requirements of NFL within stipulated time shall entitle NFL to proceed with the tenders on the basis of information available with it. No responsibility for postal delays shall rest on NFL.

17. Tender shall be submitted under a Two-Stage Bid system electronically as specified below: i. First Envelope shall be for: “Technical& Commercial Un-Priced Offer”. It shall

contain all the required documents as spelt out in the tender document. ii. Second Envelope shall contain schedule of Annual Rates for “Supply, Installation,

Testing & Commissioning of Up gradation of central HVAC Plant as per schedule K”. iii. First Envelope will be opened on the due date of opening. The tenderer may send their

authorised & competent representative to take part in the discussions on the Technical & Commercial Terms as and when called for. During the discussions, the representative should be able to take immediate decision on all the matters pertaining to the bid. The representative of the renderer must submit the authorisation letter for taking part in the discussions.

18. NFL reserves the right to accept or reject any bid in whole or in part or accept other than lowest bid without assigning any reason thereof.

19. NFL may not consider any bid, which is incomplete or not submitted in accordance with the provisions, set forth in the bid documents as incomplete and may reject the same or waive any deficiencies in any or all the bids.

20. The tenderer should submit SCANNED COPIES of the following along with the bid: a. PAN (Permanent Account Number). b. PF Registration Number. c. Service Tax Number.

21. The tenderers must sign all the papers of their bid. All corrections and alterations in the Tender will be signed in full with date by the tenderer.

22. Validity of the bids shall be for 120 days from the date of opening of the price bid. 23. The price bids of only such tenderer will be opened who meet all the laid down Technical &

Commercial requirements. The date and venue of price bid opening will be intimated to the tenderers.

24. The tenderer shall confirm in the technical & commercial bid that all the payment & other terms & conditions stipulated in the enquiry are acceptable to them.

25. The tenderer shall quote their rates with reference to each item in all Annexures, Schedule of Rates and shall quote total cost of the package. The tenderer must bid for all the items shown in the schedule of rates. In case if any deviation is found in total contract price mentioned by the tenderer in the price bid, the total contract value arrived at by considering the unit rates shall be considered by NFL for the purpose of evaluation of bids. The

8

tenderer shall also confirm in the technical bid that the unit rates quoted in the price bid are exclusive of all taxes and no separate cost shall be considered.

26. Any clarifications on procedure, tender specification both technical and commercial can be had from the Office of Chief Manager (Mtls) at any time before tender closing date and time either personally or by post at least 7 days prior to closing date of the Tender. Postal delays shall not cause postponement of tender processing date & Bidders in their own interest shall take all steps that are necessary for them to participate in tender well in time.

27. All information sought by NFL during tender evaluation shall be provided within the time set out in the communication on the subject. Failure of Bidder to comply with requirements of NFL within stipulated time shall entitle NFL to proceed with the tenders on the basis of information available with it. No responsibility for postal delays shall rest on NFL.

28. NFL may not consider any bid, which is incomplete or not submitted in accordance with the provisions, set forth in the bid documents as incomplete and may reject the same or waive any deficiencies in any or all the bids.

29. Earnest Money Deposit (EMD) I. Tenders must be accompanied by EMD as indicated at 1(F). EMD shall be made

in favour of “National Fertilizers Ltd.” in the form of Cross Demand Draft payable at DELHI only; “CHEQUE WOULD NOT BE ACCEPTED IN ANY CASE”.

II. EMD shall be forfeited at the sole discretion of NFL in case Bidder after having submitted the tender withdraws the same or changes the quoted prices or terms and conditions within the period of its validity or after intimation from NFL of the acceptance of his tender wholly or partly refuses to accept the tender in full or part or changes any of the conditions of the tender.

III. EMD of the successful Bidder shall be returned on submission of Security Deposit. IV. EMD of the un-successful Tenderer shall be returned immediately after award of

the job. V. No interest will be paid on the EMD of either the successful or un-successful

Tenderer(s).

30. The price bids of only such Bidder will be opened who meet all the laid down Technical & Commercial requirements. The date and venue of price bid opening will be intimated to the Bidders.

31. Bidder should quote for all the items given in Schedule of Rates.

32. The Bidder shall confirm in the technical & commercial bid that all the payment & other terms & conditions stipulated in the enquiry are acceptable to them.

33. The Bidder shall quote their rates with reference to each item and shall quote total cost of the package. The Bidder must bid for all the items shown in the schedule of rates. In case if any deviation is found in total contract price mentioned by the Bidder in the price bid, the total contract value arrived at by considering the unit rates shall be considered by NFL for the purpose of evaluation of bids. The Bidder shall also confirm in the technical bid that the unit rates quoted in the price bid is inclusive of all costs and no separate cost shall be considered.

34. Tenderer shall certify that none of NFL’s ex-employee is employed with them (In case any ex-employee of NFL is employed furnish details separately).

35. Tenderer shall certify that none of the Employee of NFL is related to owner/Director of the firm.

36. Sister/group/associates Company/Concern The prospective Bidders having any common proprietor/partners/ Directors/managing Partners, etc. shall be considered as Sister/Group/Associates Company/Concern. In such

9

cases, only one of them will be eligible for participation in the tender. Bidders have to submit a declaration on letter head along with the technical bid that:

a) No other Firm/Sister concern/Associate belonging to the same group is participating /submitting this tender.

b) That the bidders, their associates, Sister Concern, etc. have not been black listed by any institutional agency/Govt. Dept./Public Sector Undertaking in the last two years.

In case of concealment of any fact, if detected later on, such Bidders will be debarred from all future dealings with NFL as well as cancellation of their bid for this tender. 37. LOADING CRITERIA:

The bidders must accept the terms and conditions stipulated in the NIT, failing which the bid is likely to be rejected at the sole discretion of NFL. However, NFL may at its sole discretion, accept bids having deviation to NIT terms and Conditions by adopting the following loading Criteria.

i.Offers received without EMD EMD amount (absolute value) as required in NIT shall be loaded on landed cost of total offer Value.

ii. Payment Terms: “Deviation in Payment Terms: NFL will not make any advance/progressive payments. In exceptional cases, advance/progressive payments can be agreed subject to payment of interest @ SBI PLR + 1% and submission of acceptable unconditional Bank Guarantee (BG from any scheduled Bank excluding Rural/Cooperative Banks.) of equivalent amount (including interest amount) as per ‘NFL’ format. The BG shall have sufficient validity, i.e., quoted delivery period + three months. The deviation in differential payment terms with respect to NIT clause shall be loaded as under for interest @ prime lending rate (SBI PLR) + 1% for the period: Interest calculation on progressive payment. Interest on Progressive payment shall be calculated on FOB/Ex-works price for the following period:

S. No. Payment Terms Period of loading. 1 Against Payment within 30 days Nil 2 Against bidder’s quoted payment

terms in % age, higher than that payment term % age mentioned NIT.

%age of loading shall be , for ex: {(Bidder’s offered payment terms %age – Tender document payment terms %age) X Total payable value under respective heads)} = Y Amount to be loaded = Y x Interest @ SBI PLR

 iii. Non‐submission of SD: ‐ 

 The  loading  shall  be  adopted  for  shortfall  in  the  bank  guarantee  agreed  by  the bidder,  for  example, NIT  calls  for  bank  guarantee  for  10%  then  loading  shall  be  done  as under:‐ 

 Bank guarantee for SD Loading Criteria Less than 2.5% (2.5%- (quoted percentage) of ex- works

price

 iv. Liquidated damages due to delay in supplies: ‐ 

If deviation is noted in the quoted damages, the proportionate loading for shortfall shall be adopted, for example NIT calls for 0.5% per week subject to maximum of 5% of the total order value (basic price), loading criteria shall be as under:-

10

Quoted Damages Loading criteria a) 0.5% per week subject to a ceiling

of 5% of total order value (basic price) (As per NIT).

No loading

b) 0.5% per week subject to a ceiling of 2.5% of total order value (basic price).

2.5% loading of ex-works prices.

c) Damages accepted on undelivered value instead of total order value.

2.5% loading of ex-works prices

d) Non-acceptance of damages 5% loading of ex-works price Note: In case any of the vendor does not accept our standard L.D clause or accept LD less than a ceiling limit of 5%, loading for balance amount shall be done on the quoted prices. 38. Make Good Of Any Losses / Damages

It is understood by the contract that in the event of any losses / damages caused to the owner (NFL) due to the reasons whatsoever within his control and the same losses / damages are approved, the Successful Bidder has to make good all the consequential damages / losses to the NFL without any protest and demur. The damages / losses shall be a part from other claims / damages to which the NFL is entitled under the contract or in the course of Law.

39. Compliance of existing laws of India The Successful Bidder shall ensure that all formalities/permissions /licenses required are completed/complied under the existing laws of India and amendments thereof time to time for and in connection with this contract including engagement/employment of labourers.

40. Indemnity The Successful Bidder shall indemnify NFL and keep indemnified for any loss or damage, cost or consequences that NFL may sustain, suffer or incur on account of violation of patent, trademarks, etc. by the bidder. The Successful Bidder shall always remain liable to NFL for any Losses (including, without limitation, any legal fees, costs, charges, demands, actions, liabilities expenses or disbursements incurred therein or incidental thereto) or damage (whether foreseeable or not)) suffered by NFL due to any technical error or negligence or fault on the part of the bidder, and the bidder also shall indemnify NFL for the same. The total liability of the selected bidder under this clause and contract shall not exceed the total contract value.

41. TRANSIT INSURANCE, TRANSPORTATION AND DEDUCTION OF STATUTORY LEVIES

• As the supplies shall be made on FOR DESTINATION basis, the transportation

shall be arranged by the supplier at his own cost. The supplier shall be responsible for deduction of statutory levies if applicable in this case.

• Supplier at his own cost will arrange transit Insurance. • Any change in statutory levies like Excise Duty / VAT / Sales Tax, Service Tax

and imposition of new statutory levies beyond the rates prevalent on the date of offer, shall be to NFL’s account, provided there is no delay in supply and deliveries are within the stipulated schedule. In case of delayed supplies / deliveries, any increase in statutory levies or new imposition of statutory levy will be to supplier’s / Contractor’s account. However, any decrease in such levies for the delayed supplies / deliveries shall be to NFL’s account.

11

TECHNICAL TERMS

AND

CONDITIONS

ANNEXURE – B

12

ANNEXURE – ‘B’

INTRODUCTION To meet the requirement of air-conditioning, HVAC (Heating, Ventilation and Air Conditioning) system is installed at NFL’s Corporate office located at A-11 Sector-24 Noida. (U.P.). Existing HVAC system consists of 6 Nos. Chiller unit packages of 80 TR capacity each of M/s Batliboi make. These chiller unit packages were installed in the year 1997-98. In addition to 6 (six) Nos. 80 TR units, one new 120 TR Chiller unit of M/s York make is being commissioned. There are three (3) Nos. Cooling Towers installed in the office premises catering to the requirement of HVAC system. The existing Cooling Towers are of around 175 TR capacity each. Under this tender, NFL intends

To replace existing 6 Nos. Chiller units of 80 TR capacity each with the new 3 Nos. Chilling Units of minimum actual 120 TR Capacity each.

To augment the existing Cooling Water capacity by installation of one (1) No. new Cooling Tower of minimum actual 300 TR Capacity.

To install one (1) No. new Water softening Plant near the Cooling tower area of minimum actual 5000 Ltr./hr Capacity along with minimum storage capacity of 10000 ltrs.

13

ELIGIBILITY CRITERIA Sr.No. Criteria Document To be submitted

by bidder 1. The Bidder should have the capability to implement

projects/assignments in terms of industry experience, requisite manpower of required qualification and experience, project management skills and quality/level of work.

Requisite documents shall be submitted.

2. The Bidder should be either an Original Equipment Manufacturer (OEM) or should be Authorized dealer/ Distributor having Direct Purchase and Support Agreement with the OEM for the offered Chilling Unit including compressor, Condenser and chiller.

In case of OEM , Duly stamped self certification on letter head. Relevant documents shall be submitted

3.1 The chiller Unit manufacturer shall be OEM of Compressor also. Chiller and compressor should of same manufacturer or 100% subsidiary of same parent company.

Relevant documents shall be submitted

3.2 In case bidder is not the original manufacturer of the equipment

Bidder shall furnish an Authorization letter from the OEM specific to this tender clearly mentioning tender number for which authorization is being provided to Authorized dealer/distributor. b) Bidder must attach with his offer, a certificate in original, from the Original Equipment Manufacturer assuring backend support from OEM , specific to this tender, including OEM supervision during installation, testing and commissioning of the system and support during the warranty period

3.3 Bidder (Authorized dealer/Distributor) should have

successfully executed minimum of TWO WORKS in INDIA during the LAST SEVEN YEARS ending 31.03.2016 for installation, testing &commissioning of Chilling Unit of capacity NOT LESS THAN the offered capacity of 120 TR.

OR

Bidder shall furnish copies of Work Orders executed along with completion certificate during last 7 years ending 31st March of financial year2015-16.

Bidder (OEM) should have successfully executed

minimum of TWO WORKS during the LAST SEVEN YEARS ending 31.03.2016 for supply, installation, testing &commissioning of Chilling Unit of capacity

Bidder shall furnish documentary evidence in support of the same.

14

NOT LESS THAN the offered capacity of 120 TR.

3.4 The offered series / model / make of Chilling Unit of

at least 120 TR capacity should have SATISFACTORILY PERFORMED during the LAST TWO YEARS ending 31.03.2016.

Bidder shall furnish the PERFORMANCE CERTIFICATE from at-least ONE of the Indian customers on their Company’s letter head in support of the same.

3.5 Bidder average annual turn-over during last 3 years

ending 31.032016 should be at least rupees 40 Lakhs. Copies of audited balance sheets.

3.6 The bidder should have positive net worth as on 31.03.2016.

Copies of audited balance sheets.

SCOPE OF WORK

A Scope of Work

The broad scope under the tender includes

a) To replace existing 6 Nos. Chiller units of 80 TR capacity each with the new 3 Nos. Chilling Units of minimum actual 120 TR Capacity each.

b) To augment the existing Cooling Tower capacity by installation of one (1) No. new Cooling Tower of minimum actual 300 TR Capacity.

c) To supply installation testing & commissioning of one (1) No. new Water softening Plant in FRP complete in all respect near the Cooling tower area of minimum actual 5000 Ltr./hr Capacity with minimum storage capacity of 10000 ltrs.

d) Bidder shall submit the proposed drawing of foundation & pipe line after designing the layout of the plant to reroute the overhead pipelines of cooling water / condenser water and chiller water, foundation, connection structure etc. along with bid. A brief sketch layout of foundation is enclosed for reference. Proposed layout will be finalised after approval of NFL.

B.1 Scope of work shall include but not limited to the following:

Design, Manufacture, assembling and factory testing of 3 (Three) Nos. Chiller units (along with motor, pipe, pipe fittings, associated instrumentation and controls etc.) of 120 TR each (minimum actual capacity) at Condenser entry water inlet temperature 35 degree C & at condenser outlet water temperature 39 degree C. Note: Offered model below 120 TR at desired conditions is not acceptable. In case, bidder is offering the higher capacity than the required capacity at desired temperature condition, the offered model should be suitable with existing chiller water pumps, condenser water pumps of 10 HP Kirloskar make & other facilities. In case, higher rating of the pumps/other facilities are required for the offered chiller model, same shall be in the scope of bidder and no extra payment shall be made on this account.

Supply / delivery of the complete package at site including packing, handling, transporting, loading / unloading etc.

15

I. Dismantling of existing 6 Nos. 80 TR capacity each Chiller units & associated control system and make site ready for installation of 3 (Three) Nos. new 120 TR capacity each chiller unit package along with spare space for future expansion for one unit .

II. Buy back of dismantled old 6 Nos. 80 TR capacity each chiller units along with associated control system on ‘as is where is basis’.

III. Civil work required for the subject work (Enclosed drawing for plant reference purpose only) Ref. Drg. No.NFL/PL/16-17/03 & Drg. No.NFL/CL/16-17/03

IV. Erection and testing of all new 120 TR capacity chiller units, 300 TR capacity Cooling Tower CTI Certified twin cell (can be independently separate with isolation ) and 5000 ltr/hr Water Softening Plant along with its associated panel, gauges, valves, instruments, piping, etc as per the Manufacturer recommended procedure.

V. Hooking-up / tie-in of the new chiller package units with the existing HVAC system, along with insulation and commissioning of the system.

VI. To stream line & rerouting of condenser header water pipe line & chiller water header pipe line by extending / removing, shifting from its present position to the required position from the safety, operation, maintenance point of view as per requirement at site & also to reposition the newly commissioned York Make chiller Unit (120 TR) along with rerouting of its pipe line & other accessories.

VII. Painting of new & remaining existing pipe lines of the HVAC plant area as per colour codes with marking of IN & OUT arrow there on as per engineering practice.

VIII. Supply, Installation, testing, commissioning of new cooling tower 300 TR and hooking up with existing cooling tower piping network.

IX. Supply, Installation, testing & commissioning of new water FRP softening plant of minimum capacity 5,000 litres / hr and its associated motor, pipe, material electrical supply near the Cooling Tower area.

X. Installation, testing & Commissioning of new Electrical panel for the control of all the Cooling Tower Fan motors (including existing Cooling Tower fan motors) in the sub-station building near the Cooling Tower area.

XI. Installation of 400A MCCB in each unit including termination, laying and connection of cable and all other associated material (indications, multifunction meters, copper bus bar, insulator, thimble, C.T., cable tray, earth strip, cable glands etc. required in the existing module and up-to the new panel.

XII. Complete Installation, Testing & Commissioning of the newly up-gradation of HVAC Plant package.

XIII. Handing-over the duly commissioned plant to Owner. XIV. Supply of one set of spares as per details at Annexure – I (Note – 1). XV. One year comprehensive warrantee from the date of handing over of Commissioned plant.

Comprehensive warrantee includes all consumables (i.e. Oil, refrigerant, Spares, Labour etc).

XVI. To make the concrete flooring at ground level near the new cooling tower & in HVAC Plant intermediate space at same level for all the chillers, repairing of existing foundations to meet new chillers requirement as per standard Engineering practice (drawing enclosed for reference).

XVII. Underground water pipe line shall be with protective coating of FRP. Note – 1: Order for spares shall be placed separately on the successful bidder at an

appropriate time as mentioned in Annexure-I. However, price quoted for spares as mentioned in Annexure-I shall only be considered in evaluation of bid.

16

Validity of rates of spares shall be kept for one year after commissioning of supplied chiller Unit.

Note-2 : The required spares other than mentioned under annexure-I, shall not be considered for evaluation.

B.2 Bidder must ensure / submit compliance to the following requirements: I. The new Chilling Unit is to be inter-connected with the existing chilled water piping and

condenser water piping. II. Each New 120 TR Chilling Unit shall be made standalone and shall have the provision

for isolation from the HVAC system in case any maintenance / inspection job is to be carried out in future without affecting the operation of HVAC plant.

III. The new 300 TR Cooling Tower to be inter-connected with the existing supply & return water header. The new Cooling tower shall be made standalone and shall have the provision for isolation from the system in case any maintenance / inspection job is to be carried out in future without affecting the operation of HVAC plant.

IV. The new 5000ltr./ hrs Water softener plant to be inter-connected with the existing make up supply & cooling water make up line up to cooling tower. The new water softener plant shall be made standalone and shall have the provision for isolation from the system along with provision of bypass line. In case any maintenance / inspection job is to be carried out in future without affecting the operation of HVAC plant. The sample of water from the NFL CO NOIDA shall be analysed by the party /agency on their own cost.

V. Provide inspection services by OEM during warranty period as per preventive maintenance schedule.

B.3 For designing the new chiller package, bidder to consider the following:

Location I. Bidders must visit the site on any working day from 11 AM to 4.00 PM excluding

holidays & weekly off day before submitting the offer to study existing system and ascertain the space available for installation of new chiller units.

II. Existing HVAC system is located in Basement of the office building. Bidder is advised to understand basement access for Chiller units during the site visit. Any Civil works like wall or slabs opening / making good of same are in the scope of bidder. Any damages to walls, doors, equipment, Electrical panels, painting or any other items belonging to NFL during handling and installation shall be set right or repaired to the satisfaction of the NFL.

III. All pipe lines, header lines, structural frameworks, for support of various items of equipment shall be painted after the work is completed.

IV. The new Chilling Units shall be erected in the space where the old 80 TR chiller units are installed.

V. During visit, bidder is advised to establish the feasibility of installing the new chilling units in the space where the old 80 TR units are installed.

VI. Bidder shall submit an undertaking that they have visited the site and further confirm that the new chilling units shall be installed within the space utilized by the old 80 TR units only and performance of new chiller units will be satisfactory with the existing chillers & condenser water pumps.

VII. No deviation with regard to the space limitation / constraint shall be entertained.

17

VIII. Renovation / repair / strengthening of the existing foundations shall be in bidder’s scope. Existing configuration involves two chiller units on one single foundation slab. NFL intends to install all the new chilling units on one single foundation of suitable length.

IX. Shifting of main header chiller & water line and its hook up with the existing pipe line according to the requirement of offered machine in HVAC Plant room along with its associated valves at inlet/outlet line to low side & high side.

X. Bidder to ensure that after installation of the new chilling units, enough space shall be available for de-scaling of the exchangers during shutdown / maintenance.

C.1 Chiller Selection Parameter

Outdoor air design conditions

The outdoor air design conditions at NFL building have been furnished here under:

Temperature Dry bulb temperature Wet bulb temperature Summer 110 ° F (43.3 °C) 75 ° F (23.9 °C) Monsoon 95 ° F (35°C) 83° F (28.3 °C) Winter 45 ° F (7.2 °C) 41 ° F (5 °C)

Working Area design conditions

Summer & Monsoon Temperature db 75 ±2 of (24 ±1 °C) Relative Humidity Not to exceed 65 % during Monsoon For designing the new chiller package, bidder to consider the following:

Temperature of water entering condenser 35 deg C Temperature of water leaving the condenser 39 deg C Temperature of water entering Chiller (EWT) 12 deg C Temperature of water leaving the chiller (LWT) 7 deg C Fouling Factor of Chiller (water side)

Shall be as per AHRI STANDARD 550/590 LATEST EDITION ----DO------ However, bidder shall indicate in the bid the fouling factor taken into consideration for water side.

Fouling Factor of Condenser (water side)

Type of starter Star Delta Type of Refrigerant R134A Certification/(Standards) In accordance to AHRI

STANDARD 550/590 LATEST EDITION.

C.2 It shall be certified by OEM that the supplied Chillers have been manufactured in accordance with AHRI STANDARD 550/590 LATEST EDITION Water-Cooled Water Chilling Packages Using Vapour Compression Cycle Certification Program, which is in accordance to AHRI STANDARD 550/590 LATEST EDITION.

18

C.3 Bidder must submit following sheets along with bid which is in accordance with AHRI Standard 550/590 latest edition amended up to date:

1. Performance Sheet (as per Annexure – H) of offered Chiller at following Constant Condenser Entering temperatures:

(a) 26 Deg C. (b) 27 Deg C. (c) 28 Deg C. (d) 29 Deg C. (e) 30 Deg C. (f) 31 Deg C. (g) 32 Deg C. (h) 33 Deg C. (i) 34 Deg C. (j) 35 Deg C. (k) 36 Deg C.

2. Chillers need to be tested at site after commissioning as per OEM recommended procedure. Bidder needs to bring Flow meter and Power analyzer during the testing phase.

3. The performance during the testing shall be checked with submitted performance sheets. System shall be designed keeping in view of water quality available in Noida region.

4. The bidder shall ensure that necessary computer selection with model/catalogue suitable as per AHRI standard / design is attached with bid.

5. The C.O.P. of chillers should be Minimum 5.2 as per AHRI specified conditions.

C.4 Running in Tests

The system after commissioning and test run shall be handed over to NFL. Test Run shall be carried out for a period of 5 days subject to minimum aggregate of 8 hours continuous operation/running in a day. There after NFL will monitor the performance for standard parameters for 30 days continuously (During working of 10 hours). In case during this period the performance is not found satisfactory and rectification / replacement, design improvement or any other change as felt necessary, will be made by the Contractor at no extra cost, on getting written notice from NFL.

After successful demonstration of above running-in test, chiller package shall be taken over by the Owner subject to below mentioned Warrantee clause No. C.5. This date of taking over of plant after trouble free operation during the running in period shall be the date of acceptance. Warrantee period shall start from this date. Any loss of refrigerant or oil during the running-in period shall be made good by the Contractor free of charge.

Before handing-over the newly installed plant to Owner, bidder shall replenish the spares consumed, if any, during the running-in period.

C.5 Warrantee

Comprehensive on-site warranty for 12 Months from the date of issue of completion certificate.

The Contractor shall furnish the following Warrantee (from S. No. 1 to 4 below):

19

1 “We warrant that everything supplied by us including all components fitted into the equipment manufactured, shall be in all respect free from all defects and faults in material, workmanship and manufacture and shall be of the highest grade and quality to acceptable standards for all ordered materials and shall be in full conformity with all the specifications, drawings or samples, if any. We shall be fully responsible for its efficient performance. The complaints, workmanship, manufacturing defects or performance of any of the equipment or part/parts thereof shall be notified by fax within 12 months from the date of issue of such completion certificate".

2 The Contractor shall replace such of these parts including refrigerant which require replacement under these conditions free of cost. In addition, the Contractor shall be responsible for a period as mentioned above for any defect that may develop or appear under the conditions provided by the Contractor or use thereof arising from faulty material design or workman ship or faulty installation of the equipment by the Contractor but not otherwise and shall correct such defects immediately from the date of notification at his own cost when called upon to do so by NFL who shall state in writing in what respect the portion is faulty.

3 Any faulty component replaced or renewed under the clause shall also be guaranteed for a period of six months from the date of such replacement / renewal or until the end of the above mentioned warranty period whichever is later.

4 If defects in the components are not rectified within a reasonable time as mentioned in the written notice, NFL shall proceed to do so at the Contractor's risk and cost without prejudice to any other right thereof.

C-6: Performance Guarantees

The bidder shall guarantee for the performance as per guaranteed parameters indicated in enclosed Annexure-H.

D Technical specifications for equipments are enclosed as Annexure – C

E Special Terms & Conditions are enclosed as Annexure – D

F Bidder to submit the Technical particulars for the various equipments / machinery / items as per Performa enclosed as Annexure – E

G SPECIAL NOTES

a. Vendors shall examine the space identified for the plant room and confirm the same for installing the equipment taking into account the maintenance aspects.

b. Any exclusion/ deviations in the offers should be clearly brought out.

c. Termination of power cable to the panel board of chiller package will be part of supply / work.

d. The following items of work also include in scope of supply / work :

i. Civil works of any kind

ii. Electrical works of any kind.

iii. Any other item of work not specifically included in tender

e. For ease of maintenance, bidder shall provide the Victaulic arrangement. f. The Chiller Unit Manufacturer shall be OEM of Compressor also. Chiller and

compressor should be of same manufacturer or 100% subsidiary of same parent company.

20

TECHNICAL

SPECIFICATIONS

ANNEXURE – C

21

ANNEXURE – C

TECHNICAL SPECIFICATIONS

This specification deals with general information and criteria for supply, installation, commissioning & testing of New 120 TR Chilling unit (minimum actual capacity).

EXISTING SYSTEM

The specifications of Existing chilled water Pumps (5 Nos.) & Condenser water pumps (7 Nos.) are as under: Chilled water pumps

Pump make : Kirloskar Motor make : 3 Phase Star Delta Capacity : 22.0 l/s Head : 25 m Motor Rating : 10 HP RPM : 2900

Condenser water pumps

Pump make : Kirloskar Motor make : 3 Phase Star Delta Capacity : 22.0 l/s Head : 25 m Motor Rating : 10 HP RPM : 2900

In the existing HVAC System, common headers are for both chilled water & condenser water systems. Hooking up / Tie In of the new offered chiller Unit along with its isolation valves with the existing common chilled water & condenser water line is in bidder’s scope.

A WATER COOLED SCREW CHILLER PACKAGE:

A.1 General

Factory assembled, liquid chiller shall consist of mono / twin rotary screw compressor with initial oil and refrigerant operating charge, insulated Shell and tube Flooded water chiller, Shell and tube water cooled condenser, control and safety devices, motors, lubrication system, oil cooler, microprocessor based LCD control system and documentation required prior to start up. Compressor motor starter and local disconnected services units shall be mounted on the same frame, wired and tested by the chiller manufacturer. Chiller shall be charged with R134A refrigerant only. Chiller shall be factory tested as per AHRI STANDARD 550/590 Latest Edition. The unit shall be designed for maximum corrosion protection with all panels being of heavy gauge galvanized construction. The equipment shall also conform to the latest applicable IS/ASHRAE or its equivalent Standards. SPECIFICATIONS FOR CHILLER

(1) Factory Manufactured, Assembled, Run Tested and Certified by OEM in accordance to as per AHRI STANDARD 550/590 LATEST EDITION.

22

(2) Chiller to be shipped as a package, with refrigerant pre-charged in factory. Packing to be Suitable for sea freight in a container, (if imported).

(3) Chiller to have factory applied insulation on all the cold surfaces including chiller and refrigerant piping parts.

(4) Compressor should be direct driven without a gear drive. (5) Chiller should be manufactured keeping in mind frequent power outages in this part of

India (NOIDA). Chiller should be capable of at least three starts per hour. (6) Operating Voltage range (415 Volts +10%) (7) Frequency variation 50 Hz±3%. (8) Starter shall be Open / closed transition Star Delta starter, enclosure NEMA-I for indoor

application or as per OEM mfg. (9) Unit mounted Microprocessor control panel with LCD display with all ASHRAE

recommended functions and safety features. (10) In built PID Control to maintain the outlet CHW temperature within ±0.5 degree C. (11) Vessels shall be manufactured & tested in accordance to as per GB/ ASME or equivalent

International code / standard for unfired pressure vessels. (12) Step less capacity unloading from 100% to 30 % (or Vice-Versa). (13) Chiller shall be provided with OEM approved anti-vibration mounts. (14) The chiller shall be installed and commissioned under OEM’s supervision by

experienced commissioning engineer in presence of Owner. (15) In a package water-chilling machine, the chillers shall match the compressor capacity

for providing minimum actual capacity of 120 TR.at 35 deg.C & 39 degree C (condenser water inlet & Outlet temperature)

(16) The bidder shall submit the AHRI certified performance sheet computerised generated on tender conditions along with the bid. The same will be required for the offered chiller along with run-in test reports after ordering before dispatch.

(17) Separate sight glasses should be available in chiller unit to view refrigerant & oil level.

A.2 Compressors

a. Shall be horizontal, positive displacement helical, rotary, and semi hermetic type.

b. Shall be mono/ twin rotary screw compressor

c. Capacity control shall be via a hydraulically activated / automatic valve /slide or other proven and established method.

d. Compressor safeties shall include high compressor discharge temperature, high motor winding temperature, low oil pressure, reverse rotation, and high discharge pressure and/or any other safety as is prescribed by the manufacturer and is found necessary for safe/trouble free operation of the system.

e. Compressor shall be equipped with internal pressure relief to protect against over pressure. For compressors not equipped with internal pressure relief, the high side shall be protected with an external relief valve capable of passing the full load flow produced by the compressor.

f. The Chiller Unit Manufacturer shall be OEM of Compressor also. Chiller and compressor should be of same manufacturer or 100% subsidiary of same parent company. The certificate in this regard shall be submitted by the bidder.

g. Compressor shall be provided with a lubrication system to deliver oil under pressure to the bearings.

h. Sound level should not exceed 85DB at a distance of one meter.

23

i. Vibration level shall be as per ISO 10816 / OEM recommendation

Lubrication System

The lubrication system will ensure that the oil is distributed throughout the compressor. Oil separator and return system shall be designed to ensure that oil is adequately returned to the compressor and does not collect in the heat exchangers.

A.3 Chiller and Condenser

These heat exchangers shall be horizontal shell and tube type designed for efficient heat transfer with special refrigerant distributor. These heat exchangers shall be flooded type and designed for duty specified in the schedule of equipment. Shell shall be Carbon steel and Tubes shall be of seamless copper and not less than 19mm. dia. Tubes shall be removable without affecting the strength and durability of support OR causing any leakages in the adjacent tubes. Tubes shall be adequately supported to prevent vibration.

Specification for Chiller

1) The water chiller shall be horizontal, shell and tube type, designed constructed and factory tested for the refrigerant specified in the tender specifications.

2) Chiller shall be flooded type with two pass only, factory manufactured, assembled, run tested and certified by OEM as per AHRI STANDARD 550/590 Latest edition.

3) The Chiller shall be designed & tested as per ASME Std./ GB Std.

4) The tubes shall be of seamless, hard drawn copper with a minimum tube wall thickness of 1.0mm for plain tubes & minimum 0.63mm at the root of fins.

5) The tube diameter should not be less than 19mm.

6) The tubes shall be integrally Finned for flooded type chillers as per manufacturer’s design.

7) The tube shall be rolled into grooves in the tube sheets and flared at ends.

8) The chiller shall be smooth finished with one coat of zinc chromate primer before the insulation is applied.

9) The chiller shall be sand blasted from both inside (before insertion of tubes) & outside.

10) The Chiller shall be provided with removable heads on either side made of MS with neatly machined surface for effective jointing with the shell for easy accessibility for cleaning/replacement of the tubes. Suitable baffles shall be incorporated to achieve the required number of passes.

11) The chiller capacity shall match the maximum compressor capacity for providing minimum actual capacity of 120 TR. at design parameters.

The chillers shall be complete with the following accessories:

i) Refrigeration inlet and outlet connections ii) Liquid refrigerant float valves and liquid level indicator/Thermostatic / electronic

expansion valves iii) Pressure relief device. iv) Refrigerant shut - off valve. v) Water inlet and outlet connections. vi) Necessary drain valve, air vent, charging connection with valves. vii) Eliminator, distributor. viii) Proper oil returns system.

ix) Flow switch/pressure switch/differential flow switch/flow sensor in the water line(s)

x) Chillers shall be insulated as standard engineering practice.

24

xi) Water inlet and outlet connections with temperature sensors, differential pressure type flow sensor, drain valve, air vent valve, etc. as detailed under Micro-processor based control system

xii) The chiller capacity shall match the maximum compressor, condenser, evaporator capacity for providing minimum actual capacity of 120 TR. at design parameters.

CONDENSER

The condenser capacity shall match the maximum compressor capacity for providing minimum actual capacity of 120 TR. at design parameters.

The condenser shall be flooded type with( 2 pass only) shell and tube of water cooled type.

The tube shall be tested & designed according to ASME/GB Std. parameter Tube diameter shall not be less than 19 mm. The tubes shall be of seamless hard drawn copper and finned, unless otherwise

specified. The minimum wall thickness shall be 1.0 mm with root thickness of 0.63 mm below

the fins. The Condenser shall be provided with removable heads on either side made of MS

with neatly machined surface for effective jointing with the shell for easy accessibility for cleaning/replacement of the tubes. Suitable baffles shall be incorporated to achieve the required number of passes.

The condenser shall be provided with baffle arrangement for preventing direct impingement of hot gas over the tubes and to enable even distribution of the gas over the tubes bundles.

The condenser shall be sand blasted from both inside and outside. The Condenser shall be complete with the following accessories:

i) Hot gas inlet and liquid out let connection, relief valve, purge valve and refrigerant shut-off valve.

ii) The liquid line connection shall be provided with isolating valves iii) Water inlet and outlet connections with temperature sensors, differential pressure

type flow sensor, drain valve, air vent valve, etc. as detailed under Micro-processor based control system

iv) Differential flow switch / pressure switch/ flow switch/ flow sensor in the water lines(s).

EXPANSION VALVE

The refrigerant circuit will be equipped with necessary expansion device that allows precise refrigerant flow to evaporator including shut off valves, filters, drier, liquid side glass etc. as per manufacturer’s standard.

B CONTROL PANEL:

Microprocessor /LCD control based unit centre in a fully enclosed steel cabinet is required. Power and safety / operating controls shall be provided in separate compartments. The control centre shall provide all control and safety functions including start – up and shut down, leaving chilled water temperature control, compressor and expansion valve modulation etc. In addition, the control centre shall fully protect the compressor motor against overload during start-up and operation, phase unbalance or phase reversal, over / under voltage, etc. Vendor shall furnish in detail the complete capability of the control centre.

NEW COOLING TOWER PACKAGE OF 300TR. MINIMUM CAPACITY

25

o Supply, installation, testing and commissioning of Induced draft twin cell cooling towers in accordance with CTI Standards. The Cooling tower model shall be selected to suit site conditions and the tower should be CTI certified. Each cell should be capable of running independently.

o The cooling tower shall be of FRP construction, complete with sump, SS hardware and aluminium ladder, isolating switch & gear operated valve and other accessories to make it fully operational and maintainable.

o The maximum allowable sound power at a distance of 1 M from the fan shall be as per the standard. The cooling tower model shall be selected to suit site conditions.

o Entering water temp: 37 Deg C, Leaving water temp: 33 deg C.

o Water Flow rate: 1200 USGPM (600 USGPM per cell) (Based on NFL Noida condition (Site condition): Max WB 29 Deg. C, Approach of 4 Deg C).

o The Electrical control panel along with cable tray & MS support structure to control the C.T. Fans motors having the two input supply along with isolators with indication lamps, multifunction meter and five outgoing compartments having the ON & OFF indication lamp, ampere meter, start stop push button at panel end and stay put type emergency stop push button near the CT fan motors (3 Nos. For 10HP motors of Old C.T. Fans having star delta starter along with its associated control circuit )

WATER SOFTENING PLANT

C A water softening plant of minimum capacity 5,000 litres / hr near the Cooling Tower area along with suitable storage capacity for minimum 10,000 litres and associated accessories for supplying the softened make-up water should have the following technical specifications:

After softening of water treated water, Total hardness is to be less than 30 ppm at the OBR of 10 m3 and pH at 25 Deg C shall also be maintained between 6.5 to 8.

NOTE:-The sample of water shall be analysed by the party /agency at their own cost from the NFL CO NOIDA before submission of selection/ Guaranteed parameter .

D WATER PIPING:

This section deals with supply, installation of pipes, pipe fittings and gear operated valves, testing and balancing of all chiller / condensers, drain water etc. All piping, fittings and valves etc. shall conform to relevant Indian standards. The pipes, fittings and valves shall be of approved make.

Chiller / Condenser water pipes and drain water / make up water pipes shall be ‘C’ Class MS.

C.1 General

The pipe fittings for piping with welded joints shall be of weld-able quality. Also the fittings shall be suitable for same pressure ratings as for the piping system, bends shall be of heavy duty ready-made from the same dia. and thickness of pipe as per IS standards and having a centre in radius of at least 1.5times diameter of pipes. Fittings such as tees, reducers etc. shall be from the same pipe and at least of length twice the diameter of the pipe. The dead ends are to be formed with flanged joints and 6mm thick blank between flanges pair.

C.2 Flanges

26

All flanges shall be of carbon steel as per IS: 6392/71 (with latest amendments) & shall be slip on type welded to the pipes. Flanged thickness shall be to suit Class II pressure. 3 mm thick gasket shall be used in between the flanges. Flanged pair shall be used on all such equipments which are required to be isolated or removed for service for example condenser/chilled water pumps, chilling m/c. condenser, chiller etc.

C.3 Gear operated Butterfly Valves

Butterfly valves shall be ISI marked and of PN 16 rating as per IS 13095 preferably with fixed linear design to suit duty and flanges as per IS 6392 Table "E" Valves of sizes 32 mm and above diameter shall be made of cast iron close end body, cast iron epoxy coated disc. Nitrile Seat and SS 410 Stem with Teflon bush.

C.4 Balancing/Controller Valves

The balancing control and Gear operated shut off valves with built in facility for flow measurement shall be provided. The valves of sizes 32 mm to 65 mm dia. shall be of gun metal / cast iron construction with screwed ends angular design digital hand wheel with locking facility. Whereas valves of sizes 75 mm and above shall be of cast iron construction with internal parts of SS 410 and EPDM / nitrile seat with flanged ends. The test cocks should be long enough to protrude out of valve insulation. The Gear operated valves shall be designed for PN 16.

C.5 Installation Of Chilled / Condenser / Drain / Make Up Water Piping

All pipes shall be securely supported or suspended on stands, hangers, clamps etc. as required. The bidder shall design all brackets, saddles, anchors, clamps etc. & shall be responsible for structural adequacy. All pipe supports shall be of steel, coated with two coats of anti-corrosive paint and finally finished with paint.

The vertical risers shall run parallel to walls and should be straight to wall duly checked with plumb line. In case pipes with/without insulation while passing the wall / slab, shall be provided with sleeve 50mm higher in size than the pipe with / without insulation. Wherever insulated pipes are running, it should be supported in such a way that no undue pressure is exerted on the insulated pipe.

C.6 There should be minimum vibration / noise in the condenser/chilled water circuit due to water turbulence.

C.7 Pressure / Temperature Gauges

All Pressure / Temperature Gauges shall be provided with Isolation valves.

E MOTOR STARTERS

a. The type of starter to be used shall be as follows unless otherwise specified. Type of motor Starting current Starting method Squirrel cage motor upto 7.5 HP 600 % of full load current Direct on Line above 7.5 HP 250% of full load current Star/Delta.

b. All starters shall conform to IS 1882. The starter shall be enclosed in sheet metal enclosure or mounted inside the cubicle MCC which would be dust vermin proof etc.

c. All starters should be of voltage and frequency as specified. d. All starters shall have integral stop/start push button of international colour code. e. Contactors shall have number of poles as required for appropriate duty. Contacts could

be made of solid silver faced should be suitable for at least 40 contacts per hours. f. Starters shall be provided with thermal overload relay. g. Starters (star/delta) shall have adjustable timers. h. Terminal blocks with integral insulating barrier shall be provided for each starter. i. For squirrel cage motors DOL/Star-Delta/Soft starters shall be provided as specified

above. Starter shall be air break type compatible to the drive and driven equipment. j. Extra contact for interlocking purpose shall be provided in the starter.

27

F CABLES AND CABLING ACCESSORIES

All power and control cables (1.1 KV grade IS 1554 ) required for inter connection between various equipment under Bidders scope shall be included in the scope of work of this tender.

F CABLE TRAYS

Cable trays, tray support systems, fittings and accessories shall be fabricated out of mild steel free from flaws. The code trays shall be fabricated from slotted steel sheets. Cable trays, tray support systems, fittings, accessories and hardware shall be hot dip galvanized as per IS: 2629 and relevant clauses of this specification after cutting, drilling welding and other operations. Special fittings / accessories such as horizontal/vertical bends, tee's, cross reducer etc. shall be fabricated and galvanized. All hardwares like bolts, nuts, washers, etc. are also to be galvanized as required to complete the system in all respects. Cable trays shall have standard width of 100 mm, 150 mm, 300 mm, 450 mm and 600 mm. Each straight section shall be supplied in standard length of 2.5 or 3 meters.

Each unit length of cable trays offered shall include all necessary side coupler plates, hardware etc. The cable tray support system shall be designed such that it allows easy assembly at site of pre-fabricated factory galvanized components using mainly the bolting or clamping arrangement including anchor fasteners.

G MAKE OF MATERIALS

List of approved makes of materials ( Low side) Not for equipment (Chiller)

Sr. Description Make 1. Thermostats Honeywell/Johnson controls

2. Water piping up to 200 mm SAIL/ TATA C- Class (Heavy duty)

3. Water duty gear operated butterfly valve

Audco / Inter valve/KSB

4. Pressure Gauges Feibig /Emerald / H Guru

5. Industrial type thermometer (Brass casing)

Emerald / H Guru / Jaspin

6. Paints ICI / Asian / Jenson & Nicholson

7. Tar felt / Cprx compound Shalimar tar product

8. Air-Circuit Breaker L & T /Siemens / ABB/Alstom/Merlin Gerin

9. Power cable Cable Corporation of India / Finolex / Universal/Polycab

10. Control cable Cable Corporation of India / Finolex/Polycab

11. Voltmeter / Ammeter A.E./IMP/Rishab,/Enercon/Krycard

12. Switches L & T /Siemens

13. HRC Fuse and Fittings L & T /Siemens / Alsthom / Schneider

14. Current Transformer A.E. / Kappa / L & T

15. Contactors L & T / Siemens / Schneider

16. Starter L & T / Siemens / Schneider

28

17. Overload Relays L & T / Siemens / Schneider

18. Indicating Lights Siemens / L & T / Schneider

19. Selector / Toggle switch Kaycee / L & T

20. Time Delay Device Siemens / L & T

21. Single Phase Device L & T/Minilec

22. Vibration Isolators Dunlop/Resistoflex/Flexionics/ Kushiemount

23. Cooling Tower CTI Certified Advance/ Paharpur / Bell/Mihir

24. Water softening Plant of 5000ltr./Hr. capacity

ION Exchange /Thermax/Doshion

The Bidder shall indicate the specific make of material (any one of the make listed above) proposed to be used by them for the said work against each item.

Make of equipment / item, not specified above or change in make, shall be subject to NFL’s approval.

29

SPECIAL

TERMS & CONDITIONS

ANNEXURE – D

30

ANNEXURE – D

SPECIAL TERMS & CONDITIONS

1. SAFETY & INDUSTRIAL / LABOUR LAWS

a. The successful bidder shall comply with the provision of all laws including Labour laws, rules, regulations and notifications issued there under from time to time. All safety and labour laws enforced by statutory agencies and by NFL, NOIDA shall be applicable in the performance of this Contract and the Contractor shall abide by these laws.

b. The Successful bidder shall ensure regular and effective supervision / control of the personnel deployed by him and gives suitable direction for undertaking the contractual obligations.

c. The Successful bidder shall take all necessary measures to protect the personnel, work and facilities and shall observe all reasonable safety rules and instructions.

2. STANDARD and SPECIFICATIONS

a. All equipment and components supplied under the Contract shall have proven reliability and shall be designed, manufactured and installed to meet the specified and / or relevant international or national standards.

b. Whenever, a reference to any IS or BS specification or any standard or any regulation appears in these Tender Papers, the same shall be taken as a reference to the latest version of the said reference.

c. In case of any conflict between various specifications or statutory regulations, the most stringent conditions will prevail.

3. EVALUATION & ACCEPTANCE OF OFFERS

Financial evaluation shall be based on all inclusive lowest cost basis by considering the quoted prices as per the Schedule of Rates (SOR) format enclosed as Annexure – K.

For evaluation, as detailed in the format, the quoted buy-back price amount shall be deducted from the quoted prices of technically suitable bidders meeting the qualifying criteria.

If bidder does not quote for buy back, the same shall be considered as ‘zero’ for evaluation of bid.

4. SCHEME OF WORK

a. Within 7 calendar days of the issue of the letter of Intent (L.O.I.), successful bidder shall submit a detailed time schedule for carrying out each activity including the submission of design calculations, layout plan various schematic drawings, plan for execution of work, etc. Successful bidder should also submit the detailed scheme for carrying out the works including dismantling of old system, installation, testing of new system without affecting the operation of existing HVAC plant and hook-up / commissioning of new chiller package with the existing HVAC system.

b. The planning shall be finalized in consultation with NFL, NOIDA and got approved in writing before commencement of the work.

31

5. COMPLETENESS OF WORK

a. The bidder should be a total solution provider and shall cover the total scope of the Contract. The bidder shall ensure availability of all technical expertise, manpower resources, availability of spare parts, logistics support etc. and all the expenses incurred for the same will be borne by the Bidder.

b. Completeness of the EQUIPMENT/SERVICES shall also be the responsibility of the bidder. Any equipment, fittings and accessories which may not be specifically mentioned in the specifications or drawings, but which are usual or necessary for the satisfactory functioning of the equipment (successful operation and functioning of the EQUIPMENT being bidder’s responsibility) shall be provided by bidder without any extra cost.

c. Before quoting for the tender bidder should thoroughly survey the site.

d. Bidder must identify a senior level Manager for entire project execution, management and regular liaison / discussions.

6. QUALITY OF MATERIALS AND ERECTION

a. All materials used in the work shall be of the best quality and of the class most suited for the purpose specified. It is essential that manufacturer(s) from whom supply is arranged should have long experience of such materials.

b. All work carried out shall also be of the best quality acceptable to the NFL, NOIDA nominated officer, who shall have the power to reject any material or order for removal of any work done which in his opinion is faulty or insecure and the successful bidder shall replace the same to the satisfaction of NFL.

7. INSPECTION AND FINAL ACCEPTANCE

a. When the successful bidder completes the work, he should arrange with the NFL, NOIDA for inspection and testing of the material, equipment. Test results shall be recorded and installation accepted only after NFL is satisfied about its compliance with the requirements of the technical specifications. The scope of inspection and testing shall include any statutory inspection by the Government Inspector as well as inspection and calibration requirements of license or licensee’s engineers.

8. TOOLS AND SPARES

a. The successful bidder shall make his own arrangements for necessary tools and equipments not only during the period of commissioning and testing stage but also during transportation & handling of various materials/ equipments covered under this contract.

b. The bidder shall ensure availability of spares for a period of at least 10 years from the starting date of warranty period. Bidder shall furnish Indemnity bond for the same.

9. SALES & SERVICE SUPPORT

a. The manufacturer (OEM) of chiller should have sales & service support set up in NCR Region for taking care service related issues.

32

b. The bidder should submit along with bid details of service support set up like technical manpower etc.

10. WATER AND POWER

Water and Power for the subject assignment shall be provided by the Owner free of cost at one specific point in the Basement. However, bidder shall make own arrangement for extension of the utilities if required.

11. Completion Drawings(Final Drawings ) & Manuals

The Contractor shall submit as built drawing of chillers with two prints specifying details of all the parts of Chillers.

Contractor shall supply the following literature in two sets:

a) Supply, Installation,Start –up,Operation and maintenance instruction of screw compressor unit and its parts.

b) Operation & maintenance manual of electrical parts , like motor controllers, relays etc.

11. PRICES

a. Prices shall be on F.O.R. NFL CO NOIDA (A-11, Sector-24, NOIDA-201301 U.P.) basis

b. Prices shall be written both in words and figures. In case of any discrepancy the rates in words will prevail. Prices indicated by the bidder in the tender shall be lump sum, firm and fixed. No cost escalation will be allowed on any account.

c. The quoted rate shall include cost of all material, including cement structural and reinforcement steel, bitumen, tools, equipment/machinery, manpower etc.

d. The prices shall include all duties and taxes. However Taxes and duties applicable on each item should be mentioned separately.

e. The bidder shall indicate their rate in the schedule of rates (SOR) format enclosed. f. Bidder shall include in his quotation the cost of transportation, unloading, stacking

and storing of all types of materials for their work on the site and at the places approved by the site engineer.

g. The rates shall include all statutory taxes, duties, levies, Octroi, and turnover tax, work contract tax.

h. Transit insurance up to NFL, Noida site shall be borne by the bidder.

i. The insurance of personnel executing the subject work at site shall also be borne by the bidder.

12. TRAINING

Successful bidder shall arrange 2 day on-site training free of cost by a representative of the OEM, which shall take place before the system is operational. Detailed Operation & Maintenance manual shall also be provided before training is imparted to Owner’s personnel.

13. PAYMENT TERMS

I. For Supply (as per Schedule – A)

(i) 70% payable on receipt & acceptance of complete package at site along with requisite documents.

33

(ii) 15% payable on commissioning of chiller package including cooling tower & softening plant.

(iii)15% payable on successful completion of running-in period & guarantee test run.

Note: Payment against para ii & para iii may be made unit wise.

II. Erection, Testing, Commissioning & hook-up / tie-in of new chiller package/cooling tower/softening plant (as per Schedule – B)

(i) 70% payable on completion of old system dismantling, new system erection, testing & hook-up / tie-in of new system with the existing HVAC system.

(ii) 15% payable on commissioning of chiller package including cooling tower & softening plant.

(iii) 15% payable on successful completion of running-in period & guarantee test run.

Note: Payment against para ii & para iii may be made unit wise.

III. For associated works as per Schedule-C to hook-up / tie-in of new chiller package/cooling tower with the existing HVAC system/cooling tower

(i) 70% payable on completion of new chiller Unit at site on hook-up / tie-in of new system with the existing HVAC system on actual executed qty. basis executed as per SOR (Schedule-C).

(ii) 15% payable on commissioning of chiller package including cooling tower & softening plant.

(iii)15% payable on successful completion of running-in period & guarantee test run.

13.1 Payments shall be released within 30 days after submission of invoice along with supporting documents complete in all respects.

14. TIME SCHEDULE

Time is the essence of the Contract. The successful bidder to complete the entire job including but not limited to Supply, erection, testing & commissioning of new system and dismantling of old system within 4.5(Four & half) months from the issuance of LOI (letter of intent)/ Work order whichever is earlier.

The breakup of total time period of 4.5 months is as under:-

Three & half months for supply of chiller units at site. One month for the entire remaining jobs to line up / hook up, execution, commissioning job after handing over site for hook up .

Bidder to submit the detailed schedule including delivery of supply at site, dismantling of old chiller units and Erection, testing & commissioning of the new chiller units.

15. PRICE REDUCTION

15.1 DUE TO DELAY IN COMPLETION OF WORK

Completion period shall be essence of the contract and in the event of delay In completion beyond contractual completion period, damages @ 0.5 % per week or part thereof subject to maximum 5% of total order value (excluding taxes & duties) shall be recovered from contractor’s bills. Completion means, completion of the job in all respects and its acceptance by Owner.

15.2 FOR NOT MEETING THE PERFORMANCE GUARANTEE

34

The chiller supplier shall guarantee the stipulated quality of performance of the chillers. The guarantee shall be furnished in the proforma indicated in the Annexure – H enclosed.

It is to be clearly understood that the Specifications indicated represent minimum performance requirements for the bidder’s guidance.

This section describes the guaranteed parameter, which the chiller package must fulfil. The price reduction will be applicable for shortfall in guaranteed parameters.

Bidder shall at his own risk and cost, eliminate the defects to the satisfaction of owner. Bidder shall furnish guaranteed power consumption value as per Annexure – H enclosed with this specification during performance guarantee run.

15.3 CHILLER CAPACITY

Bidder shall guarantee 120 TR (minimum actual capacity as per Annexure-H).

The following liquidated damages will be applicable at the time of performance testing:

• In case of any variation from the submitted sheet for total power consumption every 2 KW increase or part thereof will attract a penalty of 1.0% of the Contract Value up to maximum of 5%.

• Damages @ 1% for every 1% less TR than the guaranteed TR capacity or part thereof subject to maximum 5% of total order value shall be Recovered from contractor’s bills

• No advantage shall be given for higher performance than the guaranteed.

Note: Overall price reduction shall be limited to 10% of the total contract value.

16. BUY BACK OF OLD 80 TR CHILLER UNITS

Buy Back of OLD 80 TR Chiller units only along with associated control system on “as is where is” basis shall be part of this tender. The bidder has to deposit Demand Draft of amount Equivalent to quoted value for buy-back considering applicable taxes (prevailing at that time) prior to taking out the old 80 TR chiller units.

If party does not quote to buy back the old chiller units along with removed pipe lines, the same will be considered zero for evaluation of bid.

17. INSTALLATION AND COMMISIONING

Installation and commissioning of the equipments has to be done as defined in the above sections. Bidder has to arrange all tools and equipments required for the installation and commissioning. After successful commissioning site cleaning and disposal of waste will be the responsibility of bidder. Any type of civil work involved in installation after completion of work will be done by bidder. This includes closing of all the openings by bricks etc duly plastering, distempering and any kind of repair work for wall, ceiling & floor as per site requirement.

18. COMPLETION DOCUMENTS

The following documents will be deemed to form the completion documents, as applicable:

(i) Operation & Maintenance manual including preventive maintenance schedule.

(ii) Three sets of as built drawings showing therein the modifications and corrections made during the course of execution of work, duly signed by the ENGINEER-IN-CHARGE.

(iii) Performance test certificate of Condenser & evaporator.

35

(iv) Pre-commissioning / Commissioning check list & procedure.

(v) List of recommended spares required for operation and maintenance.

(vi) Test run certificates at OEM works before dispatch

(vii) Warrantee Certificate

(viii) A Certificate from OEM certifying that supplied Chiller Machines are designed & tested in accordance to ASME/AHRI/GB Std. Such OEM certificate must bear the details w.r.t. condenser, evaporator & compressor.

(ix) Bill of Material.

19. CONTACT PERSON

Bidder shall provide the details of the Contact person including name, designation, contact number etc for holding discussions till finalization of the Contract.

20. AUTHORISED SIGNATUORY

The signatory of the bid shall be authorised person .The Authorisation letter is to be furnished along with bid documents.

21. BIDDER TO ENSURE SUBMISSION OF DOCUMENTS AS MENTIONED IN ANNEXURE-F.

36

TECHNO- COMMERCIAL

TERMS & CONDITIONS

ANNEXURE – E

37

Annexure - E

A. Implementation Schedule:

Time is the essence of the Contract. The successful bidder to complete the entire job including but not limited to Supply, erection, testing & commissioning of new system and dismantling of old system within4.5 (four & half ) months from the issuance of LOI (letter of intent)/ Work order whichever is earlier.

(The breakup of total time period of 4.5 months is as under).

Three & half months for supply of chiller units at site. One month for the entire remaining jobs to lining up / hook up, execution, commissioning job after handing over site .

Bidder to submit the detailed schedule including delivery of supply at site, dismantling of old chiller units and Erection, testing & commissioning of the new chiller units , one new 300 TR. new cooling tower and water softening plant along with its associated accessories.

B. TDS: Income Tax as per provisions of Income Tax Act and its amendments from time-to-time shall be recovered from your bills. TDS certificate shall be issued to you.

C. Other Terms & Conditions

1) Award of Contract will be made at the sole & absolute discretion of NFL, which shall not be disputed. Work Order issued on the basis of this tender will be called Contract. The terms and conditions as embodied in the contract shall be final and shall supersede any other terms and conditions that might have been indicated in the tender submitted by the tenderers. The terms & conditions given in the tender documents shall also form part of Work Order.

2) Cancellation of the contract: NFL reserves the right to cancel the contract, if services are found to be unsatisfactory without giving any explanation on this account.

3) Clear understanding: When a tenderer submits his tender in response to these tender documents, he will be deemed to have understood fully about requirements terms and conditions. No claim from tenderer shall be entertained whatsoever on the plea that the tenderer did not have a clear idea on any particular point and or a clause of the tender.

4) Assignment or Subletting of Contract: The successful tenderer shall not sublet or assign the contract or any part thereof or assign any rights or delegate any obligation there under without the prior written consent of NFL. Any breach of this condition shall entitle NFL to terminate the contract and the tenderer shall be solely responsible and liable for any loss or damage arising out of or ensuing from such termination. NFL reserves its right to recover the said losses or damages or charges and expenses incurred on this account in any manner whatsoever and from any dues payable to the tenderer or available with NFL. The permitted subletting of work by the tenderer shall not establish any contractual relationship between the sub-contractor and NFL and shall also not relieve the tenderer of any of his obligations under the contract.

5) Force Majeure: The terms and conditions agreed upon under the contract shall be subject to force majeure. Neither the tenderer nor NFL shall be considered in default in the performance of their obligations contained therein, if such performance is prevented or delayed or restricted or interrupted with by reasons of war, hostilities, revolution, civil commotion, strike, epidemics, accident, fire, floods, earthquake, regulation or ordinance or requirement of any government or any sub-division thereof or authority of representative of any such government and / or due to technical snag / reasons or any other act whatsoever whether similar or dissimilar to those enumerated, beyond the

38

reasonable control of the parties hereto or because of any Act of God. The party so effected, upon giving prompt notice to the other party shall be excused from such performance to the extent of such prevention, delay, restriction or interference for the period it persists provided that the party so effected shall use its best efforts to avoid or remove such causes of non-performance if possible and shall continue performance hereunder with the utmost dispatch whenever such causes are removed. Should one or both parties be prevented from fulfilling their contractual obligations by a state of force majeure lasting continuously for a period of one week, the two parties to the contract shall meet and decide about the future course of action for implementation of the contract.

6) Agreement: The successful tenderer shall be required to execute an Agreement on a non-judicial stamp paper of Rs. 100/- with NFL within ten days of receipt of the Letter of Intent. The agreement to be executed will be in the Agreement Performa (attached) to be specified by NFL. The cost of stamp paper will be borne by the tenderer.

7) Jurisdiction: Notwithstanding the place where the work under the contract is to be executed, it is mutually understood and agreed by and between the parties hereto that the contract shall be deemed to have been entered into at Delhi and all suits in respect of the contract shall be subject to the jurisdiction of the Courts at Delhi only.

8) Conciliation: At the first instance both the parties shall make efforts to resolve the disputes through conciliation as per the procedures laid down in the Arbitration and conciliation Act 1996 failing which disputes shall be referred to the arbitration as per the provision provided hereunder.

9) Arbitration

a) “Except where otherwise provided in the contract all matters, questions, disputes or

differences whatsoever, which shall at any time arise between the parties hereto, touching the construction, meaning, operation or effect of the contract, or out of the matters relating to the contract or breach thereof, or the respective rights or liabilities of the parties, whether during or after completion of works or whether before or after termination shall after written notice by either party to the contract be referred to the arbitration of Director or his/her nominee. The Arbitration & Conciliation Act, 1996 or any statutory modification or re-enactment thereof and the rules made there under shall govern the Arbitration proceedings.

The contractor hereby agrees that he shall have no objection if the arbitrator so appointed is an employee of NFL and he had to deal with the matter to which the contract relates and that in the course of his duties as such he has expressed his views on all or any of the matter in dispute or differences. If the arbitrator to whom matter is referred, vacates his/her office by any reason whatsoever then the next arbitrator so appointed by the authority referred above may start the proceedings from where his predecessor left or at any such stage he may deem fit.”

b) “It is agreed by and between the parties that in case a reference is made to the Arbitrator or the Arbitral Tribunal for the purpose of resolving the disputes/differences arising out of the contract by and between the parties hereto, the Arbitrator or the Arbitral Tribunal shall not award interest on the awarded amount more than the rate SBI PLR/Base Rate applicable to NFL on the date of award of contract.

10) Secrecy: Any information delivered or otherwise communicated by NFL to supplier in connection with the contract shall be regarded as secret and confidential and shall not

39

without the written consent of NFL be published or disclosed to any third party or made use of by the supplier except for the purpose of implementing the contract.

11) Laws governing contract: The contract shall be governed by the laws of Union of India for the time being in force.

12) Security Deposit cum PBG:

i. The successful tenderer shall require to furnish a security deposit cum PBG of the amount equivalent to 10% of the total contract value by way of Bank Guarantee from any Nationalized / Scheduled bank excluding Co-Operative Bank/ Gramin Bank in favour of National Fertilizers Ltd., for due and faithful performance of the contract within a period of 15 days from the date of award of the contract / LOI. The Bank Guarantee shall be valid till the period of 12 Months from the date of handover.

ii. The above deposit shall be deemed to be security cum PBG for the faithful performance of the contract and for the purpose of Section 74 of the Indian Contract Act 1872 and for the extension of that section. The contract shall be deemed to be borne / given by the tenderer for the performance of an essential duty.

iii. This security deposit cum PBG shall be refunded (or BG released) after three month of successful completion of Service period of one year and certification to that effect has been issued by NFL. It shall be lawful for NFL, if any differences or dispute are likely to occur, to defer payment of the security deposit or any portion thereof, which may be due for release until such difference and dispute, has been finally settled or adjusted.

iv. The security deposit cum PBG shall not bear any interest.

v. The tenderer shall submit the Security Deposit cum PBG / Bank Guarantee at Corporate Office of NFL.

vi. In the event of Termination of Contract, the “Security Deposit-cum-Performance Bank Guarantee / “Performance Bank Guarantee” shall be forfeited.

13) Claims: NFL shall be entitled to retain the amount, if any, of its claim against the successful tenderer, whether liquidated or un-liquidated arising out of the contract under reference or otherwise, however and set off the same pro-rata against any amount payable to the successful tenderer under the contract under reference, without prejudice and in addition to the other rights of NFL, to cover the amount of claim by other remedies, legally available.

14) Risk & Cost: If tenderer fails to perform the Contract in accordance with the terms and conditions of the Contract, NFL shall have the right to get the job done by any other agency at risk and cost of the tenderer plus 25% (Twenty Five Percent)

D. TERMINATION OF THE CONTRACT:

The Contract is liable to be terminated if the Tenderer:

i. Becomes bankrupt or insolvent or goes into liquidation (other than a voluntary liquidation for the purpose of amalgamation or reconstruction, in the case of a Company) or is ordered to be wound up or has a receiver appointed on its assets or execution or distress is levied upon all or substantially all of his/their assets or property on the works or

ii. Makes an arrangement with or assignments in favour of his/their creditors or agrees to carry out the contract under a committee or inspection of his/their creditors; or

iii. Abandons the work; or

iv. Persistently disregards the instructions of Engineer in contravention of any provision of the Contract; or

40

v. Fails to adhere to the agreed program of work; or vi. Assigns or sublets the work in whole or in part thereof without prior written consent of

NFL; or vii. Performance is not satisfactory; or

viii. Defaults in the performance of any material undertaking under the contract and fails to correct such default to the reasonable satisfaction of NFL within fifteen days after written notice of such default is provided to the Tenderer. Such termination will be by 15 (fifteen) days notice in writing and no claim/compensation shall be payable by NFL as a result of such termination.

ix. At any time, the tenderer makes default in proceeding with the works/job with due diligence and continues to do so after a notice in writing of seven (7) days from EIC/OIC.

x. If the tenderer obtains the contract with NFL as a result of ring tendering, or with illegal measures;

xi. Information submitted/furnished by the contract is found to be incorrect. xii. The above shall be without prejudice to NFL’s other rights under the law.

E. CONSEQUENCES OF TERMINATION

If the contract is terminated by Owner for reasons detailed above or for any other reasons whatsoever:

i. The owner shall reserve the right to get work completed at the risk and cost of the tenderer and to recover from the tenderer any amount by which the cost of completing the work by any other agency shall exceed the value of the contract without prejudice to any other remedies/rights/claims etc. that may be available to the owner.

ii. Performance Guarantee Bond/Security in any form submitted by the tenderer shall stand forfeited.

iii. The tenderer shall have no claim to compensation for any loss sustained by him by reason of having entered into any commitment or made any advances on account of or with a view to the execution of works or on account of loss of expected profits.

iv. All the dues payable to the tenderer for the work executed by him before and up to termination shall only be released after making adjustments for the expenses, charges, demands, expected losses etc. incurred by the owner as a consequence of termination of the contract.

F. RIGHTS OF NFL

A unilateral stoppage of work by the Tenderer shall be considered a breach of the contract and NFL reserves its right to take necessary and suitable action as it may deem fit, to adequately protect its interests; at the risk and cost of the Tenderer. Any aforesaid action shall be without prejudice to any other action, right and remedies etc. that may also be available to NFL.Opening of Tenders: The tenders will be opened in the presence of the Tenderers who may wish to be present. The Tenderers who are not in a position to make them present, their authorized representative may be present. The authorized representative shall submit written authorization issued by the Tenderer.

G. Incomplete tenders or tenders not accompanying the required details or tenders received late shall be summarily rejected without further reference whatsoever.

H. In case the tenderer has any relationship whether by blood or otherwise with NFL such relationship must be disclosed while submitting tenders.

I. Incorrect Information: In case any information submitted by the Tenderer in the tender is found incorrect, untrue or false or it is noticed during execution of the contract or prior to

41

award of the contract that any information having material bearing on the contract has been concealed by the tenderer, the owner shall have right to terminate/rescind the contract.

J. PRICE BIDS:

i) The Tenderers should quote the rates both in figure and words. In case of any discrepancy, rates quoted in words shall be applicable.

ii) When there is a difference between the rates in figures and words, the rates which correspond to the amount worked out by the tenderer shall be taken as correct.

iii) When the rate quoted by the tenderer in figures and words tallies but the amount is incorrect, the rate quoted by the tenderers shall be taken as correct.

iv) When it is not possible to ascertain the correct rate in the manner prescribed above, the rate as quoted in words shall be adopted.

K. Sister/group/associates Company/Concern The prospective Bidders having any common proprietor/partners/ Directors/managing Partners, etc. shall be considered as Sister/Group/Associates Company/Concern. In such cases, only one of them will be eligible for participation in the tender. Bidders have to submit a declaration on letter head along with the technical bid that:

a) No other Firm/Sister concern/Associate belonging to the same group is participating /submitting this tender.

b) That the bidders, their associates, Sister Concern, etc. have not been black listed by any institutional agency/Govt. Dept./Public Sector Undertaking in the last two years.

In case of concealment of any fact, if detected later on, such Bidders will be debarred from all future dealings with NFL as well as cancellation of their bid for this tender. L. LOADING CRITERIA:

The bidders must accept the terms and conditions stipulated in the NIT, failing which the bid is likely to be rejected at the sole discretion of NFL. However, NFL may at its sole discretion, accept bids having deviation to NIT terms and Conditions by adopting the following loading Criteria.

i.Offers received without EMD

EMD amount (absolute value) as required in NIT shall be loaded on landed cost of total offer Value.

ii. Payment Terms:

“Deviation in Payment Terms: NFL will not make any advance/progressive payments. In exceptional cases, advance/progressive payments can be agreed subject to payment of interest @ SBI PLR + 1% and submission of acceptable unconditional Bank Guarantee (BG from any scheduled Bank excluding Rural/Cooperative Banks.) of equivalent amount (including interest amount) as per ‘NFL’ format. The BG shall have sufficient validity, i.e., quoted delivery period + three months. The deviation in differential payment terms with respect to NIT clause shall be loaded as under for interest @ prime lending rate (SBI PLR) + 1% for the period: Interest calculation on progressive payment. Interest on Progressive payment shall be calculated on FOB/Ex-works price for the following period:

42

S. No. Payment Terms Period of loading.

1 Against Payment within 30 days Nil 2 Against bidder’s quoted payment

terms in % age, higher than that payment term % age mentioned NIT.

%age of loading shall be , for ex: {(Bidder’s offered payment terms %age – Tender document payment terms %age) X Total payable value under respective heads)} = Y Amount to be loaded = Y x Interest @ SBI PLR

Note: Boarding, Lodging and travel expenses to be borne by the successful bidder during the erection & commissioning of Design, manufacturing, dismantling, erection & commissioning of 120 TR chilling unit. M. Make Good Of Any Losses / Damages

It is under stood by the contract that in the event of any losses / damages caused to the owner (NFL) due to the reasons what so ever within his control and the same losses / damages are approved ,the Successful Bidder has to make good all the consequential damages / losses to the NFL without any protest and demurge the damages / losses shall be apart from other claims / damages to which the NFL is entitled under the contract or in the course of Law.

N. Compliance of existing laws of India

The Successful Bidder shall ensure that all formalities/permissions /licenses required are completed/complied under the existing law of India and amendments there of time to time for and in connection with this contract including engagement/employment of labourers.

O. Indemnity

The Successful Bidder shall indemnify NFL and keep indemnified for any loss or damage, cost or consequences that NFL may sustain, suffer or incur on account of violation of patent, trademarks, etc. by the bidder. The Successful Bidder shall always remain liable to NFL for any Losses (including, without limitation, any legal fees, costs, charges, demands, actions, liabilities expenses or disbursements incurred therein or incidental thereto) or damage (whether foreseeable or not)) suffered by NFL due to any technical error or negligence or fault on the part of the bidder, and the bidder also shall indemnify NFL for the same. The total liability of the selected bidder under this clause and contract shall not exceed the total contract value.

Q. Transit Insurance, Transportation and Deduction of statutory levies from

Transporters.

i) As the supplies shall be made on FOR DESTINATION basis, the transportation shall be arranged by the supplier at his own cost. The supplier shall be responsible for deduction of statutory levies if applicable in this case.

ii) Supplier at his own cost will arrange transit Insurance.

iii) Any change in statutory levies like Excise Duty / VAT / Sales Tax, Service Tax

and imposition of new statutory levies beyond the rates prevalent on the date of offer, shall be to NFL’s account, provided there is no delay in supply and deliveries are within the stipulated schedule. In case of delayed supplies / deliveries, any increase in statutory levies or new imposition of statutory levy will be to supplier’s / Contractor’s account. However, any decrease in such levies for the delayed supplies / deliveries shall be to NFL’s account.

43

SUMMARY

OF

DOCUMENTS TO BE SUBMITTED ALONG

WITH BID

ANNEXURE – F

44

Annexure – F Summary of Documents to be submitted along with Bid Sr. No.

List of Documents required at the time of submission of bid

Whether submitted or Not

Remarks

Undertaking by bidder that they have not been blacklisted by any Institutional Agency / Govt. department for participation in the tender & no other Firm / Sister Concern / Associate belongs to the same group in participating / submitting the tender for the job.

Yes/ No.

Copy of executed Work Orders for minimum Two (2) No. works / jobs in support of “TWO WORKS in INDIA during the LAST SEVEN YEARS ending 31.03.2016 for supply, installation, testing & commissioning of Chilling Unit of capacity NOT LESS THAN the offered capacity of 120 TR”.

Yes/ No

Copy of Performance Certificate from at least one of the Indian customers on their Company’s letter head in support of “The offered series / model / make of Chilling Unit of at least 120 TR capacity should have SATISFACTORILY PERFORMED during the LAST TWO YEARS ending 31.03.2016”.(clause No.3.3 page No.11 of NIT)

Yes/ No.

In case, bidder is not the original manufacturer of the equipment, following documents to be submitted: a) Authorization letter from the OEM specific to this tender clearly mentioning tender number for which authorization is being provided to Authorised dealer/distributor. b)A certificate in original, from the Original Equipment Manufacturer assuring backend support from OEM, specific to this tender, including OEM supervision during installation, testing and commissioning of the system and support during the warranty period.

Yes/ No.

Audited Balance Sheet for the financial year 2013-14 & 2014-15 ending 31st March’2015 & Un Audited Balance Sheet for the year ending 2015-16 ( 31 St March 2016)

Yes/ No.

NIT duly accepted , signed and stamped Yes/ No. Reference List containing name, address of the

organizations, contact person name with contact details, Contract value, duration of the contract, number of locations covered under each contract

Yes/ No.

Drawing required for plant layout Yes/ No. Blank signed format of un price bid Yes/ No.

. The bidder shall submit the the AHRI certified performance sheet on tender conditions along with the bid.The same will be required for the offered chiller after

Yes/ No.

45

ordering before dispatch at other temperature as per clause No.C-3 page No.15 of NIT

. Deviations, if any, submitted Yes/ No.

. Validity: Shall be 120 days from the date of opening of technical bid.

Yes/ No.

. Technical specifications, detailed technical catalogue, leaflets, literature, Designing of pipe line route layout & electrical, mechanical, civil foundation layout drawing .

Yes/ No.

. Cooling Tower CTI certified selection sheet at tender condition along with detailed dimensional drawing

Yes/ No.

. Undertaking that they have visited the site and checked, studied the HVAC Plant for the up gradation as per tender requirement

Yes/ No.

. NCR office of OEM (Sales & service centre) ,Manpower details, along with address & Ph. No.

Yes/ No.

. Submission of authorization Certificate for signing of bid.

Yes/ No.

. Indemnity bond from OEM for supplying of spare parts for the next 10 years.

Yes/ No.

. Contact person for this enquiry: - Name Designation , Ph. No. Fax. No. & Mail

Yes/ No.

. Blood relation certificate Yes/ No.

. Certificate of OEM of compressor & chiller Yes/ No.

. Photocopy of PAN & TIN Yes/ No.

. PF Registration Certificate, Service Tax Registration Certificate

Yes/ No.

. Implementation schedule including supplies Yes/No

. Acceptance of Integrity Pact Yes/ No                         

46

       

TECHNICAL DETAILS

OF

EQUIPMENTS / MACHINERY

ANNEXURE – G

47

Annexure – G

Technical details of Equipments & Machinery

Water Cooled Screw Chilling machine

Kindly Attach The Following: 1. OEM provided Computer Software Selection of the Unit along With Part Load

Performance at Reducing Condenser Water Inlet in accordance with ARI 550-590 2. Details of safeties and protection 3. Detailed functions of Microprocessor Controller

Chiller Feature

a) BMS Compatibility of the panel : (Modbus/Bacnet) b) Remote Monitoring of the chiller : (Yes/No) c) Electronic Expansion valve : Provided (Yes/No) d) External Sub Cooler Provided : (Yes/No)

Screw Compressor based Chilling Unit

a) Manufacture Name : b) Model : e) Type of Compressor : f) No. of Compressors per :

Machine g) Actual Capacity of each Compressor in TR :

h) Actual Capacity of each Chilling machine :

Operating Conditions h) Saturated Suction :

Temperature Deg. C. i) Saturated Discharge :

Temperature Deg. C. i) Max. RPM : j) Mode of start :

k) Refrigerant used : l) Qty. of Refrigerant used : m) Power consumption IKW/TR Considering ARI/AHRI relief At 100 % : 75 % : 50 % : 25 % or minimum : n) NPLV of the M/C At 100 % : 75 % : 50 % :

48

25 % or minimum : o) Type of capacity control :

p) Range of capacity variation : q) Monitoring Devices : r) Type of bearings :

MOTOR (COMPRESSOR) a) Make of Motor : b) Type of Motor : c) Motor KW : d) Class of Insulation : e) R.P.M. : f) Type of starter : g) Electrical characteristics

Voltage / Frequency : Fluctuations permissible

h) Full load current (Amp) : i) Starting current (Amp) :

j) Type of Vibration : Isolator for Rotary Screw Water chilling Machine recommended by manufacturer

CONDENSER

a) Manufacture Name : b) Model : c) Number of Condensers : d) Fouling Factor FPS : e) Heat rejection capacity :

Kcal / hr. f) Pressure Drop Mt. : g) Water flow rate (LPM) : h) No. of passes i) Water temperature in °C :

j) Water temperature out °C :

CHILLER a) Manufacturer Name : b) Model : c) Type of chiller : d) Water Flow LPM : e) No. of Passes : f) Water Temperature Out°C : g) Water Temperature In°C : h) Pressure Drop in Mt. of water : i) Cooling Capacity Kcal / Hr. : j) Fouling factor FPS : OVERALL SIZE OF WATER CHILLING MACHINE a) Overall dimensions MM :

49

b) Operating Wt. Kg. : c) Service Clearance required :

in meters

COOLING TOWER

a) Manufacturer Name : b) Model (CTI certified) : c) Type of Cooling Tower : d) Water Flow USGPM : e) Water Temperature Out°C : f) Water Temperature In°C : h) Pressure Drop in Mt. of water : g) Cooling Capacity Kcal / Hr. : h) Fouling factor FPS : i) Vibration : j) Motor specification details 1) make 2) type 3) insulation 4)Protection 5) Electrical characteristics

6) Dimensions detail 7) Size of twin cell 8) Size of frill, 9) Basin tank size & detail

Water softening Plant a) Manufacturer Name : b) Model, type & Capacity : c) Maximum flow rate (Ltr./hr) : d) Nominal Flow rate (Lt./hr.) : e) Maximum working pressure (kg/cm2) : f) Minimum working pressure (kg/cm2) : g) Type of media : h) Dia : i) Height on Stake (HOS) : j) Back wash Flow : k) Quantity of resin l) Quality of soft water m) One time bound for regeneration (OBR): n) Qty of Salt required per regeneration:

50

    

PERFORMANCE / GUARANTEED

PARAMTERS

ANNEXURE – H

51

ANNEXURE – H

GUARANTEED PARAMETERS FOR CHILLER

* to be filled by bidder

GUARANTEED PARAMETERS FOR COOLING TOWER

Wet bulb temperature: 29 deg.C

Sl. No. Description Parameter Value

1 Chiller Capacity 120 Tons of Refrigeration capacity (actual minimum capacity at design conditions detailed under scope of work

2 Chiller Water Inlet Temperature 12 °C

3 Chiller Water Outlet Temperature 7 °C

4 Condenser Water Inlet Temperature 35 °C

5 Condenser Water Outlet Temperature 39 °C

6 Condenser Water Flow (GPM) *

7 Chiller Water Flow (GPM) *

8. Power Consumption (KW/TR)

a) at 100% load b) at 50% load

*

9. Total Power Consumption (KW) *

Cooling Water Inlet Temperature 37 °C

Cooling Water Outlet Temperature 33 °C

Cooling Water Flow (USGPM) 1200 (600x2)

Cooling Water Approach 4 deg.C 4 deg C

52

GUARANTEED PARAMETERS FOR WATER SOFTNER PLANT

One time bound for recharging *

Make Up Water Outlet hardness 40-140ppm

Make Up Water Outlet hardness pH at 25deg.C (6.5-8 ppm)

Maximum Water Working Pressure (Kg./cm2) *

Minimum Water Working Pressure (Kg./cm2 *

53

SPARES PARTS

ANNEXURE – I

54

Annexure – I

LIST OF ESSENTIAL SPARES FOR SCREW CHILLERS

The above list for spares is tentative. Bidder to recommend any additional item for 2 years of trouble free operation based on his past experience along with the Quantity and unit price over and above the list provided.

Price quoted against the above listed spares shall be considered for evaluation of bid. Spares other than this list shall be considered as optional items.

Note: All the Bank charges shall be borne by the supplier. In case bidder does not fill up any amount against any item and leaves it blank or write N/A OR Puts – against any item of SOR. It shall be deemed that cost of such item(s)is included in any other item by the bidder elsewhere in the quoted price and bidder has to complete the entire work without extra cost.

Item Sr. No. (Description of spares )

Unit Qty.

1. Oil Filter along with o ring No. 2 2. Solenoid Valve along with O ring & gasket Set 2 3. Refrigeration Filter along with O ring set No. 2 4. Solenoid Valve 2 way No. 1 5. Solenoid Valve Coil No. 2 6. Heater 100 W No. 1 7. Control Transformer No. 1 8. LP Switch No. 1 9. HP Switch No. 1

55

BILL OF QUANTITIES (BOQ)

TOWARDS

ASSOCIATED WORKS INCLUDING SUPPLIES FOR

MECHANICAL, ELECTRICAL, CIVIL & OTHER JOBS FOR

INSTALLATION OF NEW CHILLER UNITS

ANNEXURE – J

56

ANNEXURE – J 

Tentative Bill of Quantities (BOQ) towards associated works including supplies for Mechanical, Electrical, Civil & other jobs for installation of new Chiller units  

Description Unit Proposed Qty.

A CHILLED WATER PIPING , VALVES & ACCESSORIES (Including Insulation)

1 CHILLED WATER PIPING (Including Insulation)

Supplying and fixing in position the following MS 'C' class heavy duty chilled water piping, cut to required length and installed with welded joints (USE RECTIFIER AS SPECIFIED), including all necessary fittings such as elbows, tees, flanges etc. and confirming to the specifications as detailed in the relevant chapter in the document. Pipes will be accepted in order of preference

Chilled water pipes shall be insulated with 32 mm thick nitrile rubber & aluminium cladding thereon and finished for chilled water piping.

Insulation specification and finishing material remains same for the valves and drain pipes as per specifications.

1.1 125mm dia RM 48 1.2 250mm dia RM 18 1.3 25 mm dia (for drain) RM 48

2 Supplying and fixing in position the following butterfly valves - PN 16 (with insulation)

125 mm dia gear operated butterfly valve PN16 No 6 250mm Gear operated butterfly valve PN16 No 1 3 Supplying and fixing of thermometer with gun metal valves No 6

57

4 Supplying and fixing of pressure gauge with gun metal valves No 6 5 Supplying & fixing of Sockets as test points No. 6 6 Insulated Manual Balancing Valves (water duty)PN16

Supplying and fixing in position the following manual balancing valves as per the specifications. (with insulation)

Insulated manual balancing valves as per the specifications. shall be of the approved make.

Supply, installation, test, adjust and commissioning of the following insulated manual insulated butterfly valves ,and submit the pressure flow chart for the following valves.

125mm mm dia No 3

10 AUTO AIR VENT

Supply, installation ,testing and commissioning of Auto Air vents,at the specified locations in the chilled water piping , alongwith isolation ball valves, as per approved makes.

Auto air vent with isolating ball valves (20 mm dia) No. 3 B CONDENSER WATER PIPING AND VALVES 1 Condenser water piping

Supplying and fixing in position the following MS Heavy class C Class Condenser water piping, cut to required length, and installed with welded joints, including all necessary fittings such as elbows, tees, flanges, nuts & bolts, gasket etc.

1.1 150mm dia RM 120 1.2 1.3 300mm dia RM 30 2 BUTTERFLY VALVES

Supplying and fixing in position the following butterfly valves -PN 16

58

2.1 150mm dia gear operated butterfly valve No. 6 2.2 150mm dia gear operated butterfly valve for C.T.Fan No. 4 3 BALANCING VALVES

Supplying and fixing in position the following balancing valves as per the specifications - PN 16

3.1 150mm dia No 3 7 Ball Valves

7.1 25mm dia. No 12 C ASSOCIATED ELECTRICAL WORKS

1

Design, fabrication, assembling, wiring, supply, installation, testing and commissioning of following LT panels fabricated out of 14 guage CRCA sheet steel in cubical formation with reinforcement of suitable size angle iron and channel T iron flats. All steel material used in the construction of panels shall undergo seven tank process before painting as per standards with 2 coats of red oxide primer and final approved shade of enamel paint. A solid busbar shall be provided at the bottom of the panel with two connecting eyes for termination. The boards shall be suitable for 415 volts, 50 Hz, 3 phase , 4 wire supply system. All the hardware used in the fabrication of the panel shall be galvanized with zinc passivation. The panel shall be compartmen-talized to accommodate one feeder in each compartment. A vertical cable alley of suitable width shall be provided to serve on or two vertical feeder sections. Also the opening between the busbar chamber and the feeder section shall be shrouded with Bakelite / hylam sheet with min.3 mm thickness. Control circuit Voltage 220V/240V ,single phase.

The panel drawing shall be approved before taking up the fabrication.

1.1 MCC-1 for Cooling tower 415 V+/-10% , as per elect. Std.35MVA Incoming 4 no. 200 amp MCCB along with suitable cable from sub. Stn MCC

59

0-500 volts voltmeter with SS with control fuses. (1set) 0-200 amp ammeter with SS and 800/5 CT's.(1set) Phase indicating lights with control fuses.(1set) Breaker ON/OFF/TRIP indicating lights.(1set) KW, Hz and power factor meter Outgoings

CT new 2 nos. 32 amp, TP MCCB, 25 KA with star delta starter along with amp. meter

CT old 3 nos. 32amp, TP MCCB, 25 KA with star delta starter along with amp. meter

2 nos. feeder 32 amp, TP MCCB, 25 KA with star delta starter /DOL along with amp. meter ( 2 Motors) then individual MCCB for motor ( According to manufacturer design.& specifications)

The base frame shall be 75 mm x 5 mm. Panel as described above: No. 1 3 Chiller MCCB in Electrical Panel

400 amp, TP MCCB & its associated wiring along with panel CT , modification , multi function meter ,overload protection for chiller . nos 3

3 CABLING (POWER )

3.1 Power Cabling and Earthing:

Supply, Installation, Testing & Commissioning of Aluminium conductor cables PVC insulated PVC sheathed, XLPE, armoured cable of 1.1KV grade with termination glands and GI earthing , identification tags , clamps , and saddles.

2.1.1 3.5Cx185 Sqmm RM 80

2.2 Supply, Installation, Testing & Commissioning of Copper cables PVC insulated PVC sheathed ,armoured cable with termination glands and GI earthing ,identification tags , clamps , and saddles.

2.2.4 3.5C x 6 Sqmm RM 200 2.2.5 4C X 1.5 sqmm RM 200

60

2.2.6 3.5 X 150 sqmm (from sub. Stn panel to CT Fan panel) RM 150 5 Cable Trays

5.1

Supplying, Installation, of GI cable trays of slotted angle iron construction (2mm thick),complete with clamps and suspension arrangement Electrical cable Tray at suitable height with MS support structure from sub. Stn to cooling tower structure, fan motor.

5.1.1 150mm wide RM 200

6 Local control panel for CTs ( Start/ Stop) No. 5 D Associated CIVIL works 1 Foundation for chillers cuM 7

2 Foundation for new 300 TR. cooling tower cuM 12

3 Concrete flooring at ground level for the new proposed cooling tower. Cu. M 10

4 trench digging & refilling for new proposed C. Tower cu.ft 2000

5 Earth Pit for CTs along with earth strip up elect. panel & GI earth strip 50x5mm. Nos. 2

7 Earth strip GI 50x5mm in size Mtr 100

NOTE: THE ABOVE LIST OF BOQ IS TENTATIVE. IN CONSULTATION WITH NFL, EFFORTS WILL BE MADE TO USE THE OLD VALVES/PIPINGS WHICH ARE IN GOOD CONDITION.

61

SCHEDULE

OF

RATES

(SOR)

ANNEXURE – K

62

ANNEXURE – K SCHEDULE OF RATES (SOR)

Sr. No. Description Amount in figures

Amount in Words

1. Supply of 120 TR Chiller units, 300 TR Cooling Tower and 5000 ltr/hr Water Softening Plant complete in all respect) as per SOR – A (enclosed)

2. Dismantling, Erection, Testing & Commissioning services as per SOR – B (enclosed)

3. Associated works including supplies for Mechanical, Electrical, Civil & other jobs for installation of new Chiller units as per SOR – C (enclosed)

4. Spares supply as per SOR – D (enclosed)

5. Buyback of old Chiller units as per SOR – E (enclosed)

GRAND TOTAL (1+2+3+4-5)

63

SCHEDULE OF RATES – A (SOR-A)

Schedule of Rates for Supply

Sr.No Description Unit/Qty. Unit price in rupees.

Amount in figures

Total Amount in

Words

1.

SUPPLY

Supply of 120 TR.(minimum actual capacity) New Chilling Unit along with associated instrumentation and controls as per tender specification but excluding pipe, pipe fittings.

Note: Above supply includes but not limited to all the items listed under Annexure – G enclosed with the tender.

3 No.

2. Supply of 300 TR Cooling Tower twin cell CTI Certified as per tender specification (excluding pipe, fittings etc.)

1 No.

3.

Supply , Installation , testing & commissioning of 5000 litre/hr Water Softening Plant along with its associated piping, tank, motor, starter with rain protective enclosure etc .(complete in all respect)

1 No.

4. P & F charges ( if any)

5. Custom / Excise duty @_________% including cess.

6. VAT@_________% / Sales Tax@______%

7. Total Cost of Supply Parts ( Including All Taxes & Duties) Sl. No. 1 to 6

64

SCHEDULE OF RATES – B (SOR-B)

Schedule of Rates for Services

Sr.No Description Lumpsum Rate

Amount in figures

Amount in Words

1.

SERVICES Dismantling (old 6 nos. chiller units), Erection, Testing & Commissioning of 3 Nos. new 120 TR. Chiller package including hooking-up / tie-in of new chiller package with the existing HVAC system (To be quoted in lumpsum considering one quantity).

2. Erection, Testing & Commissioning of One No. 300 TR capacity Cooling Tower

3. Erection, Testing & Commissioning of One No. 5000 litre/hr Water Softening Plant

4. Service Tax @ -----------%

5. Total Cost of Service Part ( Including All Taxes & Duties) Sl. No.1 to 4

65

SCHEDULE OF RATES – C (SOR-C)

Schedule of Rates for associated works including supplies for Mechanical, Electrical, Civil & other jobs for installation of new Chiller units as per Tentative Bill of Quantities Annexure – J

 

Description Unit Supply portion Services portion

Proposed Qty Rate/Unit Total supply cost Unit rate Total services cost

A CHILLED WATER PIPING , VALVES & ACCESSORIES (Including Insulation)

1 CHILLED WATER PIPING (Including Insulation)

Supplying and fixing in position the following MS 'C' class heavy duty chilled water piping, cut to required length and installed with welded joints (USE RECTIFIER AS SPECIFIED), including all necessary fittings such as elbows, tees, flanges etc. and confirming to the specifications as detailed in the relevant chapter in the document. Pipes will be accepted in order of preference

Chilled water pipes shall be insulated with 32 mm thick nitrile rubber & aluminium cladding thereon and finished for chilled water piping.

Insulation specification and finishing material remains same for the valves and drain pipes as per specifications.

1.1 125mm dia RM 48 1.2 250mm dia RM 18 1.3 25 mm dia (for drain) RM 48

2 Supplying and fixing in position the following butterfly valves - PN 16 (with insulation)

125 mm dia gear operated butterfly valve PN16 No 6 250mm Gear operated butterfly valve PN16 No 1 3 Supplying and fixing of thermometer with gun metal valves No 6

66

4 Supplying and fixing of pressure gauge with gun metal valves No 6 5 Supplying & fixing of Sockets as test points No. 6 6 Insulated Manual Balancing Valves (water duty)PN16

Supplying and fixing in position the following manual balancing valves as per the specifications. (with insulation)

Insulated manual balancing valves as per the specifications. shall be of the approved make.

Supply,installtion,test,adjust and commissioning of the following insulated manual insulated butterfly valves ,and submit the pressure flow chart for the following valves.

125mm mm dia No 3

10 AUTO AIR VENT

Supply, installation ,testing and commissioning of Auto Air vents,at the specified locations in the chilled water piping , alongwith isolation ball valves, as per approved makes.

Auto air vent with isolating ball valves (20 mm dia) No. 3 B CONDENSER WATER PIPING AND VALVES 1 Condenser water piping

Supplying and fixing in position the following MS Heavy class C Class Condenser water piping , cut to required length, and installed with welded joints, including all necessary fittings such as elbows, tees, flanges and FRP Insulation in under ground pipe etc.

1.1 150mm dia RM 120

1.3 300mm dia RM 30 2 BUTTERFLY VALVES

Supplying and fixing in position the following butterfly valves - PN 16

2.1 150mm dia gear operated butterfly valve No. 6 2.2 150mm dia gear operated butterfly valve for C.T.Fan No. 4

67

3 BALANCING VALVES

Supplying and fixing in position the following balancing valves as per the specifications - PN 16

3.1 150mm dia No 3 7 Ball Valves

7.1 25mm dia. No 12 C ASSOCIATED ELECTRICAL WORKS

1

Design, fabrication, assembling, wiring, supply, installation, testing and commissioning of following LT panels fabricated out of 14 guage CRCA sheet steel in cubical formation with reinforcement of suitable size angle iron and channel T iron flats. All steel material used in the construction of panels shall undergo seven tank process before painting as per standards with 2 coats of red oxide primer and final approved shade of enamel paint. A solid busbar shall be provided at the bottom of the panel with two connecting eyes for termination. The boards shall be suitable for 415 volts, 50 Hz, 3 phase , 4 wire supply system. All the hardware used in the fabrication of the panel shall be galvanized with zinc passivation. The panel shall be compartmen-talized to accommodate one feeder in each compartment. A vertical cable alley of suitable width shall be provided to serve on or two vertical feeder sections. Also the opening between the busbar chamber and the feeder section shall be shrouded with Bakelite / hylam sheet with min.3 mm thickness. Control circuit Voltage 220V/240V ,single phase.

The panel drawing shall be approved before taking up the fabrication.

1.1 MCC-1 for Cooling tower 415 V+/-10% , as per elect. Std.35MVA Incoming 4 no. 200 amp MCCB along with suitable cable from sub. Stn P MCC (2+2) 0-500 volts voltmeter with SS with control fuses. (1set) 0-200 amp ammeter with SS and 800/5 CT's.(1set) Phase indicating lights with control fuses.(1set) Breaker ON/OFF/TRIP indicating lights.(1set) KW, Hz and power factor meter Outgoings

CT new 1 nos. 32 amp, TP MCCB, 25 KA with star delta starter along with amp. meter

68

CT old 3 nos. 32amp, TP MCCB, 25 KA with star delta starter along with amp. meter

1 nos. feeder 32 amp, TP MCCB, 25 KA with star delta starter /DOL along with amp. meter ( 2 Motors) then individual MCCB for motor ( According to manufacturer design.& specifications)

The base frame shall be 75 mm x 5 mm. Panel as described above: No. 1 3 Chiller MCCB in Electrical Panel

400 amp, TP MCCB & its associated wiring along with panel CT , modification , multi function meter . nos 3

3 CABLING (POWER )

3.1 Power Cabling and Earthing:

Supply, Installation, Testing & Commissioning of Aluminium conductor cables PVC A PVC insulated PVC sheathed , XLPE, armoured cable of 1.1KV grade with termination glands and GI earthing , identification tags , clamps , and saddles.

2.1.1 3.5Cx185 Sqmm RM 80

2.2 Supply, Installation, Testing & Commissioning of Copper cables PVC insulated PVC sheathed ,armoured cable with termination glands and GI earthing ,identification tags , clamps , and saddles.

2.2.4 3.5C x 6 Sqmm copper RM 200 2.2.5 4C X 1.5 sqmm Copper RM 200 2.2.6 3.5 X 150 sqmm ( from sub. Stn panel to CT Fan panel) Aluminium RM 150

5 Cable Trays

5.1 Supplying, Installation, of GI cable trays of slotted angle iron construction (2mm thick),complete with clamps and suspension arrangement Electrical cable Tray at suitable height with MS support structure from sub. Stn to cooling tower structure, fan motor.

5.1.1 150mm wide RM 200

6 Local control panel for CTs ( Start/ Stop) No. 5 D Associated CIVIL works 1 Foundation for chillers Dismantling & fabrication of new foundation at level cuM 7

69

2 foundation for new cooling tower: Cu M 12

3 Concrete flooring at ground level for the new proposed cooling tower. cuM 10

4 trench digging and make good work for CT hooking with existing header cu.ft 2000

5 Earth Pit for CTs along with earth strip up elect .panel and its supported structure & GI earth strip 50x5mm. nos 2

6 Earth strip GI 50x5mm in size Mtr 100

E Applicable Taxes VAT/ Service Tax @ @

GRAND TOTAL (A+B+C+D+E)

  

NOTE:- Payment shall be released on the actual qty. & measurement basis. However the evaluation shall be considered for the proposed scheduled qty. Bidder to quote separately for supply portion as well as for services.

70

SCHEDULE OF RATES – D (SOR-D)

Schedule of Rates for Supply of Spares

SPARES

1. Supply of spares including but not limited to the items detailed under Annexure-I

Item Sr. No. (Description of spares )

Unit Qty. For supply part Unit rate Unit Rate in figures(Rs.)

In words Total Price

1. Oil Filter along with o ring No. 2 2. Solenoid Valve along with O ring & gasket Set 2 3. Refrigeration Filter along with O ring set No. 2 4. Solenoid Valve 2 way No. 1 5. Solenoid Valve Coil No. 2 6. Heater 100 W No. 1 7. Control Transformer No. 1 8. LP Switch No. 1 9. HP Switch No. 1

71

SCHEDULE OF RATES – E (SOR-E)

Schedule of Rates for Buy-back of old chiller units

Sr.No Description Unit/Qty. Rate per Unit

Amount in figures

Amount in Words

1.

BUY-BACK Buy back value of 6 (six) Nos. old 80 TR chiller unit & its structure along with associated control system. (Compressor , condenser , motor , evaporator, associated MS structure only)

Six (Lump-

sum)

2. Buy back of old removed MS pipe lines excluding piping/valves which are useable.

(Lump- sum)

3. VAT @____________%

4. Total Cost of buy back ( Including All Taxes & Duties) Sl. No.1 to3