e-tendering document for - RITES

239
E-TENDERING DOCUMENT FOR Construction and Development works of RITES RPO Building at Gomti Nagar, Lucknow Tender No. RITES/CP/TC/RPO/LKO/2021 Part–1 Technical Bid SECTION – 1 – NOTICE INVITINGTENDERS AND INSTRUCTIONS TO TENDERERS SECTION – 2 – TENDER AND CONTRACT FORM [DELETED] SECTION – 3 – SPECIAL CONDITIONS SECTION – 4 – SCHEDULE A TO F SECTION – 5 – TECHNICAL SPECIFICATIONS & LIST OF PREFERRED MAKES SECTION – 6 – DRAWINGS August 2021 RITES LTD. (Schedule ‘A’ Enterprise of Govt. of India) RITES BHAWAN-II, PLOT NO-144, SECTOR-44, GURGAON – 122003 HARYANA

Transcript of e-tendering document for - RITES

E-TENDERING DOCUMENT FOR

Construction and Development works of RITES RPO Building at Gomti Nagar, Lucknow

Tender No. RITES/CP/TC/RPO/LKO/2021

Part–1 Technical Bid

SECTION – 1 – NOTICE INVITINGTENDERS AND INSTRUCTIONS TO TENDERERS SECTION – 2 – TENDER AND CONTRACT FORM [DELETED] SECTION – 3 – SPECIAL CONDITIONS SECTION – 4 – SCHEDULE A TO F SECTION – 5 – TECHNICAL SPECIFICATIONS & LIST OF PREFERRED MAKES SECTION – 6 – DRAWINGS

August 2021

RITES LTD. (Schedule ‘A’ Enterprise of Govt. of India)

RITES BHAWAN-II, PLOT NO-144, SECTOR-44, GURGAON – 122003 HARYANA

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

1.0 GENERAL

1.1 Tender Notice to Section 1

Tenders are invited through E-Tendering system by RITES Ltd., a Public Sector Enterprise under the Ministry of Railways, from working contractors (including contractors who have executed works within the last seven years reckoned from the scheduled date of opening of tender) of Railways, CPWD, MES, DOT, RITES, State PWD or any other Central/State Government Department, Central/State Government Undertaking or their subsidiaries, Municipal Body, Autonomous Body of Central / State Governments or Public Ltd., Companies listed on Stock Exchange in India or Abroad or subsidiaries of such companies for the work of “Construction and Development works of RITES RPO Building at Gomti Nagar, Lucknow”

(Note: Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their derivatives are synonymous)

1.2 Estimated Cost of Work

The approximate estimated cost of work is Rs. 69.84 Crores (Rupees Sixty Nine Crores and Eighty Four Lakhs). The estimate is generally based on CPWD Delhi Schedule of Rates 2018 (may be read as DSR, 2019), duly enhanced by 11.86% and partly market rates for non-scheduled items (excluding the element of GST on Works Contract Service). This estimate however is given merely as a rough guide.

1.3 Time for Completion

The time allowed for completion will be 27 months from the date of start which is defined in Schedule F under Clause 5.1(a) of Clauses of Contract.

1.4 Brief Scope of Work:

RITES RPO Building will have office building of G+6 story ( may increase by two floors during execution) with double basement, internal electrification, fire suppression & detection systems, Lifts, solar power system, external development works includes UG tank, Road works, pathway & parking, Horticulture works, boundary wall, STP/ETP, Sub Station, External electrification works, HVAC work, ELV & Building management system etc., all the approvals from statutory authorities i/c GRIHA is also covered under the scope of work.

1.5 Availability of Site

The site for the work is available.

1.6 Deadline for submission of bids is 11:00 Hrs. on 06.09.2021

The Employer may extend the deadline for submission of Tenders by issuing an amendment in writing in accordance with Clause 6.3. The Employer may extend the deadline for submission of bids and/or the bid opening date and time, even otherwise, if it considers the same to be desirable / expedient. In case of such extension, all rights and obligations of the Employer and the Tenderer previously subject to the original deadline will be subject to new deadline. All Bidders are advised to see the website

https://etenders.gov.in/eprocure/app for extension of deadline for submission of tenders and/or the bid opening date.

CRITICAL DATA SHEET

Published Date 17:30 Hrs. on 12.08.2021

Bid Document Download / Sale Start Date 18:00 Hrs. on 12.08.2021

Pre-bid Query Receipt Start Time & Date 10:00 Hrs. on 13.08.2021

Pre-bid Query Receipt End Time & Date 11:00 Hrs. on 23.08.2021

Bid submission Start Date & Time 10:00 Hrs. on 27.08.2021

Bid submission End Date & Time 11:00 Hrs. on 06.09.2021

Bid Opening Date & Time 11:30 Hrs. on 07.09.2021

2.0 QUALIFICATION CRITERIA TO BE SATISFIED

2.1 The Qualification Criteria to be satisfied are given at Annexure I enclosed.

2.2 The Qualification Criteria to be satisfied will depend on the category of works, whether Small, Normal or Large. Small Works are those costing upto and including Rs. 3 Crore, Normal Works are those costing above Rs. 3 Crore and up to and including Rs. 100 Crore each and Large Works are those costing more than Rs. 100 Crore. The work for which the Tender is being invited falls under the category of Normal.

2.3 The Qualification Criteria to be satisfied will also depend on whether the Work falls in Normal area or difficult area. Difficult area includes North East States, Jammu & Kashmir, Ladakh, Andaman & Nicobar Islands and the 60 districts requiring Integrated Action Plan of Government of India (List available at Annexure X). Normal area covers all areas other than difficult area. The work for which this Tender has been invited falls under Normal area.

2.4 In this tender Joint Venture is not allowed.

2.5 The documents to be furnished by the Bidder to prove that he is satisfying the qualification Criteria laid down should all be in the Bidder’s name, except in cases where through the name has changed, the owners continued to remain the same and in cases of amalgamation of entities.

3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON QUALIFICATION CRITERIA

3.1 The information to be furnished and the documents to be enclosed shall be as per Clause 28.0 hereinafter. Documents/information complete in all respects, in support of meeting the Qualification Criteria should be submitted in one go. Submission of additional documents shall not be permitted. Only clarifications and filling of gaps/missing information in the submitted documents, may be permitted.

4.0 CONTENTS OF TENDER DOCUMENT

4.1 Each set of Tender or Bidding Document will comprise the documents listed below and addenda issued in accordance with Clause 6:

PART-1: - Technical Bid Packet

(Read with Correction Slip Nos. NIL)

Section 1 Notice Inviting Tender and Instructions to Tenderers including Annexures

Section 2 Tender and Contract Form [DELETED] Section 3 Special Conditions Section 4 Schedules A to F Section 5 Technical Specifications & List of Preferred makes Section 6 Drawings

PART-2: - FINANCIAL BID PACKET

Schedule of Quantities (Bill of Quantities)

PART-3: - General Conditions of Contract, July 2019

(Read with Correction Slip Nos. 1 to 10)

Section 7 Conditions of Contract Section 8 Clauses of Contract Section 9 RITES Safety Code Section 10 RITES Model Rules for Protection of Health and Sanitary

Arrangements for Workers Section 11 RITES Contractor’s Labour Regulations

4.2 Part-3: General Conditions of Contract (Compilation of section 7 to 11) as also Correction Slips to GCC are available on RITES website www.rites.com under the link ‘Tenders’.

4.3 Part-3 of the tender, i.e., General Conditions of Contract (Compilation of Section 7 to 11) is not uploaded as a part of this tender document because as stated in sub-clause 4.2 above, the same is available separately on RITES’ website and can be seen/downloaded from there. The bidder need not submit/upload Part 3 of the tender as a part of his offer. So far as Part-1 is concerned, the bidder is required to submit/upload only the documents mentioned in Clause 28.0 of Section 1 thereof. Rest of the Part-1 need not be uploaded. The bidder must, nevertheless, read the same. It shall be presumed that the bidder has read the contents of Part 1: Technical Bid Packet and Part 3: General Conditions of Contract and upto

date Correction Slips thereto and the same will be binding upon him. The successful bidder will be required to sign the complete tender document i.e., Part 1, Part 2, Part 3 and Correction Slips, if any, thereto.

5.0 INSTRUCTIONS ON ACCESSING/PURCHASING OF BID DOCUMENTS AND SUBMISSION THEREOF

5.1 To participate in the E-Bid submission for RITES, it is mandatory for the bidders to get their firms registered with E-Procurement Portal https://etenders.gov.in/eprocure/app

5.2 The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.

5.3 REGISTRATION

a) Bidders are required to enrol on the e-Procurement module of the Central Public Procurement Portal (URL: https://etenders.gov.in/eprocure/app) by clicking on the link “Online Bidder Enrolment” on the CPP Portal which is free of charge.

b) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.

c) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

d) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India with their profile.

e) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.

f) Bidder can log in to the site through the secured log-in by entering their user ID/Password and the password of the DSC/e-Token.

5.4 SEARCHING FOR TENDER DOCUMENTS

a) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.

b) Once the bidders have selected the tenders they are interested in, they may download the required documents/tender schedules. These tenders can be moved

to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS/E-mail in case there is any corrigendum issued to the tender document.

c) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification/help from the Helpdesk.

5.5 PREPARATION OF BIDS

a) Bidder should take into account any corrigendum published on the tender document before submitting their bids.

b) Bidder is advised to go through the tender advertisement/NIT and the tender document carefully to understand the documents required to be submitted as part of the bid. Bidder may please note the number of covers in which the bid documents have to be submitted, the number of documents – including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

c) Bidder, in advance, should get ready the bid document to be submitted as indicated in the tender document/schedule and generally, they can be in PDF/XLS/RAR/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.

d) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN Card copy, Annual Reports, Auditor Certificates etc.) has been provided to the bidders. Bidders can use “My Space” or “Other Important Documents” area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

5.6 SUBMISSION OF BIDS

a. Bid can be submitted only during validity of registration of bidder with CPPP E-Procurement Portal.

b. Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

c. The Bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

d. Bidder has to select the payment option as “offline” to pay the cost of tender document and EMD as applicable and enter details of the instruments.

e. Bidder should prepare the financial instruments of the Cost of Tender Documents and EMD as per the instructions specified in Clause 7.0 (f) hereinafter. The original should be posted/couriered/given in person to the concerned official, so as to reach him within a week from the date of opening. The details of the DD/any other accepted instrument, physically sent, should tally with the details available

in the scanned copy and the data entered during bid submission time. If the date of issue of DD/any other accepted instrument, physically sent, is on or before the bid submission end date, the same shall also be accepted even if the details are different from the scanned copy uploaded along with the bid. Otherwise, the uploaded bid will be rejected.

f. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BOQ format with the tender documents, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BOQ file, open it and complete the Sky Blue coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BOQ file is found to be modified by the bidder, the bid will be rejected.

g. The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

h. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 Bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys.

i. The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

j. Upon the successful and timely submission of bids (i.e. after clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid ID to the bid. A bid summary will be displayed with the bid ID and the date & time of submission of the bid with all other relevant details.

k. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. The acknowledgement may be used as an entry pass for any bid opening meetings.

5.7 ASSISTANCE TO BIDDERS

a) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Help Desk Number 0120-4200462, 0120-4001002, 0120-4001005, 0120-6277787, E-mail id: [email protected]

b) Bidders information useful for submitting online bids on the CPP Portal may be obtained at: https://etenders.gov.in/eprocure/app?page=BiddersManualKit& service=page

c) It is mandatory for all bidders to have Class-III Digital Signature Certificate (DSC) in the name of the person along with name of Company who will digitally sign the bid from any of licensed Certifying Agency (CA). Bidders can see the list of licensed CAs from the link https://www.cca.gov.in

d) Bidder shall ensure use of registered Digital Signature Certificate (DSC) only and safety of the same.

e) In case the Digital Signature Certificate (DSC) holder who is digitally signing the bid and the person having Authority to Sign as per Clause 11 are different, even then all the terms and conditions of the tender document will be binding upon the bidder.

5.8 CLARIFICATIONS ON TENDER DOCUMENTS

A prospective Tenderer requiring any clarification on the Tender Document may notify through queries, on line only within the specified period (refer clause 1.6-Critical Date Sheet hereinbefore) Request for clarifications including request for Extension of Time for submission of Bid, if any, must be received not later than 10 (ten) days prior to the deadline for submission of tenders. Details of such queries raised and clarifications furnished will be uploaded in CPP website https://etenders.gov.in/eprocure/appwithout identifying the names of the bidders who had raised the queries. Any modification of the Tender Document arising out of such clarifications will also be uploaded on CPP website.

6.0 AMENDMENT OF TENDER DOCUMENT

6.1 Before the deadline for submission of tenders, the Tender Document may be modified by RITES Ltd. by issue of addenda/corrigendum.

6.2 Addendum/Corrigendum, if any, will be hosted on website https://etenders.gov.in/eprocure/app and shall become a part of the tender document. All tenderers are advised to see the website for addendum/corrigendum to the tender document which may be uploaded up to 7 days prior to the deadline for submission of tender as finally stipulated.

6.3 To give prospective tenderers reasonable time in which to take the addenda/corrigenda into account in preparing their tenders, extension of the deadline for submission of tenders may be given till one day before bid submission end date and time as considered necessary by RITES. All tenderers are advised to see the website for extension of deadline for submission of tenders.

6.4 Tenderer who has downloaded the tender from Central Public Procurement Portal (CPPP) website https://etenders.gov.in/eprocure/app shall not tamper/modify the tender form including downloaded Price Bid Template in any manner. In case if the same is found to be tampered/modified in any manner, tender will be completely

rejected and EMD would be forfeited and tenderer is liable to be banned from doing business with RITES Ltd.

7.0 PREPARATION AND SUBMISSION OF BIDS

(a) Part-1 and Part-2 of tender document may be downloaded from CPPP and Part-3 from RITES website https://www.rites.com under the link ‘Tender’ – ‘RITES GCC for Works July 2019’ well before the deadline for submission of bids. The bids (Part-2 only) alongwith the information and documents specified in Clause 28 hereinafter shall be submitted online following the instructions appearing on the screen. Documents specified in Clause 28 of Section 1, Part-1 are required to be uploaded along with Part-2 (Financial Bid); the rest of Part-1 and the whole of Part-3 of the tender document need not be submitted online but it shall be deemed to have been submitted. Users are requested to map their system as per the System settings available on the link https://etenders.gov.in/eprocure/app?page=BiddersManualKit&service=page on the CPP portal.

(b) After downloading/getting the tender document/schedules from https://etenders.gov.in/eprocure/app the Bidder should go through them carefully and then submit the documents as asked, otherwise bid will be rejected. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidders are advised that prior to bid submission they should read the bid submission manual available on CPP Portal https://etenders.gov.in/eprocure/app?page=BiddersManualKit&service=pagewebsite

(c) Bidders may ensure that all the pages of the documents mentioned in Clause 28 must be signed & stamped by authorised signatory and serially numbered. In case, it is found that bidder has not complied with the same, the documents shall be deemed to be signed and stamped as this is a digitally signed e-tender.

(d) The bids shall be submitted online following the instructions appearing on the screen. Bidders may insert their e-Token/Smart Card in their computer and Log onto CPP portal https://etenders.gov.in/eprocure/app using the User-Id and Password chosen during registration. Then they may enter the password of the e-Token/Smart Card to access the DSC.

(e) Prior to bid submission, bidder should get ready with the documents to be uploaded as part of the bid as indicated in the tender document/schedule. Generally, they can be in Excel/PDF/RAR/JPG formats. No other format is accepted. If there is more than one PDF document, then they can be clubbed together in a Zip file for uploading. There is no limit for uploading file. Bids shall be submitted online only at CPP website https://etenders.gov.in/eprocure/app

Tenderer/Contractor are advised to follow the instructions provided in the ‘Instructions to the Contractors/Tenderer for the e-submission of the bids online through the Central Public Procurement Portal for e procurement at https://etenders.gov.in/eprocure/app

Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.

Intending tenderers are advised to visit CPPP website https://etenders.gov.in/eprocure/app till the specified date and time of opening of tender to check if there is any extension of deadline of submission of tender.

(f) Cost of Tender Document & Earnest Money Deposit (EMD)

During bid submission the bidder has to select the payment option as offline to pay the Cost of Tender Document and EMD and enter details of the instruments. In case of exemption from payment of cost of tender document and EMD as a matter of Govt. Policy, the scanned copy of document in support of exemption will have to be uploaded by the bidder during bid submission. In case the bidder is registered as a vendor under the category of Micro, Small and Medium Enterprises (MSME), he must state his Udyog Aadhar Memorandum (UAM) number as registered on CPPP. The onus of proving that the bidder is exempted from payment of cost of tender document and/or EMD lies on the bidder. In this connection, it should be noted that mere opening of bid does not mean that the bid has to be considered by RITES as a valid bid. If later, it is discovered from the uploaded documents that bidder is not exempted from payment of cost of tender and/or EMD, his bid shall be treated as non-responsive. It may be noted that the benefits under Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 are applicable to Only Supply and Service Contracts.

i. Cost of Tender Document: The Cost of Tender Document is Rs. 18000/- (Rupees Eighteen Thousands only) which is non-refundable. It shall be in the form of a Banker’s Cheque/Pay Order/Demand draft favouring “RITES Ltd.” issued by a scheduled Commercial Bank, payable at Gurgaon/Delhi. No other mode of payment will be acceptable.

ii. Bid Security Declaration – The bidders/tenderers shall submit Bid Security Declaration as per Annexure XI hereinafter along with the Bid Documents.

Any tender not accompanied by Bid Security Declaration shall be rejected out rightly.

Bidders are required to upload scanned copy of acceptable instrument for Cost of Tender document (Either in PDF or Zip format) during on-line submission of Bid. Physical copy of Bid Security Declaration and acceptable instrument for Cost of Tender document shall be deposited in “ORIGINAL” in a sealed envelope within a week from the date of opening to:

Assistant Manager/CP/Tender Cell RITES Limited, 3rd Floor, RITES Bhawan – II, Plot No. 144, Sector 44, Gurgaon - 122003

Failing which the bid shall be rejected and the bidder shall be debarred from tendering in RITES Ltd. for a period of 02 (two) years unless the lapse is

condoned by the Accepting Authority at the request of the bidder for valid reasons. The envelope should bear the tender details (Tender No., Tender Name etc.)

(g) The bid should be submitted online in the prescribed format. No other mode of submission is accepted.

(h) Bid shall be digitally signed by a representative of the bidder and submitted “on-line”. No hard copy of the documents (except those specifically asked for in the tender document) is required to be submitted.

(i) The bidders will have to accept unconditionally the online user portal agreement which contains the Terms and Conditions of NIT including General and Special Terms & Conditions and other conditions, if any, along with on-line undertaking in support of the authenticity regarding the facts, figures, information and documents furnished by the bidder on-line in order to become an eligible bidder.

(j) The bidder has to digitally sign and upload the required bid documents one by one as indicated. Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and pages of the tender/bid document including terms and conditions without any exception and have understood the entire document and are clear about tender requirements which will be binding upon the bidder.

(k) The bidders are requested to submit the bids through online e-tendering system before the deadline for submission of bids (as per Server System Clock displayed on the portal). RITES will not be held responsible for any sort of delay or the difficulties faced during online submission of bids by the bidders at the eleventh hour.

(l) The bidder may seek clarification online only within the specified period. The identity of bidder will not be disclosed by the system. RITES Ltd. will clarify the relevant queries of bidders as far as possible. The clarifications given will be visible to all the bidders intending to participate in that tender. The clarifications may be asked from the day of “Pre Bid Query Receipt Start Date and Time” till “Pre Bid Query Receipt End Date and Time”.

8.0 TENDER VALIDITY

8.1 The Tender shall be valid for a period of 90 days from the due date for submission of Tender or any extended date as indicated in sub para below.

8.2 In exceptional circumstances, during the process of evaluation of tenders and prior to the expiry of the original time limit for Tender Validity, the Employer may request that the Tenderers may extend the period of validity unconditionally for a specified additional period. The request and the tenderer’s response shall be made in writing/ e-mail. A Tenderer may refuse the request without forfeiting his Earnest Money. A Tenderer agreeing to the request will not be permitted to modify his Bid but will be required to extend the validity of the Earnest Money for the period of the extension.

9.0 EARNEST MONEY / BID SECURITY

9.1 The bidders/tenderers are not required to deposit Earnest Money along with the Bid documents. In place of Earnest Money, it is mandatory that the bidders/tenderers shall submit Bid Security Declaration as per annexure XI hereinafter along with the Bid Documents.

9.2 Any tender not accompanied by Bid Security Declaration shall be rejected out rightly.

9.3 Refund of Earnest Money - Not Applicable

The Earnest Money of the Tenderers whose Technical Bid is found not acceptable will be returned without interest soon after scrutiny of Technical Bid has been completed by the Employer subject to provisions of Clause 9.4 (b). The Earnest Money of the Tenderers whose Technical Bid is found acceptable but who are neither the lowest nor the second lowest will be returned without interest within 07 days of opening of Financial Bid. The Earnest Money of the remaining unsuccessful bidders will be released within seven days of the Accepting Authority’s decision on acceptance or otherwise of the tender subject to provisions of Clause 9.4 (b). The bidder shall submit RTGS/NEFT Mandate Form as per Performa given in Annexure VII, dully filled in.

9.4 The Earnest Money is liable to be forfeited - Not Applicable

(a) if after bid opening, but before expiry of bid validity or issue of Letter of Acceptance, whichever is earlier, any Tenderer

i. withdraws his tender; or

ii. makes any modification in the terms and conditions of the tender which are not acceptable to the Employer

(b) in case any information/document which may result in the tenderer’s disqualification is concealed by the Tenderer or any statement/information/document furnished by the Tenderer or issued by a Bank/Agency/Third Party and submitted by the tenderer, is subsequently found to be false or fraudulent or repudiated by the said Bank/Agency/Third Party.

(c) in the case of a successful Tenderer, if the Tenderer

fails to furnish the Performance Guarantee within the period specified under Clause 1 of “Clauses of Contract” or

fails to commence the work without valid reasons within the period as specified in Schedule F after the date of issue of Letter of Acceptance or from the first date of handing over of the site, whichever is later.

In case of forfeiture of Earnest Money as prescribed hereinabove, the Tenderer shall not be allowed to participate in the retendering process of the work.

10.0 MODIFICATION/ SUBSTITUTION/ WITHDRAWL OF BIDS

10.1 The Tenderers shall submit offers which comply strictly with the requirements of the Tender Document as amended from time to time as indicated in Clause 6.0 above. Alternatives or any modifications by the tenderer shall render the Tender invalid.

10.2 The bidder can modify, substitute, re-submit or withdraw its E–bid after submission but prior to the deadline for submission of bids or the extended deadline, as the case may be. No Bid shall be modified, substituted or withdrawn by the bidder on or after the deadline for submission of bids or the extended deadline, as the case may be. Withdrawal of bid after such deadline would result in in the forfeiture of EMD.

10.3 Any modification in the Bid or additional information supplied subsequently to the deadline for submission of bids or the extended deadline, as the case may be, unless the same has been explicitly sought for by RITES, shall be disregarded.

10.4 For modification of E–bid (Technical Bid), bidder has to detach its old bid from CPP portal and upload / re-submit digitally signed modified bid.

10.5 For withdrawal of bid, bidder has to click on withdrawal icon at CPP portal and can withdraw its E–bid.

10.6 After the bid submission on the portal, an acknowledgement number will be generated by the system which should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening.

10.7 The time settings fixed in the server side & displayed at the top of the tender site, will be valid for bid submission, in the e-tender system. The bidders should follow this time during bid submission.

10.8 All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not be viewable by unauthorized persons during bid submission & will not be viewable by any one until the date & time specified for bid opening.

10.9 The bidder should logout of the tendering system using the normal logout option available in the portal and not by selecting the (X) exit option in the browser.

11.0 AUTHORITY TO SIGN

a) If the applicant is an individual, he should sign above his full type written name and current address.

b) If the applicant is a proprietary firm, the Proprietor should sign above his full type written name and the full name of his firm with its current address.

c) If the applicant is a firm in partnership, the Documents should be signed by all the partners of the firm above their full type written names and current addresses. Alternatively, the Documents should be signed by the person holding Power of Attorney for the firm in the Format at Annexure III.

d) If the applicant is a limited Company, or a Corporation, the Documents shall be signed by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure III.

e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead Member holding Power of Attorney for signing the Document in the Format at Annexure IV. The signatory on behalf of such Lead Partner shall be the one holding the Power of Attorney in the Format at Annexure III.

11.1 Points to be kept in mind while preparing the bid

While filling in Qualification Information documents and the Financial Bid, following should be kept in mind:

i. There shall be no additions or alterations except those to comply with the instructions issued by the Employer or as necessary to correct errors, if any, made by the Tenderers.

ii. Conditional Offer/ Tender will be rejected. Unconditional rebate/discounts in the Financial offer will however be accepted.

iii. The Employer reserves the right to accept or reject any conditional rebate/discounts. While evaluating the Bid Price, the conditional rebates/discounts which are in excess of the requirements of the bidding documents or otherwise result in accrual of unsolicited benefits to the Employer, shall not be taken into account.

iv. The bidder has to quote value only in figures in the BOQ.

v. In case of Item Rate Tenders, the bidders have to compulsorily quote rates of all the BOQ items as also all items of Item Rate Schedule/Sheet in a Mixed (Item Rate Schedule and Percentage Schedule) Tender.

vi. In case of Item Rate Tenders, if the same item figures in more than one section/part of Schedule of Quantities, the Tenderer should quote the same rate for that item in all sections/parts. If different rates are quoted for the same item, the least of the different rates quoted only shall be considered for evaluation of that item in all sections/parts of the Schedule of Quantities.

vii. In case of item wise BOQ, the bidder is required to quote his rate for all items. For the items not quoted by the bidder, it will be presumed that the bidder has included the cost of that/those item(s) in the rates of other items and the rate for such item(s) shall be considered as Zero and the tender will be evaluated by the Employer accordingly and the work executed by the successful bidder accordingly.

viii. In case of Percentage Rate BOQ, the bidder has to select Excess (+) or Less (-) and enter the valid percentage for that BOQ.

ix. Deduction/recovery/credit items, if any, are placed in a separate sub-head and in a separate sheet of BOQ. In case of credit items/recovery items/deduction items for which the bidder has to pay the amount to Employer, the bidder is not allowed to make negative entry and the rate quoted by the bidder shall be taken as negatively default. The amount so calculated shall be considered as negative and deducted from the total of other sub-heads of BOQ to work out the total bid amount.

11.2 INTEGRITY PACT

(i) The Bidder/Contractor is required to enter into an Integrity Pact with the Employer, in the Format at Annexure VI. The Integrity Pact enclosed as Annexure VI will be signed by RITES for and on behalf of Employer as its

Agent/Power of Attorney Holder at the time of execution of Agreement with the successful Bidder. While submitting the Bid, the Integrity Pact shall be signed by the duly authorized signatory of the Bidder/Lead Member of JV. In case of failure to submit the Integrity Pact duly signed and witnessed, along with the Bid, the Bid is likely to be rejected.

(ii) In case of any contradiction between the Terms and Conditions of the Bid Document and the Integrity Pact, the former will prevail.

Provided always that provision of this Clause 11.2 – Integrity Pact (IP), shall be applicable only when so provided in Clause 11.2A below which will also stipulate the name and address of the Independent External Monitors as well as the Name, designation and address of the official nominated by the Employer to act as the Liaison Officer between the Independent External Monitor and the Engineer-in- Charge as well as the Contractor/bidder.

11.2A Whether Clause 11.2 (Integrity Pact) shall be applicable: Yes

In case Integrity Pact is applicable, the followings Independent External Monitors who have been appointed by the Central Vigilance Commission, shall monitor implementation of IP

Independent External Monitors:

Name and Address of IEM 1: Sh. Aditya Prakash Mishra, IRSE (Retd.), Flat No. 24, ASTER-1, Vatika City, Sohna Road, Sector-49, Gurgaon-122018

Name and Address of IEM 2: Sh. Abhay Kumar Khanna, IRAS (Retd.), S-410, UGF, GK-II, New Delhi-110048

Complaints arising from tendering process shall be, as far as possible referred to both the IEMs for their joint investigation and recommendations.

Name, Designation and Address of Shri Pawan Chowdhry, RITES’ Liaison Officer: Executive Director (B&A) RITES Limited

3rdFloor, RITES Bhawan-II Plot No.144. Sector-44, Gurgaon-122003

11.2B The Guidelines on Banning of Business Dealings as per Annexure-A to Annexure VI are applicable to all tenders/contracts irrespective of applicability of Integrity Pact. If business dealings with the bidder/contractor have been banned as per “The Guidelines on Banning of Business Dealings as per Annexure-A of Annexure VI”, then such a bidder/contractor individually and also any Joint Venture wherein such bidder / contractor is a member, will not be eligible during the period till such ban is in force to participate in tenders of any work (s) which may be invited by RITES. In case the bidder/contractor is a Joint Venture, the JV as well as all members of the JV individually or as member (s) of any other Joint Venture (JV) will not be so eligible. In case the bidder / contractor is a company then, in addition to the aforesaid

provisions, the Associate Companies and Subsidiary Companies ( as defined under Companies Act, 2013), of the company with whom Business Dealings have been banned, will also not be eligible”.

12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS

12.1 The Employer will open all the Tenders received, in the presence of the Tenderers or their representatives who choose to attend at 11:30 Hrs. on 07.09.2021 in the office of Assistant Manager/CP/Tender Cell, RITES Limited, 3rd Floor, RITES Bhawan – II, Plot No. 144, Sector 44, Gurgaon – 122003. In the event of the specified date of the opening being declared a holiday by the Employer, the Tenders will be opened at the appointed time and location on the next working day.

12.2 Opening of bids will be done through online process. RITES reserves the right to postpone or cancel a scheduled bid opening at any time prior to its opening. Information of the same will be displayed at https://etenders.gov.in/eprocure/app CPP portal.

12.3 Bid opening committee will open the bids online in the presence of bidders or their authorized representatives who choose to attend on opening date and time. Also, the bidders can participate online during the bid opening process from their remote end through their dashboard. The bidder’s representatives, who are present, shall sign in an attendance register. At the time of technical bid opening, each bidder will be able to view on-line through CPPP, the technical bids of the bidders who have participated in the tender and whose bids have been opened.

12.4 Bids will be opened as per date/time as mentioned in the Tender Critical Date Sheet unless the same is extended. On completion of Technical Bid Opening, each bidder will be able to view the technical bid documents of the bidders whose bids have been opened. Similarly, on the completion of Financial Bid Opening each bidder will be able to view the Financial as well as technical bid documents of the bidders whose bids have been opened.

12.5 RITES shall subsequently examine and evaluate the bids in accordance with the provision set out in the tender document.

12.6 The results of technical and financial qualification of bidders will be available on the CPP Portal at https://etenders.gov.in/eprocure/app and intimated to the bidder through system generated email or SMS.

12.7 It will be the bidder’s responsibility to check the status of their Bid on-line regularly after the opening of bid till award of work.

12.8 The bids will be evaluated for qualifying criteria as mentioned in Clause 2 hereinbefore and also in conjunction with provisions of sub-clause 12.15. RITES shall not be responsible for any postal delay in receipt of all original documents including the cost of tender document and Bid Security Declaration. In case of non-receipt of these documents in original within the specified period, the bid will be treated as non-responsive.

12.9 Request for clarification/deficient documents from the bidder can be asked for either through the system or through E-mail. A system generated SMS alert will be sent to

the bidder when clarifications/deficient documents are called through the system. In such a case, no separate communication will be sent in this regard. Non-receipt of email and/or SMS will not be accepted as a reason of non-submission of deficient documents or confirmatory documents within prescribed time. The date and time of submission of deficient documents cannot be extended.

12.10 After evaluation of Technical-Bid, the bidder will be able to view uploaded Tender Committee evaluation results as also the date and time of Financial Bid Opening.

12.11 The bidder will be able to view (through his Login Id) BOQ Sheets of other bidders, Comparative Chart and Financial Evaluation Summary uploaded by Tender Evaluation Committee. Without login, bidder will be able to view only Comparative Chart.

12.12 SINGLE PACKET SYSTEM – Not Applicable

Envelope 1 containing scanned copy of Bid security declaration along with Mandate Form as per Annexure VII, cost of tender document of all the Tenderers and Authority to Sign as per Clause 11.0 will be opened first and checked. If Bid security declaration and Cost of Tender Document are not furnished as per tender stipulations, the Envelope 2 of Technical bid and Envelope 3 containing financial bid will not be opened and the bid will be rejected as non-responsive unless the bidder has established that it is exempted from payment of Cost of Tender Document and Bid security declaration. The Envelope 2 containing Technical Bid and Envelope 3 containing Financial Bid of other Tenderers who have furnished scanned copies of Earnest Money and cost of Tender document as per tender stipulations will then be opened.

12.13 TWO PACKET SYSTEM –Applicable

(a) Envelope 1 of Packet I containing scanned copy of Bid security declaration along with Mandate Form as per Annexure VII, Cost of Tender Document of all the Tenderers and Authority to Sign as per Clause 11.0 will be opened first and checked. If Bid security declaration and cost of Tender Document are not furnished as per tender stipulations, the Envelope 2 of PACKET-I (Technical Bid) and PACKET-II (Financial Bid) will not be opened and the bid will be considered as non- responsive and rejected unless the bidder has established that it is exempted from payment of Cost of Tender Document and Bid security declaration. The Envelope 2 of PACKET-I (Technical Bid) of other Tenderers who have furnished scanned copies of Bid security declaration and cost of Tender document as per tender stipulations will then be opened.

(b) The Employer will scrutinize the Technical Bids accepted for evaluation to determine whether each Tenderer

(i) has submitted ‘Authority to sign’ as per Clause 11.0 above and Integrity Pact (where applicable) duly signed and witnessed as per Clause 11.2 above;

(ii) meets the Qualification Criteria stipulated in Clause 2.0

(c) If required, the Employer may ask any such Tenderer for clarifications on his Technical Bid through CPPP or through E-mail. The tenderer shall furnish the same online only in case clarifications are sought through CPPP and through E-mail if clarifications are sought through E-mail. If a Tenderer does not submit the clarification/document requested, by the specified time, the bid of such Tenderer is likely to be rejected. PACKET-II (Financial Bid) of Tenderers whose Technical Bids are not found acceptable will not be opened. Such tenderers will be informed about non-acceptance of their Technical Bid through system generated SMS/E-mail. The tenderers whose Technical Bids are found acceptable will be advised accordingly and will also be intimated through e-mail the time and date and place where and when PACKET-II (Financial Bid) will be opened.

(d) At the appointed place, time and date, in the presence of the Tenderers or their representatives who choose to be present, the Employer will open the online PACKET-II (Financial Bid).

12.14 Mere Opening of Bid to be No Guarantee of its Validity

It may be noted that mere opening of a bid does not mean that the bid has to be considered by RITES as a valid bid. All bids will be evaluated to decide whether the bids are responsive or non- responsive.

12.15 In order to give effect to the policy of Government of India to encourage ‘Make in India’ price preference shall be accorded to Local Supplier/Bidder in accordance with Order No. No. P-45021/2/2017-PP (BE-II) dated 04.06.2020 on Policy Procurement (Preference to Make in India) Order 2017 as amended upto date of the Department of Industrial Policy and Promotion, Ministry of Commerce and Industry. RITES Ltd. being a CPSU adopted the guidelines given in the above-mentioned Order dated 04-06-2020 and the following shall be applicable in this tender.

1. Definitions :

‘Local content’ means the amount of value added in India which shall be the total value of the items procured (excluding net domestic indirect taxes) minus the value of imported content in the item (including all customs duties) as a proportion of the total value, in percent.

‘Class-I local supplier’ means a supplier or service provider, whose goods, services or works offered for procurement, has local content equal to or more than 50% as defined under this clause.

‘Class-II local supplier’ means a supplier or service provider, whose goods, services or works offered for procurement, has local content more than 20% but less than 50% as defined under this clause.

‘Non- Local supplier’ means a supplier are service provider , whose goods, services or works offered for procurement, has local content less than or equal to 20% as defined under this clause.

‘L1’ means the lowest tender or lowest bid or the lowest quotation received in a tender, bidding process or other procurement solicitation as adjudged in the evaluation process as per the tender or other procurement solicitation.

‘Margin of purchase preference’ means the maximum extent to which the price quoted by a ‘Class-I local supplier’ may be above the L-1 for the purpose of purchase preference.

‘Procuring entity’ means RITES Ltd.

‘Works’ means all works covered in the scope of work in this tender

2. Eligible bidder in this tender: ‘Class-1 local supplier’

3. Purchase Preference

(a) In the procurements of goods or works which are divisible in nature, the ‘Class -I local supplier shall get purchase preference over ‘Class -II local supplier as well as ‘Non-local supplier’ as per following procedure:

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is ‘Class -I local supplier’ the contract for full quantity will be awarded to L1.

ii. If L1 bid is not a ‘Class -I local supplier’, 50% of the order quantity shall be awarded to L1. Thereafter, the lowest bidder among the ‘Class-I local supplier will be invited to match the L1 price for the remaining 50% quantity subject to the class -I local supplier’s quoted price falling within the margin of purchase preference, and contract for that quantity shall be awarded to such ‘Class-I local supplier’ subject to matching the L1 price. In case such lowest eligible ‘Class-I local supplier’ fails to match the L1 price or accepts less than the offered quantity, the next higher ‘Class-I local supplier’ within the margin of purchase preference shall be invited to match the L1 price for remaining quantity and so on and contract shall be awarded accordingly. In case some quantity is still left uncovered on Class-I local supplier, then such balance quantity may also be ordered on the L1 bidder.

(b) In the procurements of goods or works which are not divisible in nature and in procurement of services were the bid is evaluated on price alone, the ‘Class -I local supplier’ shall get purchase preference over ‘Class -II local supplier’ as well as ‘Non-local supplier’ as per following procedure:

i) Among all qualified bids the lowest bid will be termed as L1. If L1 is ‘Class -I local supplier’, the contract will be awarded to L1.

ii) If L1 is not a ‘Class -I local supplier’, the lowest bidder among the ‘Class-I local supplier’ will be invited to match the L1 price subject to Class-I local supplier’s quoted price falling within the margin of purchase preferment and the contract shall be awarded to such ‘Class-I local supplier’ subject to matching the L1 price.

iii) In case such lowest eligible ‘Class-1 local supplier’ fails to much the L1 price, the ‘Class -I local supplier’ with the next higher bid within the margin of purchase preference shall be invited to much the L1 price and so on and contract shall be awarded to accordingly. In case none of the ‘Class I local supplier’ within the margin of purchase preference matches the L1 price; the contract may be awarded to the L1 bidder.

(c) “Class -II local supplier” will not get purchase preference in any procurement, undertaken by procuring entity.

4. Applicability of Purchase preference in this tender as per Para: 3(a)

5. Type of this Tender/Work: Works

6. Margin of Purchase Preference: The margin of purchase preference shall be 20%

7. The Minimum local content for this tender shall be equal to or more than 50%

8. Verification of local content:

a) The ‘Class -1 local supplier’ / ‘Class -II local supplier’ at the time of tender, bidding or solicitation shall be required to indicate percentage of local content and provide self - certification that the items offered meets the local content requirement for ‘Class-1 local supplier’ / ‘Class -II local supplier’; as the case may be. They shall also give details of the location (s) at which the local value addition is made.

b) In case of procurement for a value in excess of Rs. 10 crores, the ‘Class -I local supplier’ /’Class-II local supplier’ shall be required to provide a certificate from the statutory auditor or cost auditor of the company (in the case of companies) or from a practicing cost accountant or practicing chartered accountant (in the respect of suppliers other than companies) giving the percentage of local content.

c) In case of false declaration by Class -1 local supplier / Class-II local supplier or submission of false certificate, Banning of Business Dealings shall be done with defaulter as per the Guidelines given in Sub-Clause 11.2B.

13.0 INSPECTION OF SITE BY THE TENDERERS

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their Tenders, as to the nature of the ground and sub-soil (as far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their Tender. A Tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The Tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity, access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents.

Submission of a tender by a Tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to him by the Employer and local conditions and other factors having a bearing on the execution of the work. The bidders may contact DGM/CP, RITES Limited, M. No. 91-8120308847 regarding inspection of site.

14.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER

(i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If the Tenderer does not submit the clarification by the date and time set in the Employers request for clarification, such Tender is likely to be rejected.

(ii) The competent authority on behalf of the Employer does not bind himself to accept the lowest or any other Tender and reserves to himself the authority to reject any or all the Tenders received without the assignment of any reason. All Tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the Tenderer shall be summarily rejected.

15.0 CANVASSING PROHIBITED

Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection.

16.0 EMPLOYER’S RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER

The competent authority on behalf of the Employer reserves to himself the right of accepting the whole or any part of the tender and the Tenderer shall be bound to perform the same at the rates quoted.

17.0 MISCELLANEOUS RULES AND DIRECTIONS

17.1 The Tenderer shall not be permitted to tender for works if his near relative is posted as Associated Finance Officer between the grades of AGM(F) and J.M (F) in the concerned SBU Unit of RITES or as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Officer of Engineer rank and above in the organization of the Employer. Any breach of this condition by the Tenderer would render his Tender to be rejected.

No Officer of Engineer rank and above employed in Engineering or Administrative duties in an Engineering Department of the Organisation of the Employer is allowed to work as a contractor for a period of one year after his retirement from the Employer’s service without the previous permission of the Employer in writing. The contract is liable to be cancelled if either the Contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Employer as aforesaid before submission of the tender or engagement in the Contractor’s service.

17.2 If required by the Employer, the Tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful Tenderers shall return all the drawings given to them.

17.3 In the case of any Item rate tender where unit rate of any item/items appears unrealistic, such tender will be considered as unbalanced and in case the Tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

17.4 Price/rates quoted by the contractor in respect of the contract shall be after considering all input credits and inclusive of all taxes and cess etc. other than GST on Contract Price. The GST leviable on Contract Price shall be paid in addition to the Contract Price as mentioned below.

In the bill for the works done, the contractor shall charge GST separately. It is the responsibility of the contractor to pay GST to the Government concerned and file statutory return within due date prescribed under the respective Act. For RITES to get input credit, it is necessary that the amount get reflected in the return. In case the next Running Account Bill (RA Bills) are submitted before due date of filing of return, documentary evidence is to be submitted by the contractor/agency in the subsequent running account bill. The procedure for payment of bills shall be as under:

i. The contractor may be asked to charge GST separately in his bills.

ii. The GST amount so claimed shall be paid along with payment of running account bill.

iii. The contractor has to furnish the documentary evidence of the deposit of the GST or a copy of the return in case of adjustment of available input credit, whichever is earlier, before processing of subsequent RA bills. Else, the Engineer-in-Charge shall withhold the GST amount so paid in the previous bill(s), in the subsequent/next RA bill(s).

iv. Amount to be withheld shall relate only to the extent of GST not deposited or adjusted within due date of filling of return.

In case of final bill, GST amount so deposited shall be reimbursed by the Engineer-in-Charge only after the contractor furnishes the documentary evidence of actual deposit of GST to the credit of Government and is reflected against the GSTIN of the employer.

Regarding payment of GST to the contractor, the decision of Engineer-in-Charge shall be binding on the contractor.

17.5 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a Proprietary firm or as a Partner in a Partnership firm or as a Director of a Limited Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has submitted a Bid for a work, shall not be a witness for any other Bidder for the same work. Failure to observe the above stipulations would render all such Tenders submitted as a Bidder and/or as a witness, liable to summary rejection.

17.6 The Contractor shall be fully responsible for all matters arising out of the Performance of the Contract and shall, at his own expense, comply with all laws/acts/enactments/orders/regulations/obligations whatsoever of the Government of India, State Government, Local Body and any Statutory Authority.

17.7 In case the bidder does not quote his rate for any item(s) in Item Rate Tender or Mixed Tender containing one or more Item Wise Schedules, it will be presumed that the bidder has included the cost of that/those item(s) in the rates of other items and the rate for such item(s) shall be considered as Zero and the tender will be evaluated by the Employer accordingly and the work executed by the successful bidder accordingly.

17.8 In case of credit items/recovery items/deduction items for which the bidder has to pay the amount to RITES/Employer, the rate quoted by the bidder shall be taken as negative (bidder is allowed to make positive entry only) and the negative amount so calculated shall be considered to work out the total bid amount.

18.0 SIGNING OF CONTRACT AGREEMENT

18.1 The Tenderer whose tender has been accepted will be notified of the award by the Employer by issue of a ‘Letter of Acceptance’ prior to expiration of the Bid Validity period.

The Letter of Acceptance will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed.

18.2 Within the period as specified in Clause 1 of ‘Clauses of Contract’, from the date of issue of Letter of Acceptance, the successful Tenderer shall deliver to the Employer, Performance Guarantee in the format prescribed.

18.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp papers of appropriate value as per the provisions of Indian Stamp Act within 15 days of the date of issue of Letter of Acceptance.

18.4 At the same time the Employer notifies the successful Tenderer that his Tender has been accepted, the Employer will direct him to attend the Employer’s office within 28 days of issue of Letter of Acceptance for signing the Agreement in the proforma at Annexure V. The Agreement will however be signed only after the Contractor furnishes Performance Guarantee and hence, where justified, the period of 28 days stipulated above will be extended suitably.

18A Amendment to Contract

The conditions and clauses of this contract cannot be varied except through a written Supplementary Agreement with mutual consent of both the parties to the contract.

19.0 PRE-QUALIFICATION PERFORMA

The bidder shall fill the pre-qualification Performa at Annexure IX. The bid will be evaluated only considering those details and corresponding documents as mentioned

in Annexure IX and no other details/certificate/document will be taken in to consideration while evaluating the bid to decide whether the bidder is qualified or not. For similar work experience the details of only those works mentioned in Annexure IX may be given in Performa no. 1 attached to Annexure-I.

20.0 BRIEF NOTICE INVITING E-TENDERS

General Manager/CP, RITES Ltd. invites online combination of item rate & percentage rate bids on Two Packet System for the following work. No other mode of submission shall be accepted.

S. No.

NIT No.

Name of Work & Location

Cost of Tender Document

Estimated Cost put to Bid

Earnest Money/ Bid Security Declaration

Period of Completion

Last Date & Time of submission of Bid, Bid Security Declaration, Cost of Tender Document and Other Documents as specified in the Press Notice

Time & Date of Opening of Bid

1 2 3 4 5 6 7 8 9

1 Ten

der

No.

RIT

ES

/CP/

TC

/RPO

/LK

O/2

021

Con

stru

ctio

n an

d D

evel

opm

ent

wor

ks o

f R

ITE

S R

PO

Bui

ldin

g at

Gom

ti N

agar

, Luc

know

. R

s.18

000.

00

Rs.

69.

84 C

rore

s

Ref

er P

ara

(ii)

of

Cla

use

7 (f

) of

Sec

tion

1 (

NO

TIC

E

INV

ITIN

G

TE

ND

ER

A

ND

IN

STR

UC

TIO

NS

T

O

TE

ND

ER

ER

S) o

f T

echn

ical

Bid

27 M

onth

s

11:0

0 H

rs. o

n 06

.09.

2021

11:3

0 H

rs. o

n 07

.09.

2021

21.0 The bid document consisting of tender drawings, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be seen on CPP Portal https://etenders.gov.in free of cost.

22.0 After submission of the bid the bidder can re-submit revised bid any number of times but before last time and date of submission of bid as notified.

23.0 While submitting the revised/modified Financial bid, the bidder can revise/modify the rate of one or more item(s) any number of times (he need not re-enter rate of all the items) but before last time and date of submission of bid as notified.

24.0 The bid submitted shall become invalid if:

(i) The bidder is found ineligible.

(ii) The bidder does not upload all the documents as stipulated in the bid document including the undertaking about deposition of physical EMD / bid security declaration and Cost of Tender Document of the scanned copy of EMD / bid security declaration and Cost of Tender Document uploaded.

(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically by the lowest bidder in the office of bid opening authority.

(iv) The bidder does not deposit physical instrument of EMD/bid security declaration and Cost of Tender Document within a week of opening of technical bid.

25.0 Those contractors not registered on the website mentioned above, are required to get registered beforehand. If needed they can go to CPP Portal https://eprocure.gov.in/eprocure/app?page=BiddersManualKit&service=page bidders manual kit.

26.0 The intending bidder must have valid Class-III digital signature to submit the bid.

27.0 On opening date, the bidder can login and see the bid opening process. After opening of bids he will be able to view the competitors’ bid documents.

28.0 List of Document to be scanned and uploaded within the period of bid submission to Section 1: -

1. Banker’s Cheque/Pay Order/Demand Draft towards cost of Tender Document in accordance with Clause 7.0 (f) hereinbefore.

OR

Document in support of exemption from payment of cost of Tender Document and Udyog Aadhar Memorandum (UAM) number.

2. Bid Security Declaration in the format given in Annexure XI.

OR

Document in support of exemption from payment of EMD and Udyog Aadhar Memorandum (UAM) number.

3. Authority to Sign (if required as per Clause 11.0 hereinbefore) in the format given at Annexure III/Annexure IV as applicable.

4. RTGS/NEFT details as per Annexure- VII.

5. Self-attested copy of Documents in support of meeting the criterion of Annual Financial Turnover in accordance with Para 1 of Annexure I.

6. Self-attested copy of Certificates in support of meeting the criterion of Similar Work Experience in accordance with Para 2(a) of Annexure I.

7. Details of Similar Works completed in the format given at Performa 1 in Annexure I.

8. Self-attested copy of Certificates in support of meeting the criterion of Construction Experience in key activities/specified components in accordance with Para 2(b) of Annexure I.

9. Self-attested copy of Documents (Audited Balance Sheets, Profit & Loss Statements and Auditor’s Reports) in support of meeting the Profitability criterion in accordance with Para 4 of Annexure I.

10. Self-attested copy of Documents in support of meeting the criterion of Net Worth in accordance with Para 5 of Annexure I.

11. Declaration by the Bidder in the format given in Performa 3 of Annexure I.

12. Integrity Pact as per Annexure VI

13. Self-attested copy of Guidelines on Banning of Business Dealings as per Annexure-A.

14. Annexure IX duly filled in.

15. Self-attested copy of a certificate, confirming that the applicant is working contractor or has executed any work within the last seven years reckoned from the date of opening of tender, issued by Railways, CPWD, MES, DOT, RITES, State PWD or any other Central/State Government Undertaking, Municipal Body of Central/State Government or Public Limited Company listed in Stock Exchange in India & Abroad.

16. Self-Attested Copy of Partnership Deed/Memorandum and Articles of Association of the firm.

17. Self-Attested copy of Corrigendum (s), Minutes of pre-bid meeting, if any.

18. Self-attested copy of any other document if specified in the correction slips to the Tender Document.

19. Self-certified copy of the Joint Venture Agreement/Memorandum of Understanding as per Annexure II & Annexure IV (where Joint Venture is allowed) – Not Applicable

20. Self-attested copy of Power of Attorney in favour of Lead Member as the Lead Member of JV executed by the authorized representatives of all the members of JV (where Joint Venture is allowed) – Not Applicable

21. Self-attested copy of a certificate, confirming that the Partners including Lead Partner duly signed by the Authorized representative of each Partner/Member of Joint Venture is a working contractor or has executed any work within the last seven years reckoned from the date of opening of Tender, issued by Railways, CPWD, MES, DOT, RITES, State PWD or any other Central/State Government Undertaking, Municipal Body, Autonomous Body of Central or State

Government or Public Limited Company listed on NSE/BSE (where Joint Venture is allowed) – Not Applicable

22. Self-attested copy of GST Registration Certificate (As applicable).

Note: - Any clarification / deficient document(s) sought by RITES Ltd. as per Clause shall be submitted by the bidder online only.

29.0 List of Documents to be submitted physically by Lowest (L1) Bidder within a week of the opening of Financial Bid: -

1. Self-attested copy of PAN/TAN issued by income Tax Department.

2. Self-attested copy of registration under Labour Laws like PF, ESI etc.

3. Self-attested copy of ISO 9000 Certificate. (if any)

4. Self-attested copies of all the documents specified in Clause 28.0 above.

30.0 RITES Ltd. may approach any Bank, Individual, Employer, Firm or Corporation, whether mentioned in the documents submitted by bidders or not, to verify the credentials and general reputation of the bidder and where JV is allowed the credentials and general reputation of lead member & each Member of Joint Venture.

31.0 With reference to Clause 3, Sub-clause 3(a), 3(a) (i), 3(b) and Clause 52.7 of Clauses of Contract of RITES GCC for works (Section-8), the name of the contractor declared as “Poor Performer” as per 52.7 and the contractor, whose Contract is determined as per clause 3 and deemed to be declared as “Poor Performer” as per Sub-clause 3(a) (i) will be placed in RITES’ ‘Negative List of Contractors’ and then such a contractor individually and also any Joint Venture wherein such contractor is a member, will not be eligible for a period of upto two years, to participate in tenders of other works and in the tendering process for balance work as per sub-clause 3(b) which may be invited by RITES. In case the contractor is a Joint Venture, the JV as well as all members of the JV individually or as member(s) of any other Joint Venture (JV) will not be so eligible. In case the contractor is a company then, in addition to the aforesaid provisions, the Associate Companies and Subsidiary Companies (as defined under Companies Act, 2013), of the company included in the Negative list, will also not be eligible.

ANNEXURE – I

QUALIFYING CRITERIA FOR WORKS CONTRACTS

1. ANNUAL FINANCIAL TURNOVER

The bidder should have achieved a minimum annual financial turnover of Rs. 31.04 Crores in any one of the last 3 Financial Years.

Notes:

a) The financial turnover will be taken as given under the head “Income” in audited Profit and Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the Income side of Profit and Loss Account. It does not mean Profit.

b) Closing stocks in whatsoever manner should not form part of turnover.

c) Weightage of 7% (compounded annually) shall be given for equating the financial turnover of the previous years to the current year.

d) For considering the Financial Years, for example for a work for which the last stipulated date for submission of the bids is in Financial Year 2014-15, the last three Financial Years will be 2013-14, 2012-13 and 2011-12. For a work for which the last stipulated date for submission of the bids is on (say) 05.09.14 (F.Y. 2014-15), with weightage of 7% compounded annually, the weightages to be applied on the Turnover of the previous three Financial Years will be: F.Y. 2013-14 = 1.070; F.Y. 2012-13 = 1.145; F.Y. 2011-12 = 1.225

e) The Bidder should furnish Annual Financial Turnover for each of the last 3 Financial Years in tabular form and give reference of the document (with page no.) relied upon in support of meeting the Qualification Criterion.

f) The Bidder should submit self-attested copy of Auditor’s Report along with Balance Sheet and Profit and Loss Statement along with Schedules for the relevant Financial Year in which the minimum criterion is met. Provisional Audit Reports or certified statements will not be accepted.

g) If the Audited Balance Sheet for the immediately preceding year is not available in case of a work for which the last stipulated date for submission of the bids is before 30th September audited Balance Sheets, Profit and Loss Statements and other financial statements of the three Financial Years immediately preceding the previous Financial Year may be adopted for evaluating the credentials of the Bidder.

h) In case JV is permitted the following provisions will apply:

i) Large Works

For each Partner, the highest Annual Turnover in any of the last three Financial Years will be considered and the weighted figure for the current Financial Year will be worked out as described in Para 1 (Note c). This should not be less than the figure arrived at by multiplying the minimum Annual Turnover stipulated

for the Bidder in Qualification Criterion multiplied by the percentage of Financial participation by that partner in the JV. Each partner should satisfy this requirement and thus automatically JV will satisfy the criterion of minimum Annual Turnover.

ii) Normal Works

The Partner-in-charge/Lead Member shall singly meet this criterion.

2. WORK EXPERIENCE

a) Similar Works Experience

(i) For works in Normal Areas (other than Difficult Areas)

The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture, at least one similar work of minimum value of Rs. 55.87 Crores OR at least two similar works each of minimum value of Rs. 34.92 Crores OR at least three similar works each of minimum value of Rs. 27.94 Crores during the last 7 (seven) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut-off date shall not be considered.

Similar Works

Similar Works shall mean the work of “Construction of Multi-storied building(s) having RCC framed structure with minimum G+4 storied i/c Electrification works carried out in India under a single contract (including additional work carried out under the contract)”.

In case the Bidder (Indian Company) wishes to rely on a work completed abroad, the value of such completed work in foreign convertible currency shall be converted into Indian Rupees. The conversion rate shall be decided by RITES based on the rates of currency on the date of completion of work (the bidder to also submit the currency conversion rate as on completion date of the Credential Certificate relied upon by the bidder for the purpose of work experience). Further, such a bidder (Indian Company) should have also completed at least one Similar work of value minimum 40% of estimated cost of work, in India in the last seven years prior to the last stipulated date for submission of the Bids.

Notes:

I. A weightage of 7% (compounded annually from the date of completion of the work to the last stipulated date for submission of the Bids) shall be given for equating the value of works to the last stipulated date for submission of the Bids. For example, for a similar work of Rs 1,00,000/- completed on 31.12.2017 and the last stipulated date for submission of the bids was 31.08.2020, the value of work that shall be considered after giving weightage is [Rs 1,00,000*1.07*1.07] { 1+[(7/100)*(244/366)]}= Rs 119832.87, rounded off to Rs 119833/-

II. Only such works shall be considered where physical completion of entire work is over or commissioning of work has been done, whichever is earlier.

III. The Bidder should submit the details of such similar completed works as per the format at Proforma-1 enclosed.

IV. Works carried out by another Contractor on behalf of the Bidder on a back to back basis will not be considered for satisfaction of the Qualification Criterion by the Bidder.

V. Credential certificates issued by Government Organizations/Semi Government Organizations of Central or State Government; or by Public Sector Undertakings/ Autonomous Bodies of Central/State Government or their subsidiaries/by Public Ltd. Companies listed in Stock exchange in India or Abroad or subsidiaries of such companies shall only be accepted for assessing the eligibility of a Tenderer. Certificates issued by one of the aforesaid organizations as a lead member (having equity stake of 51% or more) of a Joint Venture (JV) for a work executed for the JV, will also be acceptable. In case of PPP projects, if the bidder has executed a work for a concessionaire who is one of the aforesaid organizations, then the certificate issued by such concessionaire or by the public authority concerned, will also be acceptable.

VI. The cutoff date shall be calculated backwards from the last stipulated date for submission of Tender i.e. for a Tender having the last stipulated date for submission on 06.08.2014, the cutoff date shall be 07.08.2007.

VII. In case JV is permitted the following provisions will apply:

Large Works

All the partners shall jointly meet this criterion.

Normal Works

The Partner-in-charge/Lead Member shall singly meet this criterion.

b) Construction Experience in Key Activities To qualify for award of the contract, each bidder in his own name or as a member of a Joint Venture should have, in the last 7 years prior to the last stipulated date for submission of the bid, executed the following key activities in any one work individually carried out in India:

“Bidder should have also executed basement of minimum area of 1500.00 Sqm under any contract.”

Notes: I. Credential certificates issued by Government Organizations/Semi

Government Organizations of Central or State Government; or by Public Sector Undertakings/ Autonomous Bodies of Central/State Government or their subsidiaries/by Public Ltd. Companies listed in Stock exchange in India or Abroad or subsidiaries of such companies shall only be accepted for assessing the eligibility of a Tenderer. Certificates issued by one of the aforesaid organizations as a lead member (having equity stake of 51% or

more) of a Joint Venture (JV) for a work executed for the JV, will also be acceptable. In case of PPP projects, if the bidder has executed a work for a concessionaire who is one of the aforesaid organizations, then the certificate issued by such concessionaire or by the public authority concerned, will also be acceptable.

II. When key activities are expressed/specified in monetary terms, a

weightage of 7% (compounded annually from the date of completion of the Key activity to the last stipulated date of submission of the Bids) shall be given for equating the value of key activity to the last stipulated date of submission of the Bids. For example, for a key activity of Rs. 1,00,000/- completed on 31.12.2017 and the last stipulated date for submission of the bids was 31.08.2020, the value of key activity that shall be considered after giving weightage is [Rs. 1,00,000*1.07*1.07] {1+[(7/100)*(244/366)]} = Rs. 119832.87, rounded off to Rs 119833/-

III. The work satisfying the criterion for a particular key activity may be

different from a work satisfying the criterion for another key activity. IV. The Bidder should furnish with his Bid a tabular statement giving

contract-wise quantities/amount of key activities (mentioning date of start and date of completion of key activities) executed in the last 7 years prior to the last stipulated date for submission of the bids which meet the Qualification Criterion along with documentary proof in support thereof (indicating page nos.).

V. Even if a work has not been completed but if the specified quantity/

specified value in monetary terms of the key activity has been completed in the last 7 years prior to the last stipulated date for submission of the bids, the same shall be taken into consideration for the purpose of this criterion.

VI. Any work executed by the Bidder as a member of a Joint Venture will be

accepted provided there is documentary proof in support of the same either in the MOU/Agreement of the JV or in a declaration by the other Members of that JV or the Client confirming that the Key activity was actually executed by the Bidder.

In case JV is permitted the following provisions will apply: Large Works All the partners shall jointly meet this criterion. Normal Works All the partners shall jointly meet this criterion

3. SERVICING OF LOAN / CREDIT LIMIT

(i) The bidder should furnish a declaration that he has not failed to service the principal amount or interest or both of a loan amount / credit limit from any Bank or Financial Institution during a period of one year prior to the dead line for submission of bids i.e. the last stipulated date for submission of bids.

Notes:

a) In case a bidder has defaulted in servicing his loan/credit limit during a period of one year prior to the last stipulated date for submission of bids, he shall be disqualified.

b) The declaration may be included in the Declaration to be submitted in Performa 3 to this Annexure.

c) In case JV is permitted the following provisions will apply:

Large Works

Each partner shall sign the declaration.

Normal Works

The Partner-in-charge/Lead Member shall sign the declaration

4. PROFITABILITY

The Bidder should be a profit (net) making firm and should have made profit during any two of the past 3 Financial Years immediately preceding the last stipulated date for submission of bids. If the audited Balance Sheet for the immediately preceding year is not available in case of a work for which the last stipulated date for submission of the bids is before 30th September, Audited Balance Sheets of the three financial Years immediately preceding the previous Financial Year shall be considered.

The Bidder should furnish figures of net profit of last 3 years in a tabular form and submit attested copies of Auditor’s Reports along with audited Balance Sheets and Profit and Loss Statements for the last three Financial Years. Specific reference with page no. of document which proves satisfaction of this Qualifying Criterion should be indicated in the tabular statement.

Notes:

- In case JV is permitted, the following provisions will apply:

Large Works

All the partners shall meet individually this criterion.

Normal Works

The Partner-in-charge/Lead Member shall singly meet this criterion.

5. NET WORTH

The Bidder should have positive Net Worth of at least 15% of the estimated cost i.e. Rs. 10.48 Crore.

Notes:

a) Net Worth shall be computed from the bidder’s audited balance sheet of the last financial year ending on a date not prior to 18 months from the due date of submission of bids. (or, if the date is extended, such extended date of submission)

b) In case JV is permitted, the following provisions will apply:

Large Works

All the partners shall jointly meet this criterion.

Normal Works

The Partner-in-charge/Lead Member shall singly meet this criterion

6. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN CASE OF BOTH LARGE AND NORMAL WORKS

a) Sub-Contractor’s Experiences and Resources

Sub-Contractors’ Experiences and Resources will not be taken into account in determining the Bidder’s compliance with the qualifying criteria.

b) Experiences and Resources of the Parent Company and other subsidiary companies

If the Bidder is a wholly owned subsidiary of a company, the experience and resources of the owner/parent company or its other subsidiaries will not be taken into account. However, if the Bidder is a Company, only the Experience (and not the Financial Resources) of its subsidiaries will be taken into consideration.

7. DISQUALIFICATION ON CERTAIN GROUNDS

Even though the Bidders may meet the above qualifying criteria, they are subject to be disqualified if they have

a) Concealed any information/document which may result in the Bidder’s disqualification or if any statement/information/document furnished by the Bidder or issued by a Bank/Agency/Third party and submitted by the Bidder, is subsequently found to be false or fraudulent or repudiated by the said Bank/Agency/Third Party. In such a case, besides Bidder’s liability to action under para 9.4 of Instructions to Tenderers, the Bidder is liable to face the penalty of banning of business dealings with him by RITES.

b) Records of any contract awarded to them, having been determined during the past three years prior to the dead line for submission of bids i.e. last stipulated date for submission of bids.

c) Been declared as Poor Performer by RITES and their name is currently in the ‘Negative List’ of RITES.

d) Their business banned or suspended by any Central/State Government Department/ Public Undertaking or Enterprise of Central/State Government and such ban is in force.

e) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format.

A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/- duly attested by Notary/Magistrate should be submitted as per format given in Proforma 3 enclosed.

Proforma-1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION COMPLETED DURING THE LAST 7 YEARS

S. No.

Client’s Name and Address

Name of the Work & Location

Scope of Work carried out by the Bidder

Agreement/Letter of Award No. and date

Contract Value

Date of Start

Date of Completion Reasons for delay in Completion if any

Ref. of document (with page no.) in support of meeting Qualification Criterion

Awarded Actual on Completion

As per LOA/ Agreement

Actual

SEAL AND SIGNATURE OF THE BIDDER

Note:

1. In support of having completed above works, attach self-attested copies of the completion certificate from the owner/client or Executing Agency/Consultant appointed by Owner/Client indicating the name of work, the description of work done by the Bidder, date of start, date of completion (contractual & actual) and contract value as awarded and as executed by the Bidder. “Contract Value” shall mean gross value of the completed work including cost of materials supplied by the Owner/Client but excluding those supplied free of cost.

2. Credential certificates issued by Government Organizations/Semi Government Organizations of Central or State Government or by Public Sector Undertakings/Autonomous Bodies of Central/State Government or their subsidiaries/by Public Ltd. Companies listed in Stock exchange in India or Abroad or subsidiaries of such companies shall only be accepted for assessing the eligibility of a Tenderer. Certificates issued by one of the aforesaid organizations as a lead member (having equity stake of 51% or more) of a Joint Venture (JV) for a work executed for the JV, will also be acceptable. In case of PPP projects, if the bidder has executed a work for a concessionaire who is one of the aforesaid organizations, then the certificate issued by such concessionaire or by the public authority concerned, will also be acceptable.

3. In case of a Certificate from a Public Limited Company or its subsidiary, the Bidder should also submit documentary proof that the Public Ltd. Company was listed in Stock Exchange in India or Abroad when the work was executed for it.

4. Information must be furnished for works carried out by the Bidder in his own name or proportionate share as member of a Joint Venture. In the latter case details of contract value including extent of financial participation by partners in that work should be furnished.

5. If a Bidder has got a work executed through a Subcontractor on a back to back basis, the Bidder cannot include such a work for his satisfying the Qualification Criterion even if the Client has issued a Completion Certificate in favour of that Bidder.

6. Use a separate sheet for each partner in case of a Joint Venture.

7. Only similar works completed during the last 7 years prior to the last stipulated date for submission of Bid, which meet the Qualification Criterion need be included in this list.

8. Only those works mentioned in Annexure IX shall be given in this Performa.

Proforma 2 Solvency Certificate from a Nationalized or A Scheduled Bank

-Deleted-

Proforma 3

DECLARATION BY THE BIDDER

(Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary/Magistrate)

This is to certify that We, M/s………………………………, in submission of this offer confirm that: -

i) We have visited the site of work and seen the working conditions, approach road/path, availability of water, electricity, construction labour, construction materials and other relevant requirements connected with the work.

ii) We have neither concealed any information/document which may result in our disqualification nor made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements;

iii) During the past three years prior to the deadline for submission of bids, no contract awarded to us has been determined.

iv) No Central/State Government Department/Public Sector Undertaking or Enterprise of Central/State Government has banned/suspended business dealings with us as on date.

v) We have submitted all the supporting documents and furnished the relevant details as per prescribed format and we agree to submit, without delay additional information/documents which may be demanded by RITES Ltd.

vi) List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does not include any work which has been carried out by us through a Subcontractor on a back to back basis.

vii) The information and documents submitted with the Tender and those to be submitted subsequently by way of clarifications are correct and we are fully responsible for the correctness of the information and documents submitted by us.

viii) We have not failed to service the principal amount or interest or both of a loan account/credit limit from any Bank or Financial Institution during a period of one year prior to the deadline for submission of bids.

ix) *The original instruments of EMD/Bid security declaration and Cost of Tender Document, in physical form shall be deposited by us with RITES Ltd. within a week from the date of opening of Technical Bid failing which RITES Ltd. may reject the bid and also take action to debar us from participating in Tenders invited by RITES Ltd. for a period of two years.

OR

*We are exempted from payment of cost of Tender Document & EMD/Bid security declaration and the certified copies of original documents in support of such exemption shall be deposited by us with RITES Ltd. within a week from the date of opening of Technical Bids and original documents produced on demand, failing which RITES Ltd. may reject the bid and also take action to debar us from participating in Tenders invited by RITES Ltd. for a period of two years.

(* Delete whichever is not applicable)

x) We understand that in case any information/document which may result in our

disqualification is concealed by us or any statement/information/document furnished by us or to be furnished by us in connection with this offer, or issued by Bank/Agency/Third Party is subsequently found to be false or fraudulent or repudiated by the said Bank/Agency/Third Party, business dealings with us may be banned.

xi) The minimum Local Content as defined in sub-clause 12.15 of Section 1 shall be more than 50% in the works offered by us for procurement.

SEAL, SIGNATURE & NAME OF THE BIDDER

Signing this document

ANNEXURE II

DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE JOINT VENTURE

(On each firm’s Letter Head) From

………………………

……………………… To RITES Ltd.

……………………… Dear Sir,

Re: RITES Tender Notice No………………….. dated …………..for ……………………………………… (Name of Work)

We wish to conform that our company/firm (delete as appropriate) has formed a Joint Venture with ………………………………………. (insert names of all other members of the group) for purposes associated with your Tender No ..............................................................................

(Members who are not the Lead Member of the Joint Venture should add the following paragraph) *

* The Joint Venture is led by ………………………………. (insert name of the Lead Member) whom we hereby authorize to act as leader on our behalf for the purposes of submission of Bid for ………………………. (name of work) and to incur liabilities and receive instructions for and on behalf of any and all the partners of the Joint Venture. For this purpose, we have executed a Power of Attorney in favour of ……………………………. (name of the Lead Member)

(Member who is the Lead Member of the Joint Venture should add the following paragraph) **

** In this Joint Venture we act as Lead Member and for the purposes of bidding for the work, represent the Joint Venture.

Till the award of work, the Lead Partner shall furnish Bid bond and all other bonds/guarantees to the Employer on behalf of the Joint Venture, which shall be legally binding on all the partners of the Joint Venture.

In the event of our Joint Venture being awarded the contract we agree to be jointly with …………………………… (insert names of all other members of the Joint Venture) and severally liable to RITES, its successors and assigns for all obligations, liabilities, duties and responsibilities arising from or imposed by the contract subsequently entered into between RITES and our Joint Venture.

The precise responsibility of the Lead Member and other Members of the Joint Venture in respect of planning, design, construction equipment, key personnel, work execution and financing of the Work including Percentage of financial participation by each Member will be as indicated in the Annexure. These shall not be varied/ modified subsequently without your prior approval.

We further agree that entire execution of the contract shall be carried out exclusively through the Lead Member.

In case our Bid is successful, the Joint Venture Agreement incorporating the above provisions will be executed within 15 days of receipt of Letter of Acceptance from you and shall be registered at the place where the Agreement will be signed, so as to be legally valid and binding on all Members of the Joint Venture.

We agree that the Joint Venture Agreement shall be valid during the entire currency of the Contract including the period of extension if any, and the maintenance period after the work is completed.

We further confirm that we shall open a Bank Account in the name of JV and all payments due to the JV shall be made by you by crediting to that Account. To facilitate statutory deductions such as towards Income Tax and VAT made from the amounts due to us against our bills, being credited to the concerned Government departments, we shall obtain PAN/TIN number etc. as required and advise you the details before claiming our first on-account bill.

We affirm that the Integrity Pact with the Employer in the format at Annexure VI (if applicable) shall be signed by the Lead Member duly witnessed, on behalf of the Joint Venture. All Members including the Lead Member shall comply with the provision in the Integrity Pact and any violation of the Integrity Pact by any Member shall be construed as violation by the Joint Venture.

Encl: Annexure. Yours faithfully,

Signature ………………………….………. (Name of Signatory) …………….……….… (Capacity of Signatory) …………………….

Seal

Witness 1 Witness 2

Name Name

Address Address

Occupation Occupation

Note:

1. To be executed by each Member of the Joint Venture individually.

ANNEXURE III

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm/company who is issuing the Power of Attorney) We, M/s………………………………………. (name of the firm/company with address of the registered office) hereby constitute, appoint and authorize Mr./Ms.………………………. (Name and residential address) who is presently employed with us and holding the position of …………………………. and whose signature is given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work of “Construction and Development works of RITES RPO Building at Gomti Nagar, Lucknow” including signing and submission of application/proposal, participating in the meetings, responding to queries, submission of information/documents and generally to represent us in all the dealings with RITES or any other Government Agency or any person, in connection with the works until culmination of the process of bidding, till the Contract Agreement is entered into with RITES and thereafter till the expiry of the Contract Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall always be deemed to have been done by us. (Add in the case of a Joint Venture) Our firm is a Member/Lead Member of the Joint Venture of ………………………, ……………. and ………………

Dated this the ……………… day of ………………… 20…….

……………………………………………..

(Signature and name of authorized signatory being given Power of Attorney) ……………………………………………..

(Signature and name in block letters of *All the partners of the firm, *Authorized Signatory for the Company)

(*Strike out whichever is not applicable)

Seal of firm/ Company

Witness 1: Witness 2:

Name: Name:

Address: Address:

Occupation: Occupation:

Notes: - In case the Firm/Company is a Member of a Joint Venture, the authorized signatory has to

be the one employed by the Lead Member.

- The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

ANNEXURE IV

FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF JOINT VENTURE

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the company who is issuing the Power of Attorney)

Whereas RITES Ltd. has invited bids for “Construction and Development works of RITES RPO Building at Gomti Nagar, Lucknow”.

Whereas, the Members of the Joint Venture (JV) comprising of M/s…………., M/s……………, M/s…………. and M/s …………. (the respective names and addresses of the registered offices to be given) are interested in bidding for the work and implementing the same in accordance with the terms and conditions contained in the bid documents.

Whereas, it is necessary for the members of the JV to designate one of them as the Lead Member with all necessary power and authority to do, for and on behalf of the JV, all acts, deeds and things as may be necessary in connection with the JV’s bid for the work.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT

We, M/s …………., M/s …………. and M/s ……………. hereby designate M/s. ……… being one of the members of the JV, as the Lead Member of the JV, to do on behalf of the JV, all or any of the acts, deeds or things necessary or incidental to the JV’s bid for the work, including submission of application proposal, participating in meetings, responding to queries, submission of information/documents and generally to represent the JV in all its dealings with RITES or any other Government Agency or any person, in connection with the work until culmination of the process of bidding till the contract agreement is entered into with RITES and thereafter till the expiry of the contract agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us/JV.

Dated this the …………. day of …………. 20

……………………………….

(Signature and Name in Block letters of *All the Partners of the firm / * Authorised Signatory for the Company)

………………………………..

(* Strike out whichever is not applicable)

Seal of firm / Company

Witness 1 Witness 2

Name: Name: Address: Address: Occupation: Occupation:

Notes:

- To be executed by all the members individually, in case of a JV.

- The mode of execution of the Power of Attorney should be in accordance with the procedure, if any laid down by the applicable law and the charter documents of the executant (s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

ANNEXURE V

FORM OF AGREEMENT

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE) Agreement No. ……………………………… dated …………………. THIS AGREEMENT is made on ………… day of …………………… Two thousand ………………. between RITES Ltd. a Government of India Enterprise and a Company registered under Companies Act, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi - 110092 and its Corporate Office at RITES BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana) representing through ………………………………, RITES LIMITED acting for and on behalf of and as an Agent /Power of Attorney Holder of …………………. hereinafter called the Employer (which expression shall, wherever the context so demands or requires, include their successors in office and assigns) on one part and M/s…………………. hereinafter called the Contractor (which expression shall wherever the context so demands or requires, include his/ their successors and assigns) of the other part.

WHEREAS the Employer is desirous that certain works should be executed viz. ……………………………… (brief description of work) and has by Letter of Acceptance dated ……………………. accepted a tender submitted by the Contractor for the execution, completion, remedying of any defects therein and maintenance of such works at a total Contract Price of Rs. …………………. (Rupees ………………………… only)

NOW THIS AGREEMENT WITNESSETH as follows: -

1. In this Agreement words and expressions shall have the same meaning as are respectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents in conjunction with addenda/corrigenda to Tender Documents shall be deemed to form and be read and construed as part of this agreement viz.

The Letter of Acceptance dated …………………….

Priced Schedule (Bill) of Quantities

Notice Inviting Tender and Instructions to Tenderers.

RITES Tender and Contract Form [DELETED]

Special Conditions

Schedules A to F

Technical Specifications

Drawings

Amendments to Tender Documents (List enclosed)

General Conditions of Contract July 2019 (read with Correction Slip Nos. 1 to 10) comprising of

(i) Conditions of Contract

(ii) Clauses of Contract

(iii) RITES Safety Code

(iv) RITES -Model Rules for the protection of Health and Sanitary arrangements for Workers

(v) RITES – Contractor’s Labour Regulations

3. In consideration of the payment to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute, complete, remedy defects therein and maintain the works in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay to the Contractor in consideration of the execution, completion, remedying of any defects therein and maintenance of the works, the contract price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the Contract.

IN WITNESS where of the parties hereto have caused their respective common seals to be hereinto affixed (or have herewith set their respective hands and seals) the day and year first above written. SIGNED, SEALED AND DELIVERED BY

…………………………………………. In the capacity of ……………………… On behalf of M/s ……………………… (The Contractor) In the presence of Witness (Signature, Name & Designation) 1. 2.

…………………………………………. Representing RITES LIMITED In the capacity of Agent/Power of Attorney Holder For and on behalf of ……………………… (The Employer) In the presence of Witness (Signature, Name & Designation) 1. 2.

ANNEXURE VI

INTEGRITY PACT

Between

RITES LTD. acting for and on behalf of and as an Agent/Power of Attorney Holder of …………………………hereinafter called the “Employer” AND ………………………....…………... hereinafter referred to as "The Bidder/Contractor"

Preamble

The Employer intends to award, under laid down organizational procedures, contract/s for……………………………………………………………………………………………………………………..The Employer values full compliance with all relevant laws and regulations, and economic use of resources, and of fairness and transparency in his relations with the Bidder/s and/or contractor/s.

In order to achieve these goals, the Employer will appoint an Independent External Monitor (IEM) who will monitor the Tender process and execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Employer

(1) The Employer commits himself to take all measures necessary to prevent corruption and to observe the following principles: -

1. No employee of the Employer, personally or through family members, will in connection with the tender or for the execution of the contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

2. The Employer will, during the tender process, treat all Bidders with equity and reason. The Employer will in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential/additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution.

3. The Employer will exclude from the process all known prejudiced persons.

(2) If the Employer obtains information on the conduct of any of his employees which is a criminal offence under the IPC (Indian Penal Code)/PC (Prevention of Corruption) Act, or if there be a substantive suspicion in this regard, the Employer will inform its Chief Vigilance Officer and in addition can initiate disciplinary action.

Section 2 – Commitments of the Bidder/Contractor

(1) The Bidder/Contractor commits himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

1. The Bidder/Contractor will not directly or through any other person or firm, offer, promise or give to any of the Employer’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

2. The Bidder/Contractor will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions, to restrict competitiveness or to introduce cartelization in the bidding process.

3. The Bidder/Contractor will not commit any offence under the relevant IPC/PC Act; further the Bidder/Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Employer as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

4. The Bidder/Contractor will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

5. Foreign bidders shall disclose the name and address of agents and representatives in India.

6. Indian Bidders shall disclose their foreign principles or associates.

(2) The Bidder/ Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section 3 – Disqualification from tender process and exclusion from future contracts

If the Bidder/Contractor, before award or during execution has committed a transgression through a violation of Section 2 above, or in any other form such as to put his reliability or credibility in question, the Employer is entitled to disqualify the Bidder/Contractor from the tender process or take action as per the procedure mentioned in the "Guideline on Banning of Business Dealing" annexed and marked as Annexure "A".

Section 4 – Compensation for Damages

(1) If the Employer has disqualified in terms of the provisions in Section 3, the Bidder/Contractor from the tender process prior to the award of contract, the

Employer is entitled to demand and recover the damages equivalent to Earnest Money Deposit/Bid Security.

(2) If the Employer has terminated the contract during execution in terms of the provisions under Section 3, the Employer shall be entitled to demand and recover from the Contractor the damages equivalent to Earnest Money Deposit, Security Deposits already recovered and Performance Guarantee, which shall be absolutely at the disposal of the Employer.

Section - 5 previous transgressions

(1) The Bidder/Contractor declares that no previous transgression occurred in the last 3 years with any other Company in any country conforming to the Anti-Corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If the Bidder/Contractor makes incorrect statement on this subject, he can be disqualified from the tender process or action can be taken as per the procedure mentioned in "Guideline on Banning of Business Dealing".

Section - 6 Equal treatment of all Bidders/Contractors/Sub-Contractors

(1) The Bidder/Contractor undertakes to demand from all partners/sub-contractors (if permitted under the conditions/clauses of the contract) a commitment to act in conformity with this Integrity Pact and to submit it to the Employer before signing the contract.

(2) The Bidder/Contractor confirms that any violation by any of his partners/sub-contractors to act in conformity with the provisions of this Integrity Pact can be construed as a violation by the Bidder/Contractor himself, leading to possible Termination of Contract in terms of Section 4.

(3) The Employer will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions.

Section 7- Criminal charges against violating Bidders/Contractors/Sub- Contractors

If the Employer obtains knowledge of conduct of a Bidder, Contractor or Partners/Sub- Contractor, or of an employee or a representative or an associate of a Bidder, Contractor or Sub- Contractor, which constitutes corruption, or if the Employer has substantive suspicion in this regard, the Employer will inform the same to its Chief Vigilance Officer.

Section -8 Independent External Monitor/Monitors

(1) The Employer shall appoint competent and credible Independent External Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and will perform his functions neutrally and independently. He will report to the CMD/RITES Ltd.

(3) The Bidder/Contractor accepts that the Monitor has the right of access without restriction to all Project documentation of the Employer including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Partners/Sub-Contractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/Contractor/Partners/Sub-Contractor with confidentiality.

(4) The Employer will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Employer and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices or has reason to believe that violation of the agreement by the Employer or the Bidder/Contractor, has taken place, he will request the Party concerned to discontinue or take corrective action, or to take any other relevant action. The Monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner or refrain from action or tolerate action. The role of Monitor will be advisory and his advice will not be legally binding.

(6) As far as possible, the Monitor will submit a written report to the CMD/RITES Ltd. within 10 days from the date of reference or intimation to him by the Employer and should the occasion arise, submit proposal for correcting problematic situations.

(7) If the Monitor has reported to the CMD/RITES Ltd. of a substantiated suspicion of an offence under relevant IPC/PC Act, and the CMD/RITES Ltd. has not, within reasonable time, taken visible action to proceed against such offender or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

(8) Issues like warranty/guarantee etc. shall be outside the purview of IEMs.

(9) The word Monitor would include both singular and plural.

Section – 9 Pact Duration

This pact begins when both parties have legally signed it. It expires for the Contractor when his Security Deposit is released on completion of the Maintenance Period and for all other Tenderers six months after the Contract has been awarded.

If any claim is made/lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact specified above, unless it is discharged/determined by CMD/RITES Ltd.

Section 10 Other Provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction shall be as stated in the Contract Agreement.

(2) Changes and supplements as well as termination notices need to be made in writing.

(3) If the Contractor is a partnership or a consortium, this agreement must be signed by the Partner in charge/Lead Member nominated as being in charge and who holds the Power of Attorney signed by legally authorized signatories of all the partners/Members. The Memorandum of Understanding /Joint Venture Agreement will incorporate a provision to the effect that all Members of the Consortium will comply with the provisions in the Integrity Pact to be signed by the Lead Member on behalf of the Consortium. Any violation of Section 2 above by any of the Partners/Members will be construed as a violation by the consortium leading to possible Termination of Contract in terms of Section 3.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

(5) A person signing the IP shall not approach courts while representing the matters to IEMs and he/she will await their decision in the matter.

(6) In case of sub-contracting, the principal contractor shall take the responsibility of adoption of IP by the sub-contractor.

RITES Ltd. Agent / Power of Attorney Holder ………………………………….. ………………………………….. (For & on behalf of the Employer) (For the bidder/Contractor) (Official Seal) (Official Seal) Place: ……………………………

Date: …………………………….

Witness 1:

(Name & Address) …………………………… …………………………… …………………………… …………………………… Witness 2

(Name & Address) …………………………… …………………………… …………………………… ……………………………

ANNEXURE-A

Guidelines on Banning of Business Dealings

1. Introduction

1.1 RITES, being a Public Sector Enterprise and „State‟, within the meaning of Article 12 of Constitution of India, has to ensure preservation of rights enshrined in Chapter III of the Constitution. RITES has also to safeguard its commercial interests. It is not in the interest of RITES to deal with Agencies who commit deception, fraud or other misconduct in the execution of contracts awarded / orders issued to them. In order to ensure compliance with the constitutional mandate, it is incumbent on RITES to observe principles of natural justice before banning the business dealings with any Agency.

1.2 Since banning of business dealings involves civil consequences for an Agency concerned, it is incumbent that adequate opportunity of hearing is provided and the explanation, if tendered, is considered before passing any order in this regard keeping in view the facts and circumstances of the case.

2. Scope

2.1 The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies, has been laid down in these guidelines.

2.2 It is clarified that these guidelines do not deal with the decision of the Management not to entertain any particular Agency due to its poor/inadequate performance or for any other reason.

2.3 The banning shall be with prospective effect, i.e., future business dealings.

3. Definitions

In these Guidelines, unless the context otherwise requires:

i) ‘Bidder/Contractor/Supplier’ in the context of these guidelines is indicated as ‘Agency’.

ii) ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following:

a) The Director shall be the ‘Competent Authority’ for the purpose of these guidelines. CMD, RITES shall be the ‘Appellate Authority’ in respect of such cases.

b) CMD, RITES shall have overall power to take suo-moto action on any information available or received by him and pass such order(s) as he may think appropriate, including modifying the order(s) passed by any authority under these guidelines.

iii) ‘Investigating Department’ shall mean any Department, Division or Unit investigating into the conduct of the Agency and shall include the Vigilance Department, Central Bureau of Investigation, the State Police or any other department set up by the Central or State Government having powers to investigate.

iv) ‘Banning Committee’ shall mean a Committee constituted for the purpose of these guidelines by the competent authority. The members of this Committee shall not, at any stage, be connected with the tendering process under reference.

4. Initiation of Banning/Suspension

Action for banning/suspension business dealings with any Agency should be initiated by the department/unit having business dealings with them after noticing the irregularities or misconduct on their part.

5. Suspension of Business Dealings

5.1 If the conduct of any Agency dealing with RITES is under investigation by any department, the Competent Authority may consider whether the allegations under investigation are of a serious nature and whether pending investigation, it would be advisable to continue business dealing with the Agency. If the Competent Authority, after consideration of the matter including the recommendation of the Investigating Department/Unit, if any, decides that it would not be in the interest to continue business dealings pending investigation, it may suspend business dealings with the Agency. The order to this effect may indicate a brief of the charges under investigation. The order of such suspension would operate for a period not more than six months and may be communicated to the Agency as also to the Investigating Department.

The Investigating Department/Unit may ensure that their investigation is completed and whole process of final order is over within such period.

5.2 As far as possible, the existing contract(s) with the Agency may be continued unless the Competent Authority, having regard to the circumstances of the case, decides otherwise.

5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be informed that its conduct is under investigation. It is not necessary to enter into correspondence or argument with the Agency at this stage.

5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency before issuing the order of suspension. However, if investigations are not complete in six months’ time, the Competent Authority may extend the period of suspension by another three months, during which period the investigations must be completed.

6. Grounds on which Banning of Business Dealings can be initiated

6.1 If the security consideration, including questions of loyalty of the Agency to the State, so warrants;

6.2 If the Director/Owner of the Agency, proprietor or partner of the firm, is convicted by a Court of Law for offences involving moral turpitude in relation to its business dealings with the Government or any other public sector enterprises or RITES, during the last five years;

6.3 If there is strong justification for believing that the Directors, Proprietors, Partners, owner of the Agency have been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolations, etc.;

6.4 If the Agency employs a public servant dismissed/removed or employs a person convicted for an offence involving corruption or abetment of such offence;

6.5 If business dealings with the Agency have been banned by the Govt. or any other public sector enterprise;

6.6 In case any information/document which may result in the tenderer’s disqualification is concealed by the Tenderer or any statement/information/document furnished by the Tenderer or issued by a Bank/Agency/Third Party and submitted by the tenderer, is subsequently found to be false or fraudulent or repudiated by the said Bank/Agency/Third Party.

6.7 If the Agency uses intimidation/threatening or brings undue outside pressure on the Company (RITES) or its official in acceptance/performances of the job under the contract;

6.8 If the Agency indulges in repeated and/or deliberate use of delay tactics in complying with contractual stipulations;

6.9 Based on the findings of the investigation report of CBI/Police against the Agency for malafide/unlawful acts or improper conduct on his part in matters relating to the Company (RITES) or even otherwise;

6.10 Established litigant nature of the Agency to derive undue benefit;

6.11 Continued poor performance of the Agency in several contracts;

(Note: The examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealing for any good and sufficient reason).

7. Banning of Business Dealings

7.1 A decision to ban business dealings with any Agency shall apply throughout the Company.

7.2 If the Competent Authority is prima-facie of view that action for banning business dealings with the Agency is called for, a show-cause notice may be issued to the Agency as per paragraph 8.1 and an enquiry held accordingly.

8. Show-cause Notice

8.1 In case where the Competent Authority decides that action against an Agency is called for, a show-cause notice has to be issued to the Agency. Statement containing the imputation of misconduct or mis-behaviour may be appended to the show-cause notice and the Agency should be asked to submit within 30 days a written statement in its defence. If no reply is received, the decision may be taken ex-parte.

8.2 If the Agency requests for inspection of any relevant document in possession of RITES, necessary facility for inspection of documents may be provided.

8.3 On receipt of the reply of the Agency, or in case no reply is received within the prescribed time, the Competent Authority shall refer the case along with relevant details to the Banning Committee, which shall examine the reply of the Agency and other facts and circumstances of the case and submit its final recommendation to the Competent Authority for banning or otherwise. In case the action contemplated against the Agency includes forfeiture of EMD also besides Banning of Business Dealings, the Banning Committee will also examine whether Clause 9.4 of Tender and Contract Document is attracted and recommend forfeiture or otherwise of EMD considering all facts and circumstances of the case. A final decision on forfeiture or otherwise of the EMD and for Company-wide banning or otherwise shall be taken

by the Competent Authority. The Competent Authority may consider and pass an appropriate speaking order:

a) For completely exonerating the Agency; or b) For forfeiture of EMD but for not banning of business dealings with the Agency;

or c) For forfeiture of EMD and banning the business dealings with the Agency.

8.4 The decision should be communicated to the Agency concerned along with a reasoned order. If it decided to ban business dealings, the period for which the ban would be operative may be mentioned.

9. Appeal against the Decision of the Competent Authority

9.1 The Agency may file an appeal against the order of the Competent Authority banning business dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall be preferred within one month from the date of receipt of the order banning business dealing, etc.

9.2 Appellate Authority would consider the appeal and pass appropriate order which shall be communicated to the Agency as well as the Competent Authority.

10. Review of the Decision by the Competent Authority

Any petition/application filed by the Agency concerning the review of the banning order passed originally by Competent Authority under the existing guidelines either before or after filing of appeal before the Appellate Authority or after disposal of appeal by the Appellate Authority, the review petition can be decided by the Competent Authority upon disclosure of new facts/circumstances or subsequent development necessitating such review.

11. Circulation of the names of Agencies with whom Business Dealings have been banned.

11.1 Depending upon the gravity of misconduct established, the Competent Authority of RITES may circulate the names of Agency with whom business dealings have been banned, to the Ministry of Railways and PSUs of Railways, for such action as they deem appropriate.

11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request for more information about the Agency with whom business dealings have been banned a copy of the report of Inquiring Authority together with a copy of the order of the Competent Authority/Appellate Authority may be supplied.

12. Restoration

12.1 The validity of the banning order shall be for a specific time & on expiry of the same, the banning order shall be considered as "withdrawn".

12.2 In case any agency applies for restoration of business prior to the expiry of the ban order, depending upon merits of each case, the Competent Authority which had passed the original banning orders may consider revocation of order of suspension of business/lifting the ban on business dealings at an appropriate time. Copies of the restoration orders shall be sent to all those offices where copies of Ban Orders had been sent.

ANNEXURE VII

MANDATE FORM To RITES Ltd. ……………………………. …………………………….

Dear Sir, Authorization for payments through Electronic Fund Transfer System (RTGS/NEFT)

We hereby authorize RITES Ltd. to make all our payments, including refund of Earnest Money, through Electronic Fund Transfer System (RTGS/NEFT). The details for facilitating the payments are given below:

(TO BE FILLED IN CAPITAL LETTERS)

1 NAME OF THE BENEFICIARY

2 ADDRESS WITH PIN CODE

3 (A) TELEPHONE NO. WITH STD CODE

(B) MOBILE NO.

4 BANK PARRTICULARS

A BANK NAME

B BANK TELEPHONE NO. WITH STD CODE

C BRANCH ADDRESS WITH PIN CODE

D BANK FAX NO. WITH STD CODE

E 11 CHARACTER IFSC CODE OF THE BANK (EITHER ENCLOSE A CANCELLED CHEQUE OR OBTAIN BANK CERTIFICATE AS APPENDED)

F BANK ACCOUNT NUMBER AS APPEARING IN THE CHEQUE BOOK

G BANK ACCOUNT TYPE (TICK ONE) SAVING CURRENT LOAN CASH CREDIT OTHERS

H IF OTHERS, SPECIFY

5 PERMANENT ACCOUNT NUMBER (PAN)

6 E-MAIL ADDRESS

I / We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit it not effected at all for reasons of incomplete or incorrect information, I / We would not hold RITES Ltd. responsible. Bank charges for such transfer will be borne by us.

Date:

SIGNATURE

(AUTHORISED SIGNATORY) Name …………….…………

BANK CERTIFICATION

It is certified that the above mentioned beneficiary holds bank account No………………………. with our branch and the Bank particulars above are correct. Date:

SIGNATURE

(AUTHORISED SIGNATORY) Name …………….…………

OFFICIAL STAMP

ANNEXURE VIII

-BLANK-

ANNEXURE IX PRE-QUALIFICATION PERFORMA

Name of work

Construction and Development works of RITES RPO Building at Gomti Nagar, Lucknow.

Tender No. RITES/CP/TC/RPO/LKO/2021

Name of the Bidder

Details of Cost of Tender Document paid by Banker’s Cheque/Pay Order/Demand Draft

Name & Address of Issuing Bank

Amount Date of Issue Instrument placed at

Details of EMD/Bid Security Declaration as per Annexure XI

Annual Financial Turnover

S. No. Financial Years Turn Over (Rs. In Lacs)

Documents placed at:

Remarks

1 2020-21

2 2019-20

3 2018-19

Profitability

S. No.

Financial Years Profit with (+) sign or Loss with (-) sign (In Lacs)

Documents placed at:

Remarks

1 2020-21

2 2019-20

3 2018-19

Similar Work Experience

S. No. Name of work

Name of Client

Actual Date of Start

Actual Date of Completion

Actual Completion Cost

Completion Certificates placed at:

Remarks

1

2

3

4

Construction Experience in Key Activities (if applicable)

S. No.

Key Activity/ Component

Quantity of Key Activity/ Component Executed

Amount of Key Activity/ Component Executed

Name of work

Name of Client

Actual Date of Start and date of Completion of Key Activity

Certificate placed at:

Remarks

1

2

3

4

Net Worth

S. No. Financial Years Net Worth (in Rs.)

Documents placed at:

Remarks

1 2020-21

Other Documents to be submitted along with Tender Documents: S. No. Particulars Documents placed

at: Remarks

1 Declaration by the Bidder as per Proforma-3

2 Self-attested copy of Partnership Deed/Memorandum and Articles of Association of the Firm

3

Self-attested copy of Written Power of Attorney of the signatory of the Tender on behalf of the tenderer. (Annexure-III or Annexure IV as applicable)

4

Self-attested copy of a certificate, confirming that the applicant is working contractor or has executed any work within the last seven years reckoned from the date of opening of tender, for Railways, CPWD, MES, DOT, RITES, State PWD or any other Central/State Government Department, Central/State Government Undertaking or their subsidiaries, Municipal Body, Autonomous Body of Central/State Governments or Public Ltd., Companies listed on Stock Exchange in India or Abroad or subsidiaries of such companies

5

List of similar works satisfying qualification criterion completed during the last seven years as per Proforma-1

6 Integrity Pact as per Annexure-VI

7 Self-attested copy of Guidelines on Banning of Business Dealings as per Annexure-A

8 Self-attested copy of Corrigendum/Minutes of Pre-Bid Meeting, if any.

S. No. Particulars Documents placed at:

Remarks

9 RTGS/NEFT details as per Annexure- VII

10 Self-attested copy of GST Registration Certificate

ANNEXURE X List of 60 Districts covered under IAP

S. No. State District

1 Andhra Pradesh Adilabad

2 Andhra Pradesh Khammam

3 Bihar Arwal

4 Bihar Aurangabad

5 Bihar Gaya

6 Bihar Jamui

7 Bihar Jehanabad

8 Bihar Nawada

9 Bihar Rohtas

10 Chhatisgarh Bastar

11 Chhatisgarh Bijapur

12 Chhatisgarh Dantewada

13 Chhatisgarh Jashpur

14 Chhatisgarh Kanker

15 Chhatisgarh Kawardha

16 Chhatisgarh Koriya

17 Chhatisgarh Narayanpur

18 Chhatisgarh Rajnandgaon

19 Chhatisgarh Surguja

20 Jharkhand Bokaro

21 Jharkhand Chatra

22 Jharkhand Garhwa

23 Jharkhand Gumla

24 Jharkhand Hazaribagh

25 Jharkhand Kodarma

26 Jharkhand Latehar

27 Jharkhand Lohardaga

28 Jharkhand PachimSinghbhum

29 Jharkhand Palamu

30 Jharkhand PurbiSinghbhum

31 Jharkhand RamGarh

S. No. State District

32 Jharkhand Saraikela

33 Jharkhand Simdega

34 Madhya Pradesh Anuppur

35 Madhya Pradesh Balaghat

36 Madhya Pradesh Dindori

37 Madhya Pradesh Mandla

38 Madhya Pradesh Seoni

39 Madhya Pradesh Shahdol

40 Madhya Pradesh Sidhi

41 Madhya Pradesh Umaria

42 Maharashtra Gadchiroli

43 Maharashtra Gondiya

44 Orissa Balangir

45 Orissa Debagarh /Deogarh

46 Orissa Gajapati

47 Orissa Kalahandi

48 Orissa Kandhamal /Phulbani

49 Orissa Kendujhar /Keonjhar

50 Orissa Koraput

51 Orissa Malkangiri

52 Orissa Mayurbhanj

53 Orissa Nabarangapur

54 Orissa Nuapada

55 Orissa Rayagada

56 Orissa Sambalpur

57 Orissa Sonapur

58 Orissa Sundargarh

59 Uttar Pradesh Sonbhadra

60 West Bengal PaschimMedinipur

ANNEXURE XI

Bid Security Declaration (Affidavit on Non-Judicial Stamp Paper of Rs. 10/- duly attested by Notary/Magistrate) Date:…………………………. Tender No………………………… To RITES Ltd. ………….. I/We, The undersigned declare that: I/We understand that, according to your tender conditions, bids must be supported by a Bid Security Declaration. I/We accept that I/We may be disqualified from participating for any tender of RITES Ltd. for a period upto two years from the date of issue of LOA, if I am/ We are in a breach of any obligation under the tender conditions, because I/We a) have withdrawn/modified/amended, impairs or derogates from the Bid in any respect

during the period of bid validity of your Bid; or b) fail or refuse to furnish Performance Guarantee within the period specified under Clause

1 of “Clauses of Contract” or fails to commence the work without valid reasons within the period as specified in Schedule F after the date of issue of Letter of Acceptance or from the first date of handing over of the site, whichever is later.

I/We undersigned this Bid Security Declaration shall cease to be valid if I am/we are not the successful Bidder, upon the earlier of (i) the receipt of your notification of the name of the successful Bidder; or (ii) thirty days after the expiration of the validity of my/our Bid.

SEAL, SIGNATURE & NAME OF THE BIDDER

Signing this document (Note: It is mandatory to submit the Bid Security Declaration alongwith the Bid Document in place of Earnest Money. In case of a Joint Venture, the Bid Security Declaration must be in the name of all partners to the Joint Ventures that submit the bid)

SECTION 2

TENDER AND CONTRACT FORM FOR WORKS

-DELETED-

SECTION 3

SPECIAL CONDITIONS

SECTION 3

SPECIAL CONDITIONS

(i) Special Conditions relating to existing Clauses of Contract and Additional Special Conditions:

1. In addition to clause 17 of RITES GCC, the security deposit shall be released after getting all NOCs & Occupation certificates from local authorities and handing over the building to owner.

2. Any garbage shall not be burnt on or off site and shall be disposed off safely. If the same is not done, the contractor will be solely responsible for all the consequences including penalties by the local Authorities.

3. Site will be suitably barricaded. 4. Complete set of drawings shall be filed and kept on site in safe and clean location

for reference. 5. Existing trees on site and nearby land shall be protected (which are not planned to

be cut) for the complete course of construction. Contractor shall ensure that malba, construction materials or any activities do not damage any trees.

6. Contractor shall not leave construction materials on road. Easy and safe movement of traffic shall be ensured at all times. In case of temporary unloading of material (not more than 6 hrs) on part of road, easily legible signage shall be put for safety or passer-by.

7. Appropriate treatment/ arrangement shall be made to keep site pest free and in hygienic condition.

8. Noise related activities will only be taken up for construction during the period as permitted by local Authorities.

9. Contractor shall take care of social distancing and all the other guidelines issued by MHA/ State Govt./Local Administration regarding COVID-19 pandemic at work site and labour campus. Nothing will be paid extra on this account.

10. The progress/ status of work will be monitored on BIM-4D. In addition to his own arrangements for updating real time progress/ status of site; contractor will arrange 4 licences for RITES for whole duration of project i/c maintenance period and nothing shall be paid extra on this account.

11. CONNECTIONS and OCCUPANCY/COMPLETION CERTIFICATE: It will be the responsibility of the Contractor to get the works approved and obtain completions, stage completions and occupancy certificates and necessary connection for building work, Electrical work, main water supply & sewerage connection. Rates quoted shall cover all expenses to be borne for obtaining above approvals, Occupancy/Completion Certificate. However, any statutory fees to be paid on account of above shall be paid by the Employer.

12. WATER SUPPLY & ELECTRICITY:

The tube well boring is not permitted at site of work as per LDA rules, Lucknow. Contractor shall make his own arrangements for obtaining temporary water supply and electrical supply connections required for the work and site office from the relevant local authorities, at his own cost or arrange water, good for construction

and for drinking purpose from any other source. All other charges for getting the construction water supply and electrical connections including incidental charges, anti-malarial treatment payable, conveyance, storage, consumption charges etc shall be borne by the Contractor.

The Contractor’s electrical installation shall conform in all respect to the relevant rules, regulations, statutory provisions and codes of practice as also be in accordance with the rules of the local electricity authority, new or as may be amended/enforced from time to time in the future. Installation test reports shall invariably be furnished by the Contractor before any load is connected.

Engineer-in-Charge may any time summarily disconnect, in the interest of safety, the power supply without notice, if any dangerous situation is seen in the Contractor’s installation or if the Contractor has failed to maintain the installation satisfactorily. The responsibility for such a disconnection will always be with the Contractor who will have no claim whatsoever in this respect.

13. Disposal of Surplus Earth:

The surplus excavated earth shall be removed from the site in an approved manner with the approval of Engineer-in-Charge and as per rules and locations specified by the local authority. Contractor may use this surplus earth free of cost or dispose it off at the designated locations by the local authorities. However no additional payment for disposing off surplus earth, transportation etc. shall be made to the contractor on this account.

14. Dewatering:

While excavation of works, contractor may have to lower the sub soil water table. However this is to mention that as per Soil Investigation Report water table is not observed upto 20 metre depth. The Contractor shall provide for the purpose of excavation under water all the necessary dewatering equipment like well points, pumps (including stand byes), pipes, conduits, etc. and make necessary arrangement for proper drainage of the pumped water from the well points and its easy disposal without affecting the site and the adjoining areas till the time the sub soil water pressure is not hindering the execution of work. Any permission required for such disposal of water to other areas, shall be taken from the respective authorities by the Contractor at his own cost.

All water which may get accumulated in excavations during the progress of work from whatever cause or source, shall be bailed or pumped out as necessary. No additional payment shall be made to the Contractor on account of dewatering.

15. Use of PPC Cement:

The Contractor will use Portland Pozzolana Cement, as required in the work, from manufacturers specified in the preferred make list. This is required for obtaining the minimum flyash content specified as per GRIHA norms. The rates quoted by the Contractor shall be deemed to be inclusive of the same and no extra payment/deduction of payment shall be made on this account.

16. Employment of Certified Plumber:

Certified plumbers should be employed by the Contractor on the work for main sewer , water supply both filtered and unfiltered main.

17. Hiring of Specialized Agencies:

Specialized items are to be got executed through potential specialized agencies and their credentials shall be got approved by the Engineer-in-Charge before the start of work.

18. Materials, its sample approval, procurement, testing and storage:

The Contractor should make his own arrangement to obtain all materials required for the work, except otherwise stated. All materials shall, so far as procurable, be of the respective kinds described in the Schedule of Items/ Quantities and/or specifications and in accordance with the Engineer-in-Charge instructions, and the Contractor shall furnish with all invoices, accounts, receipts and other vouchers to prove that the materials comply there with upon the direction of the Engineer-in-Charge. The Contractor shall at his own cost arrange for and/or carry out any test of any materials which the Engineer-in-Charge may require.

The Contractor shall submit, samples of all the finishing materials, to the Engineer-in-Charge for approval, as directed by the Engineer-in-Charge much in advance, so as to avoid any complications regarding availability. Also, whenever samples are to be prepared for approval, the same shall be prepared immediately on receipt of the drawings and got approved by the Engineer-in-Charge.

Approval of the samples of various materials given by the Engineer-in-Charge shall not absolve the Contractor from the responsibility of replacing defective material brought on site or materials used in the work found defective at a later date. The Contractor shall have no claim to any payment or compensation whatsoever on account of any such materials being rejected by the Engineer-in-Charge. No procurement/ collection of material shall be made before it is approved by the Engineer-in-Charge. Engineer-in-Charge will check that the work is done satisfactorily and the Contractor has complied with all the remarks, comments, defects or deficiencies suggested by the Engineer-in-Charge. All the testing charges, facilities, consumables including fuel etc shall be borne by the Contractor and nothing extra shall be paid on this account.

19. Warranties and Guarantees:

All warranties and guarantees of all equipment’s/installations/fixtures etc. procured by the Contractor shall be in the name of RITES Limited.

20. No Objection Certificates:

The contractor will be fully responsible for all statutory inspections and checks for getting the Sewer, Water Connection, Electric Connection from the local bodies after completing all the formalities & obtaining their mandatory permissions/

approvals / N.O.Cs. and final clearance/N.O.Cs. from the Fire & Lift Department, Electricity Department, Municipal Corporation/development authority, PHED etc. for getting the Completion Certificate from LDA, Lucknow. All statutory charges, if any, applicable shall be reimbursed on production of documentary proof.

21. Training:

Contractor shall impart training of operation and maintenance of equipment’s to RITES staff (for one month) free of cost and submit the operation and maintenance manuals of all equipment’s/systems.

22. Shop Drawings:

The Contractor shall prepare and submit to RITES for approval detailed shop/working drawings of all works on award of the work where applicable. Three sets of all such drawings shall be submitted to RITES for approval.

The Contractor shall also take parallel action (after award of work) for submission of applications along with the drawings, documents and details etc. to various Statutory Bodies/Authorities for obtaining their approval/clearances.

The Contractor shall re-submit 3 sets of all the drawings to RITES within 7 days from the date of receiving comments, if any, from RITES after incorporating the comments.

23. Contractor to work in Co-ordination with other Contractors engaged by the

Engineer-in-Charge:

The Contractor shall work in close co-ordination with all/any other Contractors and their workmen who may be engaged by Engineer-in-Charge in the site of work. The responsibility of working in tandem and in close co-ordination shall be the responsibility of the Contractor who shall plan accordingly to carry out/execute the items of work and also provide reasonable opportunities to other Contractors for carrying out their job. No claim whatsoever for non-compliance of the same shall be entertained and nothing extra shall be paid.

24. Special conditions for Green Building (GRIHA) provisions:

a. The building is aiming for Green Building Certification under GRIHA-4 rating. The Contractor shall follow the Green Building Standards and carry out compliances as per Green Building rules and as directed by Engineer-in-Charge.

b. All items to be quoted shall be as per Green Building provisions and shall adhere to GRIHA-4 Green Building rating system and Green Building Standards. This is irrespective of whether the same have been mentioned in the technical specifications or the Bill of Quantities.

c. The Contractor to ensure before quoting that the make of material specified in the tender confirms to Green Building norms. Since the building is aiming for

GRIHA 4-star rating, it is mandated that all products have to be accordingly complied.

d. The Contractor shall submit all Technical Submittals in a spiral bound format

to the Engineer-in-Charge for approval, where all the catalogues of items of the BOQ are complying with the item/specifications.

e. The Contractor has to carry out necessary measures to be taken on site to reduce air pollution for example site barricading to a height of 3m or as required in GRIHA norms on the site perimeter, carry out wheel washing of vehicles entering/exiting the site, sprinkling water on roads with loose dust, arrangement of water sprayers around concrete mixers etc. as per GRIHA norms.

f. Best management practices such as erosion and sediment controls, disposing of sanitary waste and construction waste materials, handling of hazardous materials, contamination prevention etc as per GRIHA norms are to be followed and checklist shall be maintained by the Contractor as per directions of Engineer-In-Charge.

g. Labour huts to be made as per GRIHA norms which should be well ventilated and with proper drinking water facilities should be there.

h. Toilets may be made keeping in view the privacy and hygienic conditions.

Above points are indicative; however, all measures required as per GRIHA norms to be adopted.

SPECIAL CONDITIONS (Electrical Works)

1. The Electrical Installation work shall be carried out in accordance with Indian Standard Code of Practice. It shall also be in conformity with the current Indian Electricity rules and regulations and requirements of the Local Electricity Supply Authority, so far as these become applicable to installation. Electrical work in general shall be carried out as per following CPWD Specifications amended upto date. General Specifications for Electrical Works. Internal Electrical Works - 2013

Fire Detection and alarm system - 2018 Lift & Escalators Works - 2003 DG Sets - 2013 Substation - 2013 General specifications for heating, ventilation & air- conditioning (HVAC) works – 2017

2. NO OBJECTION CERTIFICATES: The contractor has to obtain all clearances & approvals from any statutory authority / local bodies pertaining to Electrical installations. The contractor shall obtain all information relating to local regulations, Bye-laws, applicable if any and all laws relating to his work or profession and in execution of work as required. Contractor shall obtain approval of the installation from the relevant inspection authorities at all stages and on completion of the installation work. Any fee payable to the statutory authority for obtaining approvals is required to be paid by the contractor. However the necessary reimbursement of the fee deposited by the contractor to any statutory authority (as mentioned above) will be made on production/submission of the valid documentary proof/evidence.

3. WARRANTIES and GUARANTEES: All warranties and guarantees of all equipments/installations/fixtures etc. procured by the contractor shall be in the name of client.

4. TRAINING: Contractor shall impart training of operation and maintenance of equipments to client’s staff (for one week) free of cost and submit the operation and maintenance manuals of all equipments/ systems.

5. SHOP DRAWINGS:

The contractor shall prepare and submit to RITES for approval detailed shop/working drawings of all works on award of the work where applicable. Four set of all such drawings shall be submitted to RITES for approval.

The contractor shall also take parallel action (after award of work) for submission of applications along with the drawings, documents & details etc. to various Statutory Bodies/Authorities for obtaining their approval/clearances.

The contractor shall re- submit 3 sets of all the drawings to the RITES within 7 days from date of receiving comments, if any, from the RITES after incorporating the comments.

6. PRE-DELIVERY INSPECTION & APPROVAL: The contractor shall offer the pre-delivery inspection of all the materials at manufacturers work to the Engineer-in-charge. The intimation for such inspections shall be given at least 15 days in advance from the date of proposed inspection. RITES along with CLIENT representative may inspect any/all the materials required in this project. All the testing facilities and all the consumables including the fuel etc. during the testing shall be provided by the contractor and nothing extra shall be paid on this account.

7. COMPLETION DRAWINGS: After completion of work, the contractor shall have to submit the following set of drawing to RITES.

4 sets of hard copies + 3 Soft Copy (in ‘Auto CAD’ applicable version) in CD of the related all drawings.

8. DOCUMENTS TO BE FURNISHED ON COMPLETION OF INSTALLATION: Six sets of the following shall be furnished to RITES / CLIENT by the contractor on completion of the work: -

a) Completion Drawings. b) Manufacturer's catalogues of all equipment and accessories, operation and

maintenance manuals of all major equipment, detailing all adjustments, operation and maintenance procedure.

c) Manufacturer’s Guarantee /Warrantee certificates of all the equipments & materials etc.

d) Clearances/approval of various Statutory Bodies/Authorities for this system. e) Any other information the Engineer-in-charge may deem fit.

No completion certificate will be issued until the above drawings and documents are submitted to the Engineer-in-charge.

9. The contractor shall be fully responsible for the maintenance including watch and ward of all the installations provided by him until the works are handed over to client. Thereafter, the work can be handed over to the Client along with all inventories, completion plans etc. as required.

10. CO-ORDINATION:

The Contractor shall co-operate with all other agency working in the same project, compare plans, specifications and the time schedules and so arrange his work that there will be no interference. The Contractor shall forward to the Engineer-in-charge all correspondence and drawings so exchanged. Failure to check plans for conditions will render the contractor responsible for bearing the cost of any subsequent change found necessary or damages done.

However, Contractor shall afford necessary facilities to execute the work

simultaneously with other agencies executing the works like electrification, HVAC external services and other building works for the same project. RITES shall entertain no claim on this account.

The work shall be executed in close Coordination with the progress of building work.

This being the essence of the contract, an activity chart clearly showing critical areas should be furnished before commencing the work for proper monitoring and coordination.

11. HANDING OVER THE WORKS ON COMPLETION:

On satisfactory completion of all the works as per the provision of the Contract, the Contractor shall hand over the works to the Client. The Contractor shall ensure that all the testing, commissioning & trial run operation of all the system are simultaneously carried out so as to make the same functional immediately on completion. It shall be the responsibility of the contractor to obtain clearances from all the Statutory Bodies like Electrical Inspector, Fire Officer & Lift Inspector etc. if required for the installations prior to commissioning & handing over the same after completion of work.

12. All material to be used on works shall bear I.S. Certification work unless otherwise the make specified in the item or special conditions appended with the tender document. In case I.S. marked materials or the materials mentioned in the tender document are not used due to non-availability, the materials used shall conform to I.S. code or CPWD Specifications applicable in this contract. In such cases the Engineer-in-charge shall satisfy himself about the quality of such materials and give his approval in writing. Only articles classified as “First Quality” by the manufacturers shall be used unless otherwise specified. All materials not having I.S. marking shall be tested as per provision of the Mandatory Tests in CPWD Specifications and the relevant IS specifications. The Engineer-in-charge may relax the condition regarding testing if the quantity of materials required for the work is small. For the products bearing ISI certification work, no further testing is required at site. In all such cases of use of IS certified materials, proper proof of procurement of materials from authentic

manufactures shall be provided by the contractor to the satisfaction of Engineer-in-charge.

13. The work shall be carried out in a manner complying in all respects with the requirements of relevant bye-laws of local body under the jurisdiction of which the work is to be executed or as directed by the Engineer-in-charge and nothing extra shall be paid on this account.

14. For items, where so required, samples shall be prepared before starting the particular items of work for prior approval of the engineer-in-charge and nothing Extra shall be payable on this account

15. TERMS OF PAYMENT:

Progressive on account payment in form of running account Bills will be made to the Contractor as follows:

a) 70% of quoted rate as per Contract against supply of material at site in good

condition accompanied by relevant test certificates and documents after deducting towards any recovery as per contract.

b) 20% of quoted rate as per Contract against satisfactory installation of equipment at

site after deducting towards any recovery as per contract and the payment already made.

c) Balance 10% of quoted rate as per Contract upon successful testing,

commissioning, handing over of installation including submission of final approval from the various Statutory Bodies/Authorities or any other Statutory Body (if required) after deducting towards any recovery as per contract and the payments already made.

16. CLARIFICATIONS OF DISCREPANCIES: In the case of Discrepancies between the schedule of quantity, the specifications and/or the Drawings, the following order of preferences shall be followed:-

(i) Description of schedule of quantities. (ii) Special conditions & Technical Specifications , if any (iii) Drawings (iv) CPWD Specifications (v) Indian standard specifications of BIS

17. CONDITIONS FOR ELECTRICAL AND SERVICES WORKS:

Certain works are required to be carried out through Specialized Agencies, which shall be appointed by the successful bidder with the approval of RITES. The Proposal of Such Specialized Agencies along with all requisite details shall be put up by the successful bidder to RITES for approval. The Overall responsibility for progress and quality of work shall be of successful bidder and shall ensure that payment made in

respect of work to the specialized Agencies promptly. The successful bidder will be responsible for the proper interfacing between civil and all other specialized agencies. On completion of the work, the agency shall obtain and deliver to RITES and Certificate(s) of inspection & approval by Electrical inspectorate of local administration.

i) The Electrical Work should be executed by an experienced Electrical

Contractor as per the regulation of Indian Electricity Rules and Local Electrical Inspector’s requirements. The contractor should have a valid Grade ‘A’ license.

ii) The HVAC works shall be carried out by specialized agency having the similar experience of SITC of any air conditioning system with water cooled chillers including BMS of similar or more capacity.

iii) The Solar works shall be carried out by specialized agency having the similar experience of SITC of any roof mounted solar system of similar or more capacity.

SECTION 4

PROFORMA OF SCHEDULES

SECTION 4

PROFORMA OF SCHEDULES

Schedule ‘A’

Schedule of quantities (As per Bill of Quantities attached)

(BOQ to be attached with Financial Bid) Schedule ‘B’

Schedule of materials to be issued to the contractor

(Refer Clause 10 of Clauses of Contract)

S. No. Description of Items

Quantity Rate in Figures & words at which the material will be charged to the Contractor

Place of Issue

1 2 3 4 5

-Not Applicable-

Schedule ‘C’

Tools and Plants to be hired to the Contractor

(Refer Clause 34 of Clauses of Contract)

S. No. Description Hire Charges per Day Place of Issue

1 2 3 4

-Not Applicable-

Schedule ‘D’

Extra schedule for specific requirements / documents for the work, if any

-Not Applicable-

Schedule ‘E’

Schedule of components of Cement, Steel, Other materials, POL, Labour etc. for Price Escalation.

Clause 10 CC– Applicable

Component of Cement (Xc) expressed as percent of total value of work } 5.00 %

Component of steel (XS) expressed as percent of total value of work } 15.00 % Component of other materials (XM) (except cement & steel) expressed as per cent of total value of work } 55.00 %

Component of labour (Y) expressed as percent of total value of work } 25.00 %

Component of P.O.L (Z) expressed as percent of total value of work } 0.00 %

Total } 100 %

Schedule ‘F’

Reference to General Conditions of Contract

Name of Work: Construction and Development works of RITES RPO Building at Gomti Nagar, Lucknow

Estimated cost of work: Rs. 69.84 Crores

Earnest money: Bid Security Format as Per Annexure - XI

Performance Guarantee (Ref. Clause 1) 3% of Tendered Value

Security Deposit: (Refer clause 1A) 5% of Tendered Value

Notice Inviting Tender and Instruction to Tenderers

Officer inviting tender: General Manager/CP

CONDITIONSOF CONTRACT

Definitions

2 (iv) Employer RITES Ltd.

2 (v) Engineer-in-Charge General Manager (CP)

2 (vii) Accepting Authority Executive Director (B&A)

2 (ix) Percentage on Cost of materials and Labour to cover all overheads and profits 15%

2 (x) Standard Schedule of Rates CPWD DSR- 2018 to be read as DSR-2019

2 (xiii) Date of commencement of work: 15 days from the date of issue of LOA or the first day of handing over of site whichever is later.

9 (a) (ii) General Conditions of Contract: RITES General Conditions of Contract July 2019 Edition as modified & corrected up to Correction Slip No. 1 to 10

CLAUSES OF CONTRACT

Clause1

1 (i) Time allowed for submission of P.G. from the date of issue of Letter of Acceptance 15 Days

Maximum allowable extension beyond the period provided in (i) above 7 Days

Clause 2

Authority for fixing compensation under Clause 2: Executive Director (B&A)

Clause 2 A: Whether Clause 2A shall be applicable No

Clause 5: 5.1 (a) Time allowed for execution of work 27 months from the

date of start

Date of start: 15 Days from the date of issue of Letter of Acceptance or the first date of handing over of site whichever is later

5.1 (b) TABLE OF MILESTONE(S):

S. No. Financial Progress Time allowed (from date of start)

Amount to be withheld in case of non-achievement of milestone

1 1/8th of accepted value 1/4th of completion period

Rs.1.00 Lakhs per day subject to a maximum of 1% of contract amount

2 3/8th of accepted value 1/2 of completion period

Rs.1.00 Lakhs per day subject to a maximum of 1% of contract amount

3 3/4th of accepted value 3/4th of completion period

Rs.1.00 Lakhs per day subject to a maximum of 1% of contract amount

4 Full Full As per clause 2 of GCC

Clause 5 A

Shifting of stipulated date of completion: Competent Authority Executive Director (B&A)

Clause 6A

Whether Clause 6 or 6A applicable: Clause 6A applicable Clause 7

Gross work to be done together with net Payment/adjustment of advances for material

Collected, if any, since the last such payment For being eligible to interim payment: Rs. 1.50 Cr

Clause 10 A

i) Whether Material Testing Laboratory is to Be provided at site. Yes

ii. List of equipments to be provided at site As per Annexure B-1 of GCC

Clause 10 B

Whether Clause 10B (ii) to (vi) applicable Yes except clause 10 B (iii) Clause 10 CC Whether Clause 10 CC applicable Yes Clause 11 Specifications to be followed for execution of work For CPWD DSR Items

CIVIL WORKS

CPWD Specifications 2019, Vol. I & II.

ELECTRICAL WORKS CPWD General Specifications (Latest upto date amendments)

Part I Internal 2013

Part III Lifts & Escalators 2003

Part IV Substations 2013

Part V Wet Riser Sprinkler System 2020

Part VI Fire Detection and Alarm System 2018

Part VII DG Sets 2013

Part VIII Gas based Fire Extinguisher System 2013

Heating, Ventilation & Air Conditioning Works 2017

For Non DSR Items and items of specialised nature: Technical Specifications under Section No. 5.

Clause 12

Clause 12.2 Deviation Limit beyond which i) For Non-foundation items 12.3 & 12.5 Clauses 12.2, 12.3 & 12.5 shall Plus 25%

apply Minus No limit

ii) For Foundation Items Plus 100% Minus No limit

Note: For Earthwork, individual classification quantity can vary to any extent but overall Deviation Limits will be as above.

Clause 12.5

Definition of Foundation item if other than that described in Clause 12.5 Not Applicable

Clause 16

Competent Authority for deciding reduced rates Executive Director (B&A)

Clause 17

Maintenance Period 12 Months

Clause 18

List of minimum machinery, tools & plants to be deployed by the Contractor at site 1. Cement Concrete Mixer……. 4 Nos. 2. Weigh –Batcher Cement Concrete Mixer……2 Nos. 3. Surface Vibrator …….2 Nos. 4. Pin Vibrator…………………………………. 5 Nos.

In addition to above bidder should deploy adequate manpower and machinery to complete the work in stipulated time.

Clause 25

25 (i) Appellate Authority GGM/CP

Appointing Authority Executive Director (B&A)

Whether Clause 31A or 32 is applicable Clause 31A applicable

Clause 36 (i) & (iii)

Minimum Qualifications & Experience required and Discipline to which should belong:

Designation Minimum Qualification

Minimum Working Experience( Years)

Number

Principal Technical Representative

Graduate Engineer Civil

10 1

Technical Representative

Graduate Engineer Civil

5 1

Designation Minimum Qualification

Minimum Working Experience( Years)

Number

Project/Site Engineer

Graduate Engineer Civil

3 2

Project Planning/ Billing Engineer

Graduate Engineer (Civil/Electrical) or Diploma Engineer (Civil/Electrical)

Nil 5

2 2

Clause 36 (iv)

Recovery for non - deployment of Principal Technical Representative/Deputy Technical Representative / Project/ Site / Planning / Billing Engineer:

Qualification Experience(Years) Rate of Recovery per month

Graduate Engineer 10 Rs.55,000/-

Graduate Engineer 5 Rs.40,000/-

Graduate Engineer 3 Rs.30,000/-

Graduate Engineer Nil Rs.25,000/-

Diploma Engineer 5 Rs.25,000/-

Clause 42

i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates printed by CPWD DSR- 2018 to be read as DSR-2019

ii) Variation permissible on theoretical quantities

a) Cement

- For works with estimated cost put to tender not more than Rs. 5 Lakhs 3% plus / minus

- For works with estimated cost put to tender more than Rs. 5 Lakhs 2% plus / minus

b) Bitumen for all works 2.5% plus only & nil on minus side c) Steel Reinforcement and Structural Steel

Sections for each diameter, section and Category 2% plus/minus

d) All other materials Nil

RECOVERYRATESFOR QUANTITIES BEYOND PERMISSIBLE VARIATION – Not Applicable

Clause 46

Clause 46.10 Details of temporary accommodation including number of rooms and their sizes as well as furniture to be made available by the contractor:

The Contractor shall provide and maintain, watch and ward round the clock as directed, temporary furnished office accommodation for Engineer and his staff, free of cost of suitable size with false ceiling, tile flooring, plastic emulsion paint on walls and which shall be well lighted with electrical fixtures and ceiling fans, ventilated and properly furnished along with working toilet, a pantry with required utensils and cooking arrangements. The accommodation so provided shall include 2 rooms (10’ X 12’ each) for RITES engineering staff & 1 meeting room (size about 15’ X 12’) as detailed below:

1. One room for Project Manager having 3’ X 6’ executive table with 5’ long side rack , executive revolving and swinging high back upholstered chair and four upholstered visitor chairs, one no. 6’ high steel almirah and one PC with internet and printing facilities. Air Conditioner of 1 ton capacity with standby power back up.

2. Other one room with common toilet shall have two 3’ X 5’ office tables with side rack, two office chairs and four visitor chairs, two nos 6’ high almirah and one PC with internet and printing facilities. Air conditioner of 1 ton capacity with standby power back up.

3. Meeting room with attached wash room, shall have one 16 seater conference table with revolving chairs and AC of 2 ton capacity with standby power back up.

4. One pantry having facility for tea/ coffee making and keeping the food warm. 5. All furniture, fixtures and electrical equipments shall be branded.

Whether Clause 46.11.1A applicable No Whether Clause 46.13Aapplicable No Clause 46.17 City of Jurisdiction of Court: New Delhi Clause 47.2.1 Sum for which Third Party Insurance to be obtained: Rs. 10.00 Lakh per occurrence

with the number of occurrences limited to four.

Clause 55

Whether clause 55 shall be applicable. No

SECTION 5

TECHNICAL SPECIFICATIONS

SECTION 5

TECHNICAL SPECIFICATIONS

1.0 STANDARD SPECIFICATIONS ISSUED BY CPWD

1.1 Civil Engineering Works

CPWD Specification 2009 Vol. I & II. These Specifications have replaced CPWD Specifications 1996 along with Correction Slips issued on them. These Specifications cover all types of Building Works. The specifications along with amendments are available as a printed document issued by CPWD and also in soft copy PDF Format in CPWD website.

1.2 Electrical Engineering Works

Part No. Description Year of Issue

I Internal 2013

III Lifts & Escalators 2003

IV Substations 2013

V Wet Riser Sprinkler System 2020

VI Fire Detection and Alarm System 2018

VII DG Sets 2013

VIII Gas based Fire Extinguisher System 2013

Heating, Ventilation & Air Conditioning Works 2017

The above documents are available as printed document issued by CPWD and in soft copy PDF Format in CPWD website.

2.0 STANDARD SPECIFICATIONS ISSUED BY MINISTRY OF SURFACE TRANSPORT

Specifications for Road and Bridge works (Fourth Revision) August 2001 have been published by Indian Road Congress as a priced document. These Specifications cover exhaustively various Road and Bridge works.

3.0 STANDARD SPECIFICATIONS ISSUED BY INDIAN RAILWAYS

Railway Board vide their letter No. 2009/LMD/01/03 dated 14/01/2010 have advised that they have approved issue of “Indian Railways Unified Standard Specifications or Materials and works with corresponding Indian Railways Unified Standard Schedule of items (for rates of Materials and works)”. These documents are to be published by Northern Railway on behalf of Railway Board after the Zonal Railways have made out “Schedule of Rates” as applicable to them based on “Standard Analysis of Rates of items”. These Specifications however cover only Building and Road works generally on the lines of CPWD and Ministry of Surface Transport. They do not cover Track works which are

governed by Manuals and RDSO/Indian Railway Specifications. Pending publication of Unified Standard Specifications, the specifications issued by the zonal Railways will be applicable.

TECHNICAL SPECIFICATION FOR HVAC WORKS

SECTION-1

SYSTEM DESIGN DATA AND GENERAL REQUIREMENTS –

1. GENERAL

The system design, basis of design, estimated requirements and other relevant data are outlined in this section. The detailed specifications and specific requirements are outlined in the subsequent sections. The envisaged system / system components shall be compatible to and integrated with building management system.

2. LOCATION

The Proposed system is Located at Lucknow, Uttar Pradesh.

3. SCOPE OF WORK

The supply at site of all main equipments and items associated with air-conditioning

& ventilation system detailed under these technical specifications. To execute all incidental work at site including all material supply at site required in

the technical specifications. Nature of such works will be sheet metal duct/grille work, water piping work for Chilled water / Hot water etc. All Electrical work connected with HVAC such as cables, control panel, electric panels etc., erection at site for all manufactured items at works and also items fabricated at site.

Routine testing, Pressure testing of fabricated Components, Commissioning of complete plant at site.

Performance testing at works of various equipments manufactured at works. Performance testing at the site of complete HVAC system as per various technical

requirements. Supplying, installing, testing & commissioning of microprocessor controlled

variable speed Screw Type water chilling machine each having a minimum actual capacity of 180 TR at chilled water inlet/outlet temperature of 54 deg.F/44 def., Fouling Factor 0.0005 FPS with chilled water circulation rate of 432 USGPM and condenser water inlet/outlet temperature of 90 deg.F/ 97.5 deg.F ,Fouling Factor 0.001 FPS with circulation rate of 692 USGPM, suitable for operation on refrigerant R-134a for semi hermetic screw type each comprising of the following complete as per specifications and as required. NPLV shall not exceed 0.38 and IKW/TR 0.71 at reducing condenser water temperature as per AHRI 550/590 standard.

Chiller performance should certify with AHRI 550-590. Performance testing on AHRI certified test bed at 100% load of one machine at manufacture works on AHRI certified test bed. The COP of the machine should not be less than 5.4. IPLV SHALL BE MINIMUM 6.5. Mono / twin Screw Type Compressor in semi hermetic construction, complete with automatic steeples type capacity control, safety switches,

forced feed lubrication system etc., as per specifications. Suitable Nos & suitable capacity squirrel cage induction motor with class 'F' insulation suitable for operation on 415 volts +10%, 50 Hz, A.C. supply.

Suitable Nos. & suitable capacity Air Cooled VFD starter suitable for compressor motor complete with ammeter, over load protection, under voltage protection, protection against phase reversal & independent single phase preventers etc. complete as required. The VFD shall be installed inside the panel/ in case VFD is installed separately the same shall be IP 54 rated. Necessary drive arrangement.-1 Set – Lubrication device, oil strainer, automatic pressure regulating valve, oil heater, oil heater thermal switch etc. as per specifications. 1 No. – Matching shell and tube water cooled condenser of M.S. shell and integrally both side finned copper tubes. The pressure drop across condenser should be as per CPWD Standard. 1 No. – Matching shell & tube flooded type chiller for screw type units of MS shell and integrally both side finned copper tubes the pressure drop across cooler should be less than 5 meter.

1 Lot – Refrigerant piping fittings, valves and accessories to inter connect compressor, condenser, chiller and expansion valve. The expansion valve shall work on level sensing technology. 1 Set – Microprocessor based control panel (Modbus and BACnet protocol compatible) compete with accessories and inbuilt OEM provided remote monitoring facility for the remote access for the chiller by OEM as per the specification. as per specifications. 1 Lot – Refrigerant line accessories comprising of safety valves, angle valve, liquid line indications, liquid level control etc. 1 Lot – Water flow switches at outlet of condenser & chiller, water drain and air purge valves wherever required.. 1 Lot – Suction line and chiller insulation (OEM provided factory installed) with minimum 19 mm thick polyvinyl nitrile rubber insulation complete as required. 1 Lot –Frame work for mounting the above condenser, chiller compressor and motor with base plate complete with ant vibration pads/springs. 1 Lot – Initial/first charge of refrigerant gas and compressor oil. 180 TR Screw Chillers with VFD.

Supply installation testing and commissioning of Plant room manager shall be of

same make as chiller. Plant Room Manager for sequencing, remote monitoring, controlling and report generation of all equipments in AC plant room. Selected controller shall have capacity to meet detailed IO summary mentioned under specifications. Supervisory controller for management level interface in MS Enclosure SWG thickness, powder coated Siemens grey for Supervisory Controller, IO Cards (with accessories like Transformer, MCBs, internal wiring and Relays with bases). Workstation PC i5 computer 3000 MHz with 1 TB hard disk, 21" TFT monitor, 104 windows key board, mouse, serial and parallel ports with laser colour printer. This must have software integration on chillers with 3rd party interface available on BACnet including cabling & conduit work as required with card.

Supply, Installation, testing & Commissioning of electrically operated Hot Water

Generator of following actual capacity made of 8mm M.S. sheet and dish end made of 10mm M.S. having 16 gauge stainless steel lining with heaters arranged in banks and Controller and Thermostat so that required qty. of hot water is generated at 50°C with nominal variation, including 100mm thick resin bonded fibre glass insulation

of 24 Kg / CUM density finished with 1.25mm thick aluminum sheet cladding including necessary Electrical panel with BMS compatible having suitable Incoming and outgoing Switchgears for Boiler, automatic Controls including inlet and outlet connections for water complete with pressure release valve, low level cut-out, Auto vent sight-glass as per specification complete as required. (Degree of protection IP52 with IS 2147) - 150 KW, Water in temp. : 45 deg C, Water out temp : 50 deg C, Flow Rate: 140USGPM

Supplying, erection, testing and commissioning of Centrifugal Vertical Split Casing/

primary chilled set capable of delivering 432USGPM of water against a head 20 Mtr. each pump shall comprise the following as required as per specifications.1 No. -Vertical Split Casing type pump with bronze impeller, S.S Shaft, Suitable Coated C.I body and mechanical seal.1 No.- Suitable HP, TEFC squirrel cage induction motor with class 'F' insulation, IP -55 Protection, IE3 MOTORS, 1450 RPM synchronous speed, operating on 415 volts ± 10%, 3 phase, 50 Hz A.C. supply. Pump as above (2 working+1 SB)

Supplying, erection, testing and commissioning of Centrifugal Vertical split casing Secondary chilled , comprising of Pumping set with Suitable Coated cast Iron casing, Bronze impellers with stainless steel shaft, connected to suitable capacity TEFC ventilated induction motor with class 'F' insulation, IE-3 motor, 3 Phase, 1450 RPM, suitable for 415 volts ± 10%, 3 phase, 50 Hz A.C. supply. Renewable wear ring of bronze shall be furnished at least on the casing. Pump shall follow following duty with following no. of pumps: Flow Rate : 432 USGPM, Head : 28 Meter WC.

Supply, installation, testing and commissioning of Pump Logic controller (Control

Panel-Variable secondary Panel should have a dedicated programmable logic controller with individual drive for each pump and with required no. of sensors and the entire unit has to be procured from the Pump manufacturer to ensure the smooth operation of the system. The Programmable logic controller shall be able to control minimum 1 Pump and maximum of 4/6 Pumps. Microprocessor based control panel shall have suitable hardware & software so that it can be integrated directly to IBMS with standard communication open protocol using BACnet / Modbus as well as open IP.), 3*15kW VFD and DPT - 2 Nos (Necessary 2 nos. of Electronic Differential Pressure Transmitters and control wiring (control wiring is quantified in electrical Sub head) as required) for Secondary Pump.

Supply, Erection, testing and commissioning of end suction back pull out type Hot water centrifugal pump for hot water recirculation, pump set capable of delivering 140 USGPM of water against 30 mtr head each comprising of the following and complete as required 1 No. - Centrifugal type pumps with bronze impeller and mechanical seal.1 No. Suitable HP, TEFC squirrel cage induction motor(Eff-1) with class ' B' insulation, 1500 RPM synchronous speed, operating on 415 Volts + 10 % , 3 phase , 50 Hz A.C. supply. (1 working+1 stand by).

Supply, installation, testing and commissioning of FRP Induced draft Cross / Counter

flow, 1 to 4 fan as required direct / gear driven site erected cooling tower of capacity as mentioned below based on the parameters given below and complete with PVC Fill Louvers Drift Eliminator Weather proof IP 55 TEFC Motor ( IE-3), Propeller Fan FRP basin with additional sump in the bottom of the basin on every outlet point to

avoid vortex formation in the condenser water pipe line Hot dip galvanized Steel Ladder, Stainless Steel hardware including nut, bolt, washer etc. The cooling Tower shall confirm to technical specification given in the tender the maximum allowable sound power at distance of i M from the cooling Tower shall be less than 75 dB. Tower fan motor shall be suitable for VFD operation and operation of VFD system shall be approach of cooling tower with separate isolator / MCCB etc. as required. Cooling Towers 6.45 lacs kcal/hr heat rejection capacity. Water Leaving Temperature: 32.3 Deg C, Water Entering Temperature: 36.4 Deg C, Water Flow Rate: 692 USGPM.

Supply, Installation, Testing and Commissioning of sheet metal sectionalized

construction draw thru type in Double Skin construction with 275 GSM galvanized inner coating for corrosion resistance and with CFC-free PUF insulation of 42 kg/Cum injected between with an integral gasket between the both skin , inner and outer sheet made of 0.63 mm thickness of pre coated galvanized sheet . Entire fan assembly shall be supplied with base frame and shall be mounted on suitable spring isolators to minimize the vibration. Mixing box if required. Cooling coil /heating coil as per datasheet and specification. Fan shall be as per the specifications and shall be plug fans duly certified with AMCA/EUROVENT for air and sound performance .Motor shall be of IE-3 efficiency. Each Air Handling Units shall be with filter sections, coil size shall be at face velocity of 500 FPM, 6 rows deep cooling coil .Motor shall be suitable for 415V/3Ph/50 Hz AC electric supply. AHU shall be complete with accessories, supports, vibration spring isolators, insulated drain pan, access panel for fan motor, filter cleaning /replacement etc. in all respect. Any other detail shall be as per specification, datasheet and drawings.

Supply, Installation, Testing and Commissioning of ceiling suspended FCU’s static

pressure shall be max 5 mmwc, each complete with 3 row deep cooling coil of copper tubes aluminum fins construction, centrifugal fan, 3 speed motor, filters insulated drain pan, coil piping connections, condensate drain connection, manual air vent valve, SP isolator with MS enclosure box should be Provided etc. as required.

VARIABLE FREQUENCY DRIVES-Supply, Installation, testing & commissioning of HVAC dedicated VFDs suitable for the following AHU fan motor capacity (The integration of the VFD with AHU is included in this item) with IP 54/55 enclosures with Mains disconnect, complying with the tender specifications and having: Built-in dual 5% impedance DC link reactor (harmonic filters) on the positive and negative rails of the DC bus of the VFD. Built-in EMC Filters (electromagnetic compatibility filters) for VFDs for restriction of conducted emissions to comply with IEC 61800: 3 (unrestricted distribution): 2004 Category C 1/C 2, for required length of cable between motor & VFD. Two/Three -feedback PID (Proportional integrated derivative) controller having capability to simultaneously accept 2/3 feedback signals from temperature sensors for process optimization and accordingly regulate the speed of the AHUs. Automatic Energy Optimization for maximum energy savings.

Supply, Installation, testing and Commissioning of ceiling / floor mounted Rectangular/ROUND box type acoustically insulated centrifugal Inline fan, constructed of GSS duly powder coated as per detailed specifications, complete with forward curved DIDW fan, motor and drive suitable for 220 ± 10% volts, 1 phase, 50

Hz A.C supply, with necessary canvas connection etc. complete in all respects for toilet exhaust.

SITC of main HVAC panels for plant room equipments such as Chiller, Cooling towers, Hot water generators, Chilled water primary, Secondary and Condenser pumps.

SITC of AHU starter panel for AHU, Ventilation fans.

Supplying, installation, testing & commissioning of Propeller type exhaust air fans suitable for following capacities complete with electric motor suitable for operation on 220 V+ 10%,50 Hz, 1 phase AC supply fitted with speed regulator, mountings, frames, louvers and bird screen etc. unit shall be complete as per drawings and specifications.

Supplying, fixing, testing and commissioning of condenser water pipes of following sizes of MS 'C' class along with necessary clamps, vibration isolators and fittings such as bends, tees etc. but excluding valves, strainers, gauges etc. adequately supported on rigid supports duly painted / buried in ground excavation and refilling etc.as per specification and as required complete in all respect. Note:- The Pipes size 150mm & below shall be M.S.'C' class as per IS:1239 and pipes size above 150mm shall be welded black steel pipe heavy class as per IS:3589, from minimum 6.35mm thick M.S. Sheet for pipes up to 350 mm dia and from minimum 8mm thick MS sheet for pipes of 400 mm dia and above.

Supply, Installation, Testing and commissioning of Y -STRAINER of ductile body flanged ends with stainless steel strainer for condenser water piping without insulation as specified.

SITC of Butterfly Valves (manual) with CI body SS disc nitrile sheet and O ring PN 16.

BALANCING VALVE with built in measuring facility with CI body flanged Construction with EPDM coated disc with long pitch & PN 16 pressure rating as specified.

Supplying, fixing, testing and commissioning of following sizes Motorized Butter fly Valve with CI Body, SS Disc, O - ring and minimum PN-16 pressure rating , conforming to BS 5155, IS 13095 with IP-55 actuator, capable of accepting up to 10V DC , and up to 20mA electric signal and providing similar transduced feedback output to control system as required.

Non - return valve with duel plate of C I body SS plates vulcanized NBR seal flanged end & PN 16 pressure rating for chilled / hot water circulation including insulation as specified.

Supply, Installation, Testing and Commissioning of Flexible connector for pipe suitable for PN 16 pressure rating to be installed at pump and chiller suction and discharge.

Supply, Installation, Testing and commissioning of Y -STRAINER of ductile body flanged ends with stainless steel strainer for condenser water piping without insulation as specified.

S/F of MS fabricated Pot type strainer PN 16.

Supply, Installation, Testing and Commissioning of Thermometers and pressure gauges as per drawings and specifications for the condenser water circuit complete with fittings.

Supply, Laying, Fixing, Testing and Commissioning of chilled water/ hot water piping inside the building (with necessary clamps, vibration isolater and fittings but excluding valves, strainer, gauges etc.) dully insulated with following closed cell elastomeric nitrile rubber of class 'O' insulation applied by adhesive confirming to standard specifications and finally applying 0.63mm aluminum sheet cladding complete with type3,grade 1 roofing felt strip(as per IS:1322 as amended up to date) at joints and repairing of damage to building etc.as per specification and as required complete in all respect. Note:- The pipe of sizes 150mm & below shall be M.S.'C' class as IS:1239 and pipe size above 150mm shall be welded black steel pipe heavy class as IS:3589,from minimum 6.35mm thick M.S. sheet for pipe up to 350mm dia. and from minimum 8mm thick M.S. sheet for pipes 400mm dia and above. Up to 32 mm dia – 19 mm thick insulation .and above 32 mm dia – 40 mm thick insulation.

Supply, Installation, Testing and Commissioning of following sizes electronic, self-balancing, pressure independent type dynamic balancing valve complete with insulation mentioned in piping section , with integrated 2 way modulating control valve in a single body. The actuator shall be capable of accepting up to 10V DC and up to 20mA electric signal and shall provide similar transduced feedback output to control system. Maximum close off pressure shall not be less than 6 Bar for up to 50 mm valves and 7 bar for 65 mm & above. Valves should have pressure rating of 25 bar minimum.

Supply, Installation, testing and commissioning of thermostat for heating and cooling application for various air handling Units and FCU.

Three Way Motorized Valves with modulating motor actuator & transformer for converting AC to DC, in heating coil of air handling units as per specification for hot water connection.

Supply, Installation, Testing and Commissioning of Close type expansion tank of 1000 liters capacity with EPDM butyl membrane tested at minimum 16 bar pressure complete with its pressurization unit with double pump and its suitable panel and

required accessories for proper installation and working as per drawings specifications. (For chilled water circuit)

Supply, Installation, Testing and Commissioning of a combined Air and Dirt Separators as per Specifications on the return water line located at the pump suction or a suitable location in AC Plant Room as suggested and suitable for 900 gpm water flow. Separator should be capable of removing all micro bubbles and should have a steel tube & copper wire media to carry out its operation. It should be able to remove up to 10 microns of dirt particles. The separator should be complete with high capacity air vent, service valve, non-return valve, butterfly valve connection for makeup water inlet, flanges, drain valve etc.

Supply, Installation, Testing and Commissioning of condensate drain water piping of GI ' Medium' Class complete with fittings like elbow, tees, reducers bends M.S. flanges, Supports welding, Painting etc. as required confirming to tender specifications.

Supply, installation, balancing and commissioning of factory fabricated GSS sheet metal rectangular/round ducting complete with neoprene rubber gaskets, elbows, splitter dampers, vanes, hangers, supports etc. as per approved drawings and specifications of following sheet thickness complete as required.

Supply, installation, balancing and commissioning of fabricated at site GSS sheet metal rectangular/round ducting complete with neoprene rubber gaskets, elbows, splitter dampers, vanes, hangers, supports etc. as per approved drawings and specifications of following sheet as per CPWD specifications complete as required.

Supplying and fixing of following thickness duly laminated aluminum foil of mat finish closed cell Nitrile rubber (Class "O") insulation on existing duct after applying suitable adhesive for Nitrile rubber. The joints shall be sealed with 50 mm wide and 3 mm thick self-adhesive nitrile rubber tape insulation complete as per specifications and as required.

Supply and fixing of acoustic lining of supply air duct and plenum with 25 mm thick resin bonded glass wool having density of 32 kg/m³, with 25 mm X 25 mm GI section of 1.25 mm thick, at 600 mm center to center covered with Reinforced Plastic tissue paper and 0.5 mm thick perforated aluminum sheet fixed to inside surface of ducts with cadmium plated nuts, bolts, stick pins, CPRX compound etc. complete as required and as per specifications.

Supply, installation, testing and commissioning of GI volume control duct damper complete with neoprene rubber gaskets, nuts, bolts, screws linkages and flanges etc., as per specifications.

Supply, installation, testing and commissioning of Motorized (ON-OFF Type) duct mounted GI volume control damper with enthalpy sensor and necessary control wire (minimum 1.5 sqmm) for integration within AHU room.

Supplying & fixing of powder coated extruded aluminum Supply Air Grills with aluminum volume control.

Supplying & fixing of powder coated extruded aluminum Return Air Grills with louvers but without volume control dampers complete as required.

Supplying, fixing testing commissioning of supply air diffusers of powder coated aluminium with aluminium volume control dampers with anti-smudge ring & removable core.

Supplying, fixing testing commissioning of Return air diffusers of powder coated aluminium without volume control dampers with anti-smudge ring & removable core.

Supplying, fixing, testing and commissioning of fire dampers in supply air duct/main branch and return air path as and where required sizes i/c control wiring, the damper shall be motorized and spring return so as to close the damper in the event of power failure automatically and open the same in case of power being restored. The spring return action shall be inbuilt mechanism and not externally mounted. The damper shall also be closed in the event of fire signal complete as required and as per specifications.

Supply, Installation, testing and commissioning of MS powder coated Exhaust Grilles/louvers without dampers but with wire mesh jali for exhaust.

Supply, installation, testing and commissioning of PVC insulated sheathed 1.1 KV grade armoured Al. Power cables from various panels up to their respective equipment on MS painted perforated trays with appropriate clamps/fixing arrangements as per specifications and drawings.

Supply and fixing thermal insulation on exposed roof (Under deck) with 13mm thick Cross Linked Closed Cell Polyethylene FR-XPE insulation of density 33 kg/cub. Mtr with adhesive (Pidilite SR-505) etc. as required and finally fixed with the help of rawl plug & dash fasteners.

Supply, installation, testing and commissioning of comprehensive Air purification system in the specified areas where AHU units etc. are installed, so as to improve Indoor air quality by using combination of needle point, Tube type & Carbon Brush Type Bi-polar ionizers would not have any consumables and would have a life of 10 years. Project design would meet standard ASHRAE 62.1 IAQ Procedure for energy saving. System would kill microorganism and pathogens, remove odour, VOC and reduce dust particle/particulate matter/PM2.5/PM10. The product would be UL/Intertek listed. Product would have minimal or negligible pressure drop & low power consumptions. Product would have UL 867 and UL 2998 certification (for zero ozone emission). The product shall have been tested on COVID-19 surrogate for its efficacy.

SITC OF 1 Floor mounted, bottom discharge Air Cooled DX type 4.0 Tr Precision Air Conditioner. The unit shall be self-contained direct expansion type Precision air

conditioning units suitable for operation on R407c refrigerant & have advanced microprocessor and electronically communicated. Modular construction Precision air conditioning unit with R-407c refrigerant, bottom discharge arrangement consisting of inlet filter, blow through direct drive electronically communicated.

Motors and Backward curved Plug fans, fan motor assembly to deliver desired air quantity, Scroll Compressor, Direct Expansion Cooling Coil and Heater to maintain humidity inside the space, condensate drain pan of stainless steel construction, Microprocessor panel, and programmable control complete with LCD display. The Outdoor Condenser unit shall comprise of Condenser fans & motor, Condenser cooling coil (Copper coil with aluminium fins), Fan speed controller, Isolater switch. The unit shall be suitable for operation on 415 Volts, 50 Hz, 3 Phase, 4 Wire AC supply. Each unit should be having individual display panel, which shall display date, time, actual & set values, operating conditions, signal faults, collective faults, limiting values and PAC wellness alarm / service alarm to reduce the down time.

Supply, Installation, Testing & Commissioning of GSS long casing (Motor should completely covered in fan casing) tube Axial flow type fans for parking ventilation exhaust fans and smoke exhaust fans for corridor complete with aluminium alloy blades with aero foil design, bird screen, fire rated flexible connection & gravity louvers , vibration isolators at outlet. Motor shall be of 415 + 10% volts, 50 Hz. Sound level at 3mt distance from fan outlet shall not be more than 80db (A) (Room Condition). Capacity shall be as follows & as per detailed technical specification: Fans should be AMCA certified. RPM should be as per manufacturer standards. However lower CFM fans up to 5000 CFM can be provided at 2850 Rotations per minute. Outlet velocity should not exceed 10 m/s. Fans shall be fire rated (250 deg C for 2 hours).

Supply, Installation, Testing & Commissioning of GSS long casing (Motor should completely covered in fan casing) tube Axial flow type fans for parking smoke fresh air and staircase pressurization , stair well pressurization , lift lobby pressurization fans for areas mentioned in datasheet complete with aluminium alloy blades with aero foil design, bird screen, flexible connection & gravity louvers at outlet. Motor shall be of 415 + 10% volts, 50 Hz. Sound level at 3mt distance from fan outlet shall not be more than 80 db (A) (Room Condition). Capacity shall be as follows & as per detailed technical specification: Fans should be AMCA certified. RPM should not exceed 1450. However lower CFM fans up to 5000 CFM can be provided at 2850 Rotations per minute. Outlet velocity should not exceed 10 m/s.

Supply, installation, testing and commissioning of CO & CO2 system for on/off the motor of parking ventilation supply and exhaust fans for normal mode operation. Each exhaust fan shall be hooked with minimum 02 nos. CO sensors (as per tender specification) with minimum 01 no. BMS compatible digital programmable touch screen control panels with controller (with 5 AI, 12 DI, 2 AO, 4 DO as per IO Summary given in specification per Zone) loaded with software to give the average outcome command simultaneously to exhaust and supply fan motor drive. CO - Minimum measuring range: 0 ~ 300 ppm, CO2 - Minimum measuring range: 0 ~ 5000 ppm & Accuracy < 1% of measuring range. Above system should include 16 nos CO sensor, 16 no CO2 sensor, PLC panel, control wiring between CO sensors and fan ventilation panel.

4. ASSOCIATED MINOR CIVIL WORKS –

RCC foundation for water chilling machines, cooling towers with angle iron

framework at the edges to protect these from damage. PCC floating foundation blocks for pumps and centrifugal fans with angle iron

framework at the edges to protect these from damage. PCC foundation blocks for Motor Control Center with angle iron frame work at the

edges to protect these from damage. PCC foundation for Expansion tanks, Dirt-cleaners / separators / vacuum degassers. PCC foundation blocks for all Air Handling Units. Water proofing of the floors of AHU rooms, air-washer rooms and fan rooms. Masonry drain channels and sumps with CI gratings in AC plant Room including

provision for sump pump and disposal. Supply and fixing of GI/wooden frames for fixing the grilles in masonry walls. Supply and fixing of GSS frames for mounting of grilles/diffusers in false ceiling

/boxing. Thermal Insulation of terraces above air-conditioned area exposed to sun.

5. ASSOCIATED SERVICES WORKS-

All associated electrical works listed below are included in the scope of this

contract. These shall be installed by other agencies/electrical agencies in accordance with the shop drawings and under supervision of the air conditioning contractor.

Providing power supply with earthing at the incoming of the control panel in A/C plant room.

Providing 15 amps power outlet within 3 meters reach of fan coil units at locations called for on air-conditioning contractor’s shop drawings.

Providing 15 amps power outlet within 3 meters reach of single phase fans at locations called for on air-conditioning contractor’s shop drawings.

Providing wiring and earthing for the sump pumps in the air-conditioning plant room.

Providing soft make up water at cooling towers, air-washers, humidifiers and at chilled water /hot water expansion tanks as required.

Providing sump pump and necessary piping for drainage of air-conditioning plant room and other machine rooms at ground level.

Providing for drains/traps in cooling tower area and air handling unit rooms. Make up water for the chilled water, condenser water and the hot water circuit.

6. SYSTEM DESIGN :-

HVAC system in the RITES BUILDING, LUCKNOW stands out for its

complexities and stringent demands on temperature, pressure, Humidity, indoor air quality, airflow patterns, cross contamination control, odour control and noise control etc.

Outdoor Design Conditions : Summer Source: Dry Bulb Temp. 42.8 deg. C (109 deg F) AS per ISHRAE

Wet Bulb Temp. 26.1 deg. C (79 deg F) Monsoon Dry Bulb Temp. 34.4 deg. C (94 deg F) Wet Bulb Temp. 28.3 deg. C (83 deg F)

Winter

Dry Bulb Temp. 8.9 deg. C (48 deg F)

Wet Bulb Temp. 6.1 deg. C (43 deg F)

Inside Design Conditions : Summer & Monsoon Dry Bulb Temp.

23.0±1 deg C (73 ± deg F) - for CONFERENCE, LOBBY, BANK 23±1 deg C (73±1deg F)- for OFFICES

Data considered from ASHRAE Handbook ( Health Care)

Winter Dry Bulb Temp. Relative Humidity (RH)

55±5% (design value no control except OFFICES)

Outdoor Air As per ashrae handbook and 30 % extra as per ECBC green building

Data considered from ASHRAE Handbook( Health Care)

Minimum 2 ACPH (For Rest Areas)

Lighting Load 1.0 watt/Sq.ft (For OFFICES)

1.5 watt/Sq. ft (FOR CONFERENCE) 1.5 watt/Sq. ft (Other Area)

1.0 watt/Sq. ft (For Corridor ,Lobby)

Equipment Load

As per the Heat load Summary Sheet

Factor Considered (As Per Green Building Consideration)

Glass- (DGU)

SHGF = 0.4 ‘U’ Value = 0.56 BTU / Hr – Sq.ft - oF.

Walls:

‘U’ Value = 0.36 BTU / Hr – Sq.ft - oF.

Roof :

‘U’ Value = 0.12 BTU / Hr – Sq.ft - oF (assuming the roof is Insulated)

The HVAC system has been designed keeping in view the following;-

GRIHA BUILDING CONSIDERATION

Continuity and reliability Flexibility of operation. Concentration/distribution of loads. Energy efficient method Energy recovery system Variable air volume device and variable frequency derived motors Conservation of energy Controlled outdoor air quantity into the system Safety of personnel and equipment. Investment and operational costs Compliance with various statutory provisions Ease of maintenance. Maximum inter changeability of equipment Minimum fire risk. Simplicity of operation.

AHU Design –

Maximum face velocity across heap filters

100 fpm

Maximum face velocity across cooling coils

500 fpm

Maximum fan outlet velocity

1500-1600 fpm

Maximum fan speed 1500 rpm Maximum fan motor speed 1450 rpm

Duct Design-

Maximum flow velocity 1500 fpm Maximum friction 0.1 in WC/100 Ft

Piping Design –

Maximum flow velocity 2.5 m/sec Maximum friction 4 Ft/100 Ft

Design Basis For Ventilation, Pressurization And Smoke Extraction –

All toilets are designed to be ventilated as per 12 ACPH.

Plant room are designed to be ventilated as per 12 ACPH. Electrical room are designed to be ventilated as per 12 ACPH. Staircase pressurization, corridor smoke extraction, lift well Pressurization, lift Lobby pressurization are provided as per NBC Norms for fire and life safety. BASEMENT ventilation provided as per NBC -2016 (12 ACPH) in Case of fire. CO sensor parking ventilation system is provided for basements.

System Design Description – It is proposed to provide a central air conditioning system to maintain the

specified inside design conditions during summer, monsoon and winter for the proposed building.

Water chilling machines shall work in conjunction with primary chilled water pumps, secondary chilled water pumps. The AC plants shall be located in the basement of building.

Chilled water produced shall be pumped to various air handling units/ Fan coil units. Chilled water shall be pumped through insulated chilled water pipes installed in ceiling spaces and in vertical risers in pipe shafts at each air handling units balancing valves are provided for balancing.

Electric type hot water generators shall be used for winter heating/ Monsoon re-heating. This is after taking partial credit for the high Equipment load inside and the diversity applicable.

The main electrical panel, distribution board & chilled water/ condenser water pumps will be located in the respective plant rooms.

All the AHU’s / FCUs on respective floors shall be connected with chilled water pipes/Hot water pipes coming from the water chilling machines/ Hot water Generators as per datasheets.

For fire safety motorised fired amperes with electrical actuators interlocked with the air blowers shall be provided in supply and return air paths. All materials used for insulation shall be fire proof type. The air handling unit's motors shall also be interlocked with the central fire alarm system such that in case of detection of smoke or fire by the fire alarm system, the air handling units shall automatically shut off.

7. Project Execution and management:

The contractor shall ensure that senior planning and execution personnel from his organization are assigned exclusively for this project. They shall have minimum 10 years’ experience in this type of installations. For quality control & monitoring of workmanship, contractor shall assign at least one full time engineer who would be exclusively responsible for ensuring strict quality control, adherence to the specifications and ensuring top class workmanship for the air-conditioning installation.

The contractor shall arrange to have mechanized and modern facilities for transportation of materials to the place of installation for speedy execution of work.

8. Performance Guarantee:

The Contractor shall carry out the works in accordance with the drawings, specifications, schedule of the quantities and other documents forming part of the contract. The contractor shall be fully responsible for the performance of selected equipment (installed by him) at the specified parameters and for the efficiency of the installations to deliver the required end results. The contractor shall guarantee that the air-conditioning system as installed shall maintain the inside conditions in the air-conditioning spaces as described under the Basis of Design in the specifications. The guarantee shall be submitted in the Performa sheet. The contractor shall also guarantee that the performance of various equipment individually, shall not be less than the quoted capacity, actual power consumption shall not exceed the quoted rating, during testing and commissioning, handling over and guarantee period.

9. Balancing, Testing And Commissioning- Balancing of all air and water systems and all tests as called for the specifications shall be carried out by the contractor through a specialist group, in accordance with the specifications and ASHRAE guidelines and standards. Performance test shall consist of three days of 10 hrs each operation of each season .Witness testing of major equipment at factory with two personnel from owners/ consultant shall be included.

The results for summer , monsoon and winter air conditioning in quadruplicate ,shall be submitted for scrutiny .Four copies of the certified manufacturers performance curves for each piece of equipment ,highlighting operational parameters for the project ,shall be submitted along with the test certificates. Contractors shall also provide four copies of record of all safety and automatic control settings for entire installation.

The installation shall be tested again after removal of defects and shall be commissioned only after approval by the owner’s site representative. All tests shall be carried out in presence of the representatives of the architect/consultant and owner’s site representative.

10. EQUIPMENT SCHEDULE –

FLOOR AREA DESCRIPTION

TONNAGE (TR)

AIR FLOW(CFM)

CHILLED WATER FLOW (GPM)

CHILLED WATER DIA (MM)

HEATING WATER DIA (MM)

ELECTRICAL (KW )

UNIT TYPE (CSU/ FCU/ CHW CASSETE)

GROUND CAFETERIA-1 8.8 3300 21.12 40 NA 3.7 CSU CAFETERIA-1 8.8 3300 21.12 40 NA 3.7 CSU MAIN LOBBY-1 7 3000 16.8 40 NA 3.7 CSU MAIN LOBBY-2 7 3000 16.8 40 NA 3.7 CSU BANK-1 7 3000 16.8 40 NA 3.7 CSU BANK-2 7 3000 16.8 40 NA 3.7 CSU

BANK-SERVER ROOM

3.5 2350 8.4 32 NA 5 PRECISION AC

BANK-STRONG ROOM

1.8 800 4.32 25 NA SINGLE PHASE

FCU

LIFT LOBBY-1 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

LIFT LOBBY-2 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

FIRST OFFICE-1-WEST 7 3200 16.8 40 25 3.7 CSU OFFICE-2-WEST 7 3200 16.8 40 25 3.7 CSU

WEST CABIN-2 3 1350 7.2 32 NA

SINGLE PHASE

CHW CASSETTE

WEST CABIN-1 1.7 430 4.08 25 NA

SINGLE PHASE

CHW CASSETTE

WEST CONF 2.5 974 6 25 NA

SINGLE PHASE

CHW CASSETTE

OFFICE-EAST-1 7 3200 16.8 40 25 3.7 CSU

OFFICE-EAST-2 7 3200 16.8 40 25 3.7 CSU

CABIN-2-EAST 3 1350 7.2 32 NA

SINGLE PHASE

CHW CASSETTE

CABIN-1-EAST 1.7 650 4.08 25 NA

SINGLE PHASE

CHW CASSETTE

EAST-CONF 2.5 1000 6 25 NA

SINGLE PHASE

CHW CASSETTE

LIFT LOBBY-1 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

LIFT LOBBY-2 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

SECOND OFFICE-1-WEST 7 3200 16.8 40 25 3.7 CSU OFFICE-2-WEST 7 3200 16.8 40 25 3.7 CSU

WEST CABIN-2 3 1350 7.2 32 NA

CHW CASSETTE

WEST CABIN-1 1.7 430 4.08 25 NA

SINGLE PHASE

CHW CASSETTE

WEST CONF 2.5 974 6 25 NA

SINGLE PHASE

CHW CASSETTE

OFFICE-EAST 7 3200 16.8 40 25 3.7 CSU OFFICE-EAST-2 7 3200 16.8 40 25 3.7 CSU

CABIN-2-EAST 3 1350 7.2 32 NA

SINGLE PHASE

CHW CASSETTE

CABIN-1-EAST 1.7 650 4.08 25 NA

SINGLE PHASE

CHW CASSETTE

EAST-CONF

2.5 1000 6 25 NA SINGLE PHASE

CHW CASSETTE

LIFT LOBBY-1 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

LIFT LOBBY-2 1.7 750 4.08 25 NA SINGLE FCU

PHASE

THIRD OFFICE-1-WEST 7 3200 16.8 40 25 3.7 CSU OFFICE-2-WEST 7 3200 16.8 40 25 3.7 CSU

WEST CABIN-2 3 1350 7.2 32 NA

SINGLE PHASE

CHW CASSETTE

WEST CABIN-1 1.7 430 4.08 25 NA

SINGLE PHASE

CHW CASSETTE

WEST CONF 2.5 974 6 25 NA

SINGLE PHASE

CHW CASSETTE

OFFICE-EAST 7 3200 16.8 40 25 3.7 CSU OFFICE-EAST-2 7 3200 16.8 40 25 3.7 CSU

CABIN-2-EAST 3 1350 7.2 32 NA

SINGLE PHASE

CHW CASSETTE

CABIN-1-EAST 1.7 650 4.08 25 NA

SINGLE PHASE

CHW CASSETTE

EAST-CONF 2.5 1000 6 25 NA

SINGLE PHASE

CHW CASSETTE

LIFT LOBBY-1 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

LIFT LOBBY-2 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

FOURTH OFFICE-1-WEST 7 3200 16.8 40 25 3.7 CSU OFFICE-2-WEST 7 3200 16.8 40 25 3.7 CSU

WEST CABIN-2 3 1350 7.2 32 NA

SINGLE PHASE

CHW CASSETTE

WEST CABIN-1

1.7 430 4.08 25 NA SINGLE PHASE

CHW CASSETTE

WEST CONF 2.5 974 6 25 NA

SINGLE PHASE

CHW CASSETTE

OFFICE-EAST 7 3200 16.8 40 25 3.7 CSU

OFFICE-EAST-2 7 3200 16.8 40 25 3.7 CSU

CABIN-2-EAST 3 1350 7.2 32 NA

SINGLE PHASE

CHW CASSETTE

CABIN-1-EAST 1.7 650 4.08 25 NA

SINGLE PHASE

CHW CASSETTE

EAST-CONF 2.5 1000 6 25 NA

SINGLE PHASE

CHW CASSETTE

LIFT LOBBY-1 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

LIFT LOBBY-2 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

FIFTH OFFICE-1-WEST 7 3200 16.8 40 25 3.7 CSU OFFICE-2-WEST 7 3200 16.8 40 25 3.7 CSU

WEST CABIN-2 3 1350 7.2 32 NA

SINGLE PHASE

CHW CASSETTE

WEST CABIN-1 1.7 430 4.08 25 NA

SINGLE PHASE

CHW CASSETTE

WEST CONF 2.5 974 6 25 NA

SINGLE PHASE

CHW CASSETTE

OFFICE-EAST 7 3200 16.8 40 25 3.7 CSU OFFICE-EAST-2 7 3200 16.8 40 25 3.7 CSU

CABIN-2-EAST 3 1350 7.2 32 NA

SINGLE PHASE

CHW CASSETTE

CABIN-1-EAST 1.7 650 4.08 25 NA

SINGLE PHASE

CHW CASSETTE

EAST-CONF

2.5 1000 6 25 NA SINGLE PHASE

CHW CASSETTE

LIFT LOBBY-1 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

LIFT LOBBY-2 1.7 750 4.08 25 NA SINGLE FCU

PHASE

SIXTH OFFICE-1-WEST 7 3200 16.8 40 25 3.7 CSU OFFICE-2-WEST 7 3200 16.8 40 25 3.7 CSU

WEST CABIN-2 3 1350 7.2 32 NA

SINGLE PHASE

CHW CASSETTE

WEST CABIN-1 1.7 430 4.08 25 NA

SINGLE PHASE

CHW CASSETTE

WEST CONF 2.5 974 6 25 NA

SINGLE PHASE

CHW CASSETTE

OFFICE-EAST 7 3200 16.8 40 25 3.7 CSU OFFICE-EAST-2 7 3200 16.8 40 25 3.7 CSU

CABIN-2-EAST 3 1350 7.2 32 NA

SINGLE PHASE

CHW CASSETTE

CABIN-1-EAST 1.7 650 4.08 25 NA

SINGLE PHASE

CHW CASSETTE

EAST-CONF 2.5 1000 6 25 NA

SINGLE PHASE

CHW CASSETTE

LIFT LOBBY-1 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

LIFT LOBBY-2 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

SEVENTH OFFICE-1-WEST

7 3200 16.8 40 25 3.7 CSU

OFFICE-2-WEST 7 3200 16.8 40 25 3.7 CSU

WEST CABIN-2 3 1350 7.2 32 NA

SINGLE PHASE

CHW CASSETTE

WEST CABIN-1 1.7 430 4.08 25 NA

SINGLE PHASE

CHW CASSETTE

WEST CONF 2.5 974 6 25 NA

SINGLE PHASE

CHW CASSETTE

OFFICE-EAST 7 3200 16.8 40 25 3.7 CSU

OFFICE-EAST-2 7 3200 16.8 40 25 3.7 CSU

CABIN-2-EAST 3 1350 7.2 32 NA

SINGLE PHASE

CHW CASSETTE

CABIN-1-EAST 1.7 650 4.08 25 NA

SINGLE PHASE

CHW CASSETTE

EAST-CONF 2.5 1000 6 25 NA

SINGLE PHASE

CHW CASSETTE

LIFT LOBBY-1 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

LIFT LOBBY-2 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

8TH CONFERENCE-WEST-1

7.5 3000 18 40 NA 3.7 CSU

CONFERENCE-WEST-1

7.5 3000 18 40 NA 3.7 CSU

CONF-EAST-1 7.5 3000 18 40 NA 3.7 CSU CONF-EAST-2 7.5 3000 18 40 NA 3.7 CSU

WAITING-WEST

7 3200 16.8 40 NA 3.7 CSU

WAITING-EAST 7 3200 16.8 40 NA 3.7 CSU

LIFT LOBBY-1 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

LIFT LOBBY-2 1.7 750 4.08 25 NA

SINGLE PHASE

FCU

SECTION – 2

CENTRAL AIR CONDITIONING PLANT

SCOPE This chapter describes central Air-conditioning plant with factory assembled & tested chilling units (ARI certified) comprising of Centrifugal / Screw compressor, as the case may be, direct driven with electric motor, water cooled condenser, chiller, microcomputer control center and all interconnecting unit piping and wiring and tested and complete in all respects and shall generally comply with specifications as given in subsequent paragraphs. Control panel box with controls, starter for motor as specified and MODBUS/ BACNET connectivity. Performance will be certified in accordance with ARI Standard 550/590 (latest) and ECBC 2017. Only chillers that are listed in the ARI Certification Program are acceptable.

AHRI certified selection sheets should mention VFD and sound level at 100%, 75%, 50% and 25% load as per AHRI standard and sound level at part load should not exceed full Load.

1. SCREW TYPE COMPRESSOR: The screw compressor shall have a rotary mono / twin screw, and may be of open/ Semi sealed / totally (hermetic) sealed type. It shall be using refrigerant R-134a. The mono/ twin rotary screw shall be manufactured from forged steel. The profile of screws shall permit safe operation up to a speed of 5000 RPM for 50 Hz operation. The compressor shall unload from fully loaded to the minimum capacity by means of hydraulically actuated slide valve positioned over the screw rotor / pilot operated solenoid valve. The compressor housing shall be of high grade cast iron, machined with precision, to provide a very close tolerance between the rotor(s) and the housing. The rotor(s) shall be mounted on antifriction bearings designed to reduce friction and power input. There shall be multiple cylindrical bearings to handle the radial and axial loads. There shall be built in oil reservoir to ensure full supply of lubricants to all bearings and a check valve to prevent backspin during shutdown. There shall be oil pump or other means of differential pressure inside the compressor for forced lubrication of all parts during startup, running and during shut down. An oil sump header shall be provided. The open type compressor shall also have a suitable shaft seal to prevent leakage of refrigerant. The units shall be complete with automatic step-less capacity control mechanism to permit modulations between 20% to 100% of capacity range

The driving motor shall be means of built in protection devices. Compressor motor

squirrel cage type hermetic/ Semi hermetic/ open type as required, protected against damage by The electrical motor driving the compressor shall be squirrel cage induction motor

class 'F' insulation, fan cooled open type unit and totally enclosed (refrigerant cooled) for hermetic/ semi-hermetic unit. The motor shall be suitable continuous duty for operation on 415 ±-10% volts, 3 phases, 50 HZ alternating current supply, unless otherwise specified. The motor synchronous speed shall not exceed 3000 r.p.m.

Continuous BHP rating of the motor shall not be less than the maximum power requirement of the compressor and drive under specified design conditions.

Motor starter

The starter shall be mounted on the main electrical control panel / unit mounted/ self-mounted as specified in BOQ. Starting current should not exceed two times the full load current. The following protective devices will be factory mounted and wired to the starter:

3-leg sensing electronic overloads with indicating lights and reset button Phase rotation protection circuit and indicating light Single-phase failure protection circuit and indicating light High temperature safety protection system with indicating light and reset button Hinged access door with lock and High and low line voltage protection.

The following convenience items will be factory mounted and wired to the starter:

Auxiliary 1-1/2 KVA transformer Digital Elapsed Time Meter Power Fault Protection, Electrical lugs 3-phase digital ammeter and digital voltmeter readout via control panel, KW Meter,

KWh Meter &Ammeter Voltmeter Elapsed Time Meter

The COP shall not be less than 5.4. The chiller shall be ECBC compliant.

2. CONDENSER

Scope This chapter covers the requirements of water cooled condensers suitable for screw and centrifugal types of refrigeration machines for central air-conditioning. The refrigerant side will be designed, tested and stamped with ASME Boiler and Pressure Vessel Code; Section VIII-Division1.Thecondenser shall have a refrigerant relief device to meet the requirements of the ASHRAE 15 safety code for mechanical refrigeration.

Type: This section covers the following types of condensers: Water cooled condensers,

and Air cooled condensers.

Water Cooled Condensers Rating Where a water chilling unit is required, the condenser capacity shall match the

compressor capacity specified in the tender specifications. The condenser shall be selected for 4.2 degree C temperature rise of water through the condenser unless otherwise specified in the tender specifications.

The condenser shall be designed for a fouling factor of 0.001 (FPS) unless otherwise specified in the tender specifications.

Unless otherwise specified, the condenser shall be designed for entering water temperature of 32.2 degree C.

Material and Construction The condenser shall be Horizontal shell and tube type, designed, constructed and tested for the refrigerant specified in the tender specifications. The shell of the condenser shall be made of MS of thickness not less than 8mm,

with electric fusion welded seams. The shell capacity shall be such as to hold 1.25 times the refrigerant charge in the machine of which the condenser is a part, under pumped down conditions.

The end plates of condenser shall be made of MS of thickness not less than 25mm. The condenser shall be designed for a working pressure on the refrigerant side

suitable for the refrigerant offered, and on the water side for 10 kg./sq.cm Gauge. 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.

Intermediate tube supports of steel shall be provided at no more than 1250 mm

intervals to prevent sagging and vibration of the tubes. The condensers shall have water boxes designed for multi pass flow

The tubes may be provided with special tabulating arrangement to improve heat

transfer where such an arrangement is a standard design of the manufacturer.

The condensers shall be provided with removable heads on either side made of cast iron or mild steel with neatly machined surface for effective jointing with the shell for easy accessibility for leaning/replacement of the tubes. Suitable baffles shall be in corporated to achieve the required number of passes. It should be possible to de-scale the tubes without disconnecting the water line connections, wherever marine water boxes have been specified in the tender documents.

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 tube bundles.

The condenser shall include necessary provision for sub-cooling of the refrigerant where the refrigerating machine is selected with such sub-cooling requirement. The arrangement shall be such that the cold water entering the condenser first coils the liquid refrigerant in the sub-cooler.

The condenser shall be sand blasted from both inside & outside Sight glass to check the level of refrigerant.

Connections and Accessories The condenser shall be provided with the following connections and accessories and conforming to Section "Refrigerant Piping" where applicable.

Hot gas inlet and liquid outlet connections. The liquid line connections shall be provided with isolating valves.

Water inlet and outlet connections Pressure relief device, Drain connection with valve for waterside. Differential flow switch pressure switch/flow switch/ flow sensor in the water

line(s). Pressure Testing:

The condenser shall be tested at the works to 1.5 times the maximum working pressure for the refrigerant specified in the tender specifications or 15 kg/sq.cm. (Pneumatic) for refrigerant R-134a, whichever is higher.

The waterside of the condenser shall also be tested to a hydraulic pressure of 10 kg./sq.cm.in the works.

Pressure test certificates shall be produced in respect of each condenser.

3. CHILLER: Scope

This chapter covers the requirements of chillers suitable for centrifugal and screw types of refrigerating machines for air-conditioning. The refrigerant side shall be designed with ASME standards (Boiler and pressure vessel) code, Section VIII - Division 1. The evaporator shall have a refrigerant relief device to meet the requirements of the ASHRAE 15 safety code for mechanical refrigeration. Type This section covers the shell and tube type water chillers.

Flooded type shell and tube Type Water Chillers Rating

In a package water chilling machine, the chiller shall match the compressor capacity specified in the tender specifications. The chiller shall be selected for 5.5 deg C temperature drop of water through the chiller.

The fouling factor shall be 0.0005 (FPS) unless otherwise specified in tender specifications.

Material and Construction

The water chiller shall be horizontal, shell end tube type, designed, constructed

and tested for the refrigerant specified in the tender specifications.

The chiller shall be designed for a working pressure on the refrigerant side suitable for the refrigerant offered, and on the water side for 10 kg./sq.cm. Gauge.

The end plates of chiller shall be made of MS of thickness not less than25mm.

The shell of the chiller shall be made of MS of thickness not less than 8 mm with electric fusion welded seams.

The tubes shall be of seamless, hard drawn copper. The minimum tube wall thickness shall be 0.71 mm for plain tubes and minimum 0.63 mm at the root of fins.

The tubes may be either plain or internally finned as per manufacturer's design. The tubes shall be rolled into grooves in the tube sheets and flared at ends.

Intermediate tube supports of steel or polypropylene shall be provided at

spacing not less than 1250 mm to prevent sagging / vibration of tubes.

The flooded chillers shall have water boxes designed for multi-pass flow.

The chiller shall be smooth finished with one coat of paint as per manufacturing practice before the insulation is applied.

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

Sight glass to check the level of refrigerant.

Connections and Accessories

The Chiller shall be provided with the following connections and accessories and conforming to section "Refrigeration Piping" where applicable

Refrigeration inlet and outlet connections. Liquid refrigerant float for level control expansion valve/ fixed or variable

orifice. Pressure relief device. Charging connection with valve. Eliminator plate. Drain and vent connections with valves Waterinletandoutletconnections.Waterboxeswillberemovabletopermittube

cleaning and replacement. Stub out water connections having Victaulic grooves will be provided. Vent and drain connections with plugs will be provided on each water box.

Proper oil returns system. Flow switch/pressure switch/differential flow switch/ flow sensor in the water

line(s).

Pressure Testing

The chiller shall be tested in the works to 1.5 times the maximum working pressure for the refrigerant specified in the tender specifications or 21 kg./sq.cm. (Pneumatic), whichever is higher.

The water side of the chiller shall also be tested to a hydraulic pressure of 10 kg./sq.cm. at the works.

Pressure test certificates shall be produced in respect of each chiller.

Insulation

The insulation shall be done as per manufacturer standard.

4. REFRIGERANT PLUMBING: Design aspects of Refrigerant Plumbing

i) Refrigerant piping shall be designed and installed so as to:

Ensure circulation of adequate refrigerant at all loads. Ensure oil return to crank case of compressor positively and continuously. Keep pressure losses within limits, especially in suction lines. Prevent oil/ liquid refrigerant from entering the compressor when the

compressor is working as well as when it has stopped. Prevent trapping of oil in evaporator or suction lines, which may return to the

compressor in the form of slug.

ii) Hot gas lines:

Oil shall be entrained and carried by hot gas under all load conditions likely to be encountered in normal operation.

iii) Liquid Lines:

Liquid lines shall be designed to ensure that flashing of liquid refrigerant does not occur by minimizing the pressure drop suitably, by avoiding long vertical risers, and appropriate sub cooling.

Each liquid line shall be provided with a permanently installed refrigerant drier of throw away or rechargeable type. The drier shall be installed in a valve line.

Flow indicator (moisture indicating type) shall be installed on all liquid lines. iv) Suction Lines:

Oil shall be entrained and carried by the suction gas under all conditions of load likely to be encountered in normal operation.

Piping shall be designed for a suitable velocity of refrigerant (similar to hot gas line) to ensure that oil will not separate from the gas and drain to the compressor in slugs.

The refrigeration system shall be equipped with controls for pump down system so that the evaporator and suction line are emptied before the compressor shuts off, thus preventing liquid refrigerant and oil from entering the compressor when restarted.

Refrigerant lines shall be sized to limit pressure drop between evaporator and condensing unit to less than 0.2 kg. per sq.cm.(3psi).

v) Isolating valve :

Isolating valve shall be provided to enable isolation of each compressor in case of multiple compressor units (as built in valves), strainer, drier and any other components as may be required for proper operation and maintenance.

Thermostatic expansion valve/ float valve shall be provided in refrigerant circuit.

Material

Fittings like bends, tees, sockets etc. shall be of wrought copper or forged brass

and shall be suitable for the duty involved. Flare type compression fittings of forged brass shall be allowed up to 15 mm piping size. Tubes up to and including 15 mm size may be bent to form 90 degree bends with inside radius not less than 3 tube diameters. For bigger sizes, bend fittings as mentioned above must be used.

Where specified in the tender specification, mild steel may be provided for refrigeration piping, with seamless MS tubes and fittings of heavy class conforming to IS: 1239. All liquid lines and instruments lines shall however be of copper only.

Refrigerant plumbing for centrifugal/screw type chilling machine shall be of mild steel or wrought iron/copper to manufacturer's standards.

Valves shall be of the packed, back-seating type for both copper and MS refrigerant plumbing work, and these shall be of forged or cast brass construction.

Pressure Testing

After completion of the piping installation, the entire chilling unit shall be

pressure tested with dry nitrogen or any other inert gas at the following pressures: Pressure (Kg./Sq.cm.)

High pressure side 20 Low pressure side 8

This test shall be carried out as follows:

The system shall be charged with nitrogen or inert gas to 1.0 Kg.lsq.cm. gauge and all joints shall be checked for leakage with a mixture of four part water, one part liquid soap and a small amount of glycerin. Leaks shall be marked, pressure released and repairs done. Brazed joints, which leak, shall be opened and redone. These shall not be repaired by addition of brazing alloy to the joints.

The system shall now be charged with nitrogen or the inert gas to the pressure specified in the above table and the process of locating leaks and repairs shall be repeated.

Final pressure test:

After all the leaks have been repaired, the system shall be retested with the test pressure maintained for a period of not less than 8 hours. No measurable drop in pressure should be detected after the pressure readings are adjusted for temperature changes. Pressure gauges, controls and compressors may be valved off during pressure testing.

5. MICRO PROCESSOR CONTROLLER:

Each chilling unit shall be complete with a microprocessor based interactive control console in a locked enclosure factory mounted (directly on the unit), pre wired with all operating and safety controls and tested. It will provide start, stop, safety, interlock, capacity control and indications for operation of the chiller units through alphanumeric/graphical display. Controls shall provide to view and change digital programmable essential set points, cause of shutdown and type of restart required.

Leaving chilled water temperature, Percent current limit. Remote reset temperature range.

All safety and cycling shutdowns shall be enunciated through the alphanumeric/ graphical display and consist of day, time, cause of shutdown and type of restart required. Cycling shutdown shall include low leaving chilled water temperature, chiller/ condenser water flow interruption, power fault, internal time clock and anti-recycle.

Safety shutdowns shall include low oil pressure, high compressor discharge temperature, low evaporator pressure, motor controller fault and sensor malfunctions.

The default display screen shall indicate the following minimum information

Date and time Return and leaving chilled water temperatures Return and leaving condenser water temperatures Differential oil pressure Percent motor rated current Evaporator & condenser refrigerant saturation temperatures Chiller operating hours (hour run)and Number of compressor starts Oil sump temperature Status message

Security access shall be provided to prevent unauthorized change of set points, to allow local or remote control of the chiller and to allow manual operation of the prorogation vanes and oil pump. The chiller shall be provided with ports compatible with any building management system offered, to output all system operating information, shutdown/cycling message and a record of last four cycling or safety shutdowns to a remote printer (option) . The control center shall be programmable to provide data logs to the printer at a set time interval. Control center shall be able to interface with an automatic control system to provide remote chiller Start/stop; reset of chilled water temperature, reset of current limit, and status messages indicating chiller is ready to start, chiller is operating, chiller is shutdown on a safety requiring reset and chiller is shut down on are cycling safety.

The microprocessor control system shall include the interlocking of compressor motor with chilled and condenser water flows, guide vane position of compressor in case of centrifugal units and lubricating oil pump pressure. On initiation of start, the microprocessor control system shall check all prestart safeties to verify that all prestart safeties are within limits. (If one is not, an indication of the fault will be displayed and the start aborted). INSTALLATION

The complete chilling unit shall be installed over a RCC foundation and shall be adequately isolated against transmission of vibrations to the building structure.MS angle 50*50*6 mm shall be fixed all around top edges of such foundation. Where spring mountings are used for vibration isolation, these shall be complete with leveling screws and lock nuts and shall be placed over a concrete plinth for distribution of the mass of the assembly over the plant room floor. Special attention shall be paid to the alignment of the driving and driven shaft. Final alignment shall be checked at site in presence of the Engineer-in-charge using a dial indicator. Necessary foundation bolts, nuts, leveling screws etc. wherever required for

mounting the unit shall be provided by the contractor. PAINTING: The equipment shall be supplied as per manufacturer's standard finish painting.

6. CENTRAL CONTROL CONSOLE PANEL (CHILLER PLANT MANAGER):

The control console shall be floor mounted desk type and shall be provided in the plant room to enable to operate various equipments and also to provide status indication. The location of the control desk should be in such a way to provide a clear view of all equipments installed in the air-conditioning plant. The control console shall be complete with on/off push stations and status lamps etc. as listed in this section. All controls and alarms shall be suitable for 230 volts supply. The actual number of switches and lights shall correspond to the number of units being installed and the equipment given below. Internal illumination duly interlocked with door switch shall be provided for internal maintenance of the control console panel.

Sl. No.

Equipment Start Stop On Off Trip

01. Water Chilling Machine -- Y Y Y Y

02. Primary Chilled Water Pumps

Y Y Y Y Y

03. Secondary Chilled Water Pumps

Y Y Y Y Y

04. Condenser Water Pumps Y Y Y Y Y

05. AHU Y Y Y Y Y

06. Low water level in expansion tank

-- -- -- -- Y

07. Low water level in Cooling Tower

-- -- -- -- Y

08. Spare 4 4 4 4 --

Note:

Alarm with mute switch shall be provided for trip signal. Lamp test facility shall be provided Mimic diagram depicting the system lay out shall be provided. Each AHU shall have stop lock switch located near the unit for safety during servicing

in case of AHU starter panel is away from AHU at more than 10 meters. In addition start/stop push button switch and red indication for start will be provided on respective AHU panel.

7. HOT WATER GENERATOR (HWG):

Hot water generator shall be electric resistance type. The hot water generator shall be enclosed in a heavy gage reinforced steel cabinet. The hot water generator shall be constructed of carbon steel and stamped in accordance with ASME code Section IV for a maximum pressure of 160 psig and maximum operating temperature of 240 degree F. The hot water generator shall be insulated with minimum 100mm thick resin bonded fiber glass of minimum 24 Kg/Cum density or equivalent, thermal insulation on all sides. The heating capacity of the hot water generator shall be rated in KW at 415 volts, 3 phase, 50 cycles AC power supply. Heating elements shall be individually removable in coloy sheathed electric resistance heating elements, mounted in 1501b blind flanges with plated steel compression fittings. Complete flange assembly shall be inserted horizontally into the vessel and bolted in place. The wall density of coloy sheathed blades (heating elements) shall be not exceeding 75 watts per sq. inch. All basic controls and terminals shall be located in an integral ventilated control cabinet, factory wired and functionally tested, Controls shall include fuses with 35 kA interrupting capacity, magnetic contactors, control circuit transformer with primary and secondary time delay relay on-off switch, step controller which recycles to zero on power failure, pilot lights indicating when main power is on, one additional pilot light for each heating step and control circuit toggle switch. On units with 3 steps or less, a multistage thermostat maybe used instead of a step controller. Pressure and temperature gauge shall be mounted on control panel. Gauge shall indicate working pressure and temperature of the hot water generator. An ASME pressure relief or pressure and temperature relief valve shall be furnished to protect the unit against excessive pressure. A high limit cut out shall be provided to automatically shut off the hot water generator by de-energizing the control circuit in the event of an overheating condition. Manual reset low-water cut off shall be provided so that in the event of a low-water condition, the control circuit shall sound and audible alarm and cut off power supply to protect heating elements from damage caused by overheating. All other safety control and accessories such as double spring loaded safety valve, main and auxiliary stop valves, feed check valves, blow down valve, water level sets complete with gauge glasses and protectors shall be included. A free-standing control panel shall incorporate the programming controller for starting up the operating cycle in the correct sequences, safety lock-up relays, and contactors for the various electrical item supplied with the hot water generator, such as various stages of heating elements and the water feed pump. The panel shall also house the test switches, push buttons and indicating lights indicating the operating status of various items. All components shall be prewired, input and output circuits shall be grouped for ease of connection to the power supply and to electrical equipment. Electrical panel shall be in line with the specification given in the document under “Electrical Installation Section”.

The hot water generator, when erected, shall be one integrated package unit containing all the ancillary equipment chassis mounted, with piping and electrical wiring integral and wholly contained within the unit. All the electrical equipment shall be suitable for 415 volts, 3 phase, 50 cycles AC supply. All electrical wiring shall be completed within the plant room. Accessories described in electrical installation sections shall be supplied by the contractor, in accordance with the recommendation of the hot water generator manufacturer and the relevant Indian Standard and Regulations.

8. PUMPS Vertical Split Casing Type Primary Chw / Condenser Water pumps

Pump sets shall be vertical split casing with suction and discharge flanged connections coupled with totally enclosed fan cooled squirrel cage induction motor and suitable starter as specified.

The pump casting shall be high density cast iron, volute type design and machined to a narrow tolerance.

The impeller shall be gunmetal/bronze double entry shrouded design, properly balanced.

Water mechanical seals shall be provided to minimize water leakage and should be easily serviceable in the field.

Motor and starter shall conform to relevant specifications and of ratings given in "schedule of quantities".

All Pumps shall be of IS specification.

The maximum speed of the pump shall be1450 RPM.

The following shall be included: - The chilled water circulating pumps shall be duly insulated with 80 kg/cum

density resin bonded fiber glass duly cladded between aluminium sheets of 0.5mm thickness and properly clamped to pump in two semi-circular sections as per specifications.

Water pressure gauge at inlet and outlet of each pump complete with isolation cocks. Vibration isolation shall be cushy foots type for each pump. Stainless steel bellows type flexible connections shall be provided at pump inlet and outlet.

INSTALLATION AND TESTS:

The pump sets shall be mounted on cement concrete foundation including

grouting nuts, bolts, channels etc. shall be provided by the contractor.

On installation the capacity of the pumps shall be checked by measuring water

flow, motor current and measuring pressure difference at inlet and outlet. The readings shall be recorded to compare actual performance with the specified data.

Magnetic level switches in each cooling tower sump for alarm shall be provided for low level without any extra cost to the department.

Variable Speed Pumping System For Secondary Chw pumps

Variable speed pump should provide stable and predictable flow rate over a

wide variation of head pressure including the following:-

The control system shall include as a minimum, the programmable logic pump controller, adjustable frequency drive(s) and remote sensor/ transmitters as indicated on the drawings. Provide additional items as specified or as required to properly execute the sequence of operation.

The variable speed pump logic controller, adjustable frequency drives(s), AFD by pass and remote sensor/ transmitter(s) shall ship as individual components to the job site.

Pump logic controller, adjustable frequency drives, sensor / transmitters and related equipment shall be installed by the HVAC contractor as shown on the drawing.

Line voltage power wiring shall be installed by the HVAC contractor as shown on the field connection drawings and wiring diagrams supplied with the pumping package.

Low voltage (24V DC and 110V AC) wiring shall be installed by the BMS contractor as shown on the field connection drawings and wiring diagrams supplied with the pumping package

COMPONENTS Pump Logic Controller

The Technologic pump logic controller assembly shall be listed by and bear the label of underwriters Laboratory, Inc. (UL). The controller shall meet part 15 of FCC regulations pertaining to class - A computing devices. The controller shall be specifically designed for variable speed pumping application.

The controller shall function to a proven program those safeguards against

damaging hydraulic conditions including:

Motor overload Pump flow surges Hunting End of Curve The pump logic controller shall be capable of receiving up to 7 remote process

variable signals. It will then select the analogue signal that has deviated the greatest amount from its set point. This selected signal will be used as the commend feedback input for a hydraulic stabilizing function to minimize hunting. Each input signal shall be capable of maintaining a different set point

value. Controller shall be capable of controlling up to two pumps in parallel. The pump logic controller shall have an additional analog input for a flow

sensor. This input shall serve as the criteria for the end of curve protection algorithm.

The hydraulic stabilizer program shall utilize a proportional-integral- derivation control function. The proportional, integral and derivative values shall be uses adjustable over an infinite range.

The pump logic controller shall be self-prompting. All messages shall be displayed in plain English. The operator interface shall have the following features.

Multi-fault memory and recall. On screen help functions LED pilot lights and switches. Soft-touch membrane key pad switches.

The readout shall be two lines of forty 0.25” backlit LCD super twist characters capable of displaying the following values:

Differential pressure in PSIG Pressure in PSIG Flow in GPM Temperature in degrees F or C Differential temperature in degree F or C

The following communication features shall be provided to the BAS:

Remote system start/stop Failure of any system component Process variable AFD Speed Equipments/ Controllers shall be compatible with existing BMS

9. COOLING TOWER (INDUCED DRAFT)

The cooling towers shall have capacity as specified and shall be induce draft type to meet the specified conditions of service. The cooling tower shall be of F.R.P., The basin shall also be of F.R.P., The spray system shall consist of G.I. pipe main and branch headers with propylene nozzles. The cooling tower shall be complete with suction screen float valve, make up, overflow and drain connections as well as required hardware and material for assembly. Fiber-reinforced plastic cooling towers shall be of preferred make, suitable for outdoor use. Tower shall be vertical, induced draft, up flow, draw through type, fiber-reinforced plastic construction, in round/ square shape, complete with fan, motor, surface and spray sections, eliminators, automatic controls and sound attenuation equipment, if required. Side casing shall be made out of FRP in a number of equal segments with both side smooth surfaces for minimum resistance to air flow. It shall have sufficient structural

strength to adequately with stand high wind velocities and vibrations. The casing shall be installed in the fiber glass reinforced basin. The tower supporting structure shall be made out of hot dipped galvanized steel frame. Air intake shall be all along the base circumference of cylindrical FRP casing so that tower can be installed quite in dependent of prevailing wind direction. A hot dip galvanized expanded metal mesh screen shall protect the air intake. Sufficient clearance between casing and water basin shall be provided to enable service personnel to enter the tower comfortably and carry on periodic cleaning and Inspection Cold water basins shall be deep fiber glass reinforced sump on which cooling tower super structure shall be supported. Suction tank with easily removable double brass strainer shall be provided.

Basin fittings shall include the following:

Bottom Outlet. Screened suction assembly bolted to the casing. Drain bolted to underside of suction side sheet. Overflow bolted to inside of casing side sheet. Built in bleed off attached to inlet header discharging through PVC tube into

over flow pipe. Ball types automatic make up water valve. Quick fill connected to inside of casing side sheet.

Hot water distribution shall be by sprinkler system consisting of PVC sprinkler pipes screwed into a rotating head and mounted on top of the vertical pipe installed centrally in the tower. Sprinkler head shall be made out of aluminum and fitted with ball bearings to takethrustandradialloads.Thesprinklerassemblyshallrotateat5to7 RPM by the reaction force from the circulating water. Fillings shall be made of corrosion proof and fire safe rigid PVC film in honey comb design and arranged circular form to facilitate easy replacement. They shall be arranged in such a manner to ensure negligible resistance to air flow and to eliminate back water spots and prevent fouling through scales that may form. The crossing of air and water streams in close proximity shall create a diffused turbulence, which is essential for evaporation and heat transfer. In order to reduce carry over losses through entrapment of moisture drops in air streams, multiple rotary drift eliminators shall be installed. It shall also be designed to allow air flow without appreciable resistance. Fan shall be of the propeller type, cast aluminum, low weight rotor fitted with multiple aero foil blades. The entire fan assembly shall be statically and dynamically balanced. Fan shall be directly driven by a 415 ± 10% volts, 3 phases, 50 cycles A/C supply electrically motor. Fan motor shall be totally enclosed fan cooled weather proof construction, designed and selected to operate in humid air stream. Fan shall be protected by a fan guard and shall be easily accessible for inspection and maintenance. A service ladder shall also be provided for greater convenience. The structure of the cooling towers shall be designed for wind and other loads as per IS: 875.

INSTALLATION AND TESTS The cooling tower shall be mounted on reinforced cement concrete pedestal of suitable

size as recommended by manufacturers to be provided by HVAC contractor. On installation the capacity of the cooling tower shall be checked by measuring water flow rate, water in and out temperature and the ambient W.B. temperature and computing the capacity and efficiency. Magnetic level switches in each cooling tower sump for alarm shall be provided for low water level without any extra cost to the department.

10. CEILING SUSPENDED AIR HANDLING UNITS

CAPACITY

The air handling capacities, maximum motor horsepower and static pressure shall be as shown in Schedule of Quantities.

CASING

Double skinned panels to be fabricated with anodized extruded aluminium section framework bolted together with sandwich panel having 24 gauge pre-plasticized outer skin and 24 gauge plain GI inner skin injected with 25 mm thick PU foam insulation having density of 38 + 2 kg/m3 The panels shall be sealed to the framework by heavy duty `O' ring gaskets held captive in the framed extrusion. All panels shall be detachable or hinged. Hinges shall be made of die cast aluminium / engg. Nylon plastic with stainless steel pivots, handles shall be made of hard nylon and be operational from both inside and outside of the unit. Units supplied with various sections shall be suitable for onsite assembly with continuous foam gasket. All fixing and gaskets shall be concealed. Units shall have hinged quick opening access doors in the fan and filter section. Access doors shall also be double skin type. Condensate drain pan shall be fabricated from 18 gauge stainless steel sheet. It shall be isolated from bottom floor panel through PU foam insulation.

MOTOR ANDDRIVE

Fan motors shall be highly efficient and shall be 415±10% volts, 50 cycles, three phase, totally enclosed fan-cooled class F, with IP-55 protection. Motors shall be especially designed for quiet operation and motor speed shall not exceed 1440 rpm. Drive to fan shall be provided through ‘V’ belt-drive arrangement. Belts shall be of the oil-resistant type. FAN

For Plug fans, the entire fan with casing will be certified by a reputed 3rd party internationally acclaimed certifying body like Eurovent, or AHRI or AMCA, and the entire Fan + Motor assembly will be balanced at supplier’s works before dispatch . Fans driven by variable frequency drive shall be backward inclined irrespective of static pressure value. Fans shall be selected for minimum efficiency of 70.

All the fans shall have individual VFDs for every motor fan set. Fan motor assembly shall be statically and dynamically balanced to G6.3 grade as per relevant ISO/AMCA standard. Complete AHU sound level should be given in computerized selection sheet instead of sound level of bare fan.

Motors shall be mounted inside the AHU casing on rigid frame/ slide rails for alignment, and be totally enclosed, fan cooled, to be class `F’ insulation.

Heavy duty anti-vibration mounts shall be provided for isolating the unit casing. Fire retardant, waterproof silicone rubber impregnated flexible connection shall be provided at the fan inlet/ discharge. COOLING/ HEATING COILS Chilled water coils shall have 12.5 to 15 mm outer tube diameters and 0.5 mm tube wall thickness with sine wave aluminum fins min. 0.18mm thick firmly bonded to copper tubes assembled in zinc coated steel frame. Face and surface areas shall be such as to ensure rated capacity from each unit and such that the air velocity across the cooling/ heating coil shall not exceed 170 meters per minute. The coil shall be pitched in the unit casing for proper drainage. Each coil shall be factory-tested at 21 kg per sq.m air pressure under water. Tube shall be hydraulically/ mechanically expanded for minimum thermal contact resistance with fins. Fin spacing shall be 4 - 5 fins per cm. Coils shall be sealed in polythene bags and packed in crates properly. Coils with damaged fins shall not be accepted. FILTERS Each unit shall be provided with a factory assembled filter section containing washable synthetic type air filters having anodized aluminum frame. The media shall be supported with HDP mesh on one side and aluminum mesh on other side. Filter banks shall be easily accessible and designed for easy withdrawal and renewal of filter cells. Filter framework shall be fully sealed and constructed from aluminum alloy. Filter banks face velocities shall not exceed 170 mtr/ minute. CONTROLS (Priced Separately) Each AHU shall be provided with pressure independent cum balancing cum two way / three way control valve with modulating motor as integral part of the unit for maintaining inside dry bulb temperature and RH within design limits. Modulating motor shall be compatible with Building Management System. ACCESSORIES

Each air handling unit shall be provided with manual air vent at high point in the cooling coil and drain plug in the bottom of the coil.

In addition, the following accessories shall be required at air handling units, their detailed specifications are given in individual sections, and quantities separately identified in Schedule of Quantities. Insulated butterfly valves, `Y' strainer, union and condensate drain piping, as described in section "Piping" (Priced separately)

ISOLATORS Vibration isolators shall be provided with all air handling units. Vibration isolators shall be ribbed rubber pads.

PAINTING Shop coats of paint that have become marred during shipment or erection shall be cleaned off with mineral spirits, wire brushed and spot primed over the affected areas, then coated with paint to match the finish over the adjoining shop painted surface. PERFORMANCE DATA: Air handling unit shall be selected for the lowest operating noise level of the equipment. Fan performance rating and power consumption data, with operating points clearly indicated shall be submitted and verified at the time of testing and commissioning of the installation. TESTING: The air-handling unit shall be tested to measure air quantity and coil performance by measuring temperature difference, water pressure drop across coil and then calculating the capacity by using the above measurements. Before painting the air-handling units, these shall be inspected by the authorized representative/s of department. LIMITATIONS: The air velocity across the cooling/ heating coil shall not exceed 170mtr/minute. The fan outlet velocity shall not exceed 600 mtr / minute

11. BI-POLAR IONIZERS AIRB PURIFICATION SYSTEM: Supply, installation, testing and commissioning of comprehensive Air purification system in the specified areas where AHU units etc are installed, so as to improve Indoor air quality by using combination of needle point, Tube type & Carbon Brush Type Bi-polar ionizers would not have any consumables and would have a life of 10 years. Project design would meet standard ASHRAE 62.1 IAQ Procedure for energy saving. System would kill microorganism and pathogens, remove odour, VOC and reduce dust particle/particulate matter/PM2.5/PM10. The product would be UL/Intertek listed. Product would have minimal or negligible pressure drop & low power consumptions. Product would have UL 867 and UL 2998 certification (for zero ozone emission). The product shall have been tested on COVID-19 surrogate for its efficacy.

12. VARIABLE FREQUENCY DRIVES

The VFD shall be of the type suitable for operation on a 3 phase, 415 V, 50 Hz input power supply at the following conditions: Input supply voltage variations : + 10 % Input supply frequency variations : 48 – 62 Hz + 1% Ambient temperature : 0 - 45 oC, without derating. Maximum relative humidity : 95% non-condensing

Vibration : 0.7 g RMS in 3 directions Minimum efficiency at full load : 96% The VFDs will be mounted in the open near the AHUs /Cooling towers in the AHU room / Plant room. Hence the VFDs shall have integrated; factory built metallic enclosures of IP 54 rating, without any de-rating. VFDs of IP00 / IP 20 / IP 21/ IP 42 rating enclosures with additional sheet metal enclosures to achieve IP 54 ratings are not permitted. VFDs shall conform to the recognized international standards like IEC and manufactured according to ISO 9001, BS 5750 part 1 & 2 and shall be UL listed. It shall carry the CE mark on EMC compliance. The VFD shall be capable of providing a starting torque of 160% for 0.5 sec and an over load torque of 110% torque for 1 minute. The VFD shall maintain full output voltage during main’s variations of + 10% to prevent loss of torque and speed variations occurring during motor operation. The VFD shall comply with Electro Magnetic Compatibility (EMC) product standard EN61800-3, First Environment, Unrestricted distribution with minimum 50 meters of output cabling. The supplier of drives shall include additional filters needed, if any, to meet this compliance. The VFDs shall allow connecting shielded / screened 3 core plus earth motor cable for all power sizes, without any restriction. The VFDs shall have internal harmonic filters on both limbs of the DC bus to reduce current harmonics. AC line chokes on the input side are not allowed for harmonic current control as it will cause voltage drop to the VFD and motor. For easier maintenance and to reduce inventory, the VFD shall allow connection of motors one frame size larger and 4 sizes smaller than its nominal rating. The VFD shall have the following protective functions: Electronic motor overload, Protection to motor and VFD against input transients, phase loss, short circuit, under voltage, over voltage, phase imbalance, motor over temp., phase to phase short circuit or earth fault at motor terminals. The Upeak of the VFD shall be below 1000 Volts (when measured with a cable length of 50 meters) to prevent damage to motor insulation. Manufacturer of the VFD shall submit data sheet to verify this requirement in order to permit the usage of standard motors for the applications specified. The VFD shall be capable of having an output motor cable length of at least 150 meters (armoured cabling) without any need of additional equipment like output chokes. This is essential for applications like chilled water pumps and cooling towers where the motors are located far away from the control center.

The VFDs shall incorporate a surge protection circuit as standard to protect the VFD from transients and spikes in the incoming power supply.

The VFD shall be fully protected from switching a contactor / isolator at the output without causing tripping e.g.: for switching on/off the isolators of the AHU / ventilation fans / pumps near the motor and switching back ON with VFD in on mode. The VFD shall monitor the belt (AHU etc.) or coupling etc.), and it shall display a warning signal if it detects a broken coupling / belt. There shall be provision to export this warning signal to the BMS system through RS 485, without any need of I/Os. The display of the VFD shall be Alpha numeric type. Display of all messages and faults shall be in English text format. Codes are not acceptable the display shall show the following operating parameters: Power consumed by motor in kW Run time of motor in Hours Current drawn by motor in Amps. Output frequency in Hz. Motor speed in RPM Set point in process units Feedback in process units It shall be possible to see at least 4 of the above operating parameters in the VFD display, simultaneously. A parameter lock shall be available in the VFD local display panel to prevent unauthorized resetting of parameters. The VFDs shall have internal galvanic isolation (PELV) to avoid damage to BMS / PLC / DDC system when interconnected. If PELV is not available, the VFD vendor should offer opto-isolators for all the inputs and outputs in the VFD. The VFD shall automatically adjust the switching frequency based on motor current demand rather than motor speed so that the best possible switching frequency is provided, to match both performance and to maintain silent operation all speeds. The switching frequency range shall be from 4-14 kHz for VFDs to be installed on AHUs. The VFD shall monitor the relationship between voltage and current in the motor and adjust the output voltage to minimize current and maximize motor and drive efficiency. VFDs offering fixed settings of V/f ratios are not permitted. The VFD shall have Auto / OFF / Manual switch on the key pad itself. It shall be possible to manually change the speed of the AHUs from the key pad of the VFD, if required, without the need of an external potentiometer. In manual mode the speed reference signal shall be from keypad of VFD and in auto mode, the reference shall be from the remote – either BMS or transmitter. The VFD shall have self-adjustable ramp times to prevent tripping / VFD damage in case in appropriate ramp times are set with respect to application requirement. The VFDs shall have the provision to program a minimum and maximum speed of operations, through the VFD programming itself. In case of a power failure, the VFD shall be capable of automatically restarting after a programmable time delay, without the need of an operator having switch on the unit.

To prevent damage to the VFDs due to pre-rotating fans, the VFD shall have the capability to detect such spinning fans and adjust its frequency to its spinning speed before it starts controlling the fan. If the fan is running in the opposite direction, the VFD should break the fan by sending a DC current, before starting the fan in the right direction. If a temperature / pressure / flow feedback signal is given to the VFD, it shall use its PID controller to modulate the speed in such a way that the set point of temperature or pressure is accurately maintained. The VFD shall be capable of accepting two such feedback signals simultaneously and be able to do a speed control based on average / sum / difference / minimum / maximum / 2 zone control of the above 2 signals. The feedback signal shall be monitored by the VFD and should provide a warning signal if the feedback goes above or below the programmed high and low limits. It shall be possible to transfer this signal to the BMS system as well. If the VFD loses the feedback signal or reference signal in auto mode, the VFD shall be capable of maintaining the speed at which it is running or to go to maximum speed or to trip. The VFD shall have the provision to automatically stop the motor when the feedback signal remains at the low level for a predetermined time. The PID controller shall be capable of programming the set points and incoming signals in any of the flowing units: RPM, l/s, l/m, l/h, m3/h, m3/s, bar, Pa, kPa, GPM, lb./s, lb./h, CFM, in3/h, in wg, ftwg, PSI, kW, HP, oC, oF, as required by the application, and be able to display the same while in operation. The VFD shall enable the motor to step over speeds that cause mechanical vibration / resonance in duct work / pipe lines which can potentially damage the mechanical components in the system. The VFD shall have an auto de-rating facility by operating at a lower capacity in case of a phase loss or higher ambient temperature so that minimum air conditioning can be maintained. VFDs that trip on a phase loss or high ambient temperature are not suitable for this application and hence not permitted. The VFDs shall have the provision of 4 parameter set ups, which can be activated by the IBMS or by digital inputs. The VFD shall have the provision to generate a warning signal, if the operating frequency is above or below programmed the high and low limits, to stage on /off other devices. The variable frequency drives (VFD) shall have the provision to integrate into a BMS system, utilizing a serial communication through Modbus RTU protocol that enables a full “read & write” seamless interface between the VFD & IBMS. The VFD manufacturer shall be responsible for technical support to the IBMS Vendor in the implementation of a serial interface to the BMS System. The BMS Vendor shall be

responsible for the complete “integration and interoperability” of the VFD through the IBMS via the serial interface. The VFD shall provide to IBMS, via serial communication (by RS-485, 2 wire), access to the following VFD parameters as a minimum:

Motor current Motor kW AHU KWh AHU Running hours Auto / Off / Manual status feedback PID controller programming Set point programming Alarms Run & Trip status Air flow status / alarm Dirty filter status / alarm Fault log history It shall also be able to provide the following selectable & programmable physical I/Os to the BMS system 5 Digital inputs (for start, stop, interlock, auto, manual, setup selection etc.) 1 Relay outputs ( for reading Auto / Manual status & VFD On / Off indication) 1 Analog input, 4 – 20 mA ( for single feedback signal to VFD) 2 Analog inputs 0-10V ( for feedbacks, if two feedbacks are taken) 2 Analog Outputs, 4-20 mA (for speed & kW feedback to IBMS) It shall be possible to read the digital / Analog inputs and control the Analog and relay outputs of the VFD from the BMS system through the serial communications, thereby enabling the drive’s inputs / outputs to be used as extended I/O for the IBMS system, to achieve maximum operational and cost efficiency. To extend the life of a motor in a damp environment (like cooling towers), the VFD should trickle a small amount of current to the motor, while stopped, to protect it from condensation and the effects of a cold start. Upon receiving a start command, the VFD should be able to export another signal, which can be used to start a damper / valve motor actuator. On receiving the signal from damper / valve that it is open, the VFD should start its operation. If the valve / damper is closed, the VFD should not start. The VFD should have a start delay feature, where in it gives time to prepare for the operation, open dampers or VAV boxes before starting to accelerate the motor. The VFD should have a fireman’s override feature, where in the drive can override its standard settings to provide for a life safety application such as building pressurization or smoke purge operation. The VFDs shall have a Real Time Clock (RTC) by which the start / stop of the system can be programmed on a real time basis along with scheduling. The RTC should also

allow the speed of the VFD to be changed on the basis of actual time and also log the faults with a date and time stamp.

13. VENTILATION FANS:

Codes and Standards:-

The design, materials, construction, manufacture, inspection, testing and field performance of the centrifugal fans shall comply with all currently applicable international / national codes/ safety regulations. In particular the equipment shall conform to latest edition so fall applicable codes and standards listed below. AMCA-201 - Fans and systems - Application guide AMCA-203 - Field performance measurement of fan systems AMCA-210 -Laboratory Methods of testing Fans for Aerodynamic performance rating. AMCA-2404 - Drive arrangements for centrifugal fans

I. CENTRIFUGAL FANS:- Design Requirements:- The design parameters for the centrifugal fans shall be as below. Design and Constructional Features:- General Centrifugal fans shall be DIDW / SISW in simply supported arrangement (i.e. Bearings on both the sides) construction complete with access door, squirrel cage induction motor, outlet damper, base frame, canvass connection, V belt drive set, belt guard, foundation bolts, nuts, slide rail and vibration isolators. Direction of discharge / rotation and motor position shall be as per the good for construction shop drawings. All centrifugal ventilation fans shall be AMCA (Air Movement and Control Associates Incorporation of USA) certified for air performance & sound. Critical speed of the fan shall be minimum 125 % higher than the operating speed. Centrifugal Exhaust fans/ motor and other accessories for toilet exhaust system shall be suitable for outdoor applications. The Fans shall be AMCA Certified and performance certificate for the particular model of fans being supplied shall be submitted by the contractor. Housing:- Housing shall be of welded construction, fabricated from carbon steel material with suitable reinforcement for rigidity. It shall be rigidly reinforced and supported by structural angles. Split casings shall be provided for large size fans; however neoprene packing shall be provided through split joints to make it airtight. Cut-off shall be designed to give smooth and quiet air flow from the outlet. Fan housing shall be of welded construction and provided with flanges at outlet for duct connection. Thickness of casing shall be as per manufacturer’s standard & factory practices. The distance between blade tips and cut-off shall be optimally fixed to reduce pressure pulsation. Inlet and outlet shall be flanged.

Housing shall be provided with standard clean out door with handles and neoprene gasket

Inlet cone shall be spun to have deep smooth contour. Close tolerance shall be maintained between inlet edge and the impeller shroud. Inlet cone profile shall ensure a smooth flow of air to blades. Inlet screens shall be provided for open inlet fans. Inlet guards shall be of 18 gauge galvanized wire mesh with 5 mm sieves. Inlet guards shall allow access for lubrication as required. Impeller (Rotor):- The impeller shall be backward curve or aero foil sectioned blades of non–over loading type. The Impeller blades shall be welded to back plate/center and shroud all along the length. Shroud shall be spun to have a smooth contour. Shaft sleeves shall be furnished as required. The impeller, pulley, and shaft sleeves shall be positively secured to the shaft. The locking device shall be designed to take the full torque due to momentum of impeller when the shaft suddenly gets arrested while running at operating speed. Air passages shall be free of interference. Maximum operating speed of the fans shall be selected to maintain the fan outlet velocity of 2000 FPM (10.15m/s) and Noise level shall not exceed 75 db(A) at 1 mt. Distance from the equipment. The impeller along with driven pulley shall be balanced statically and dynamically after assembly. Balancing shall conform to minimum G 2.5 grade (as per ISO-1940) or Superior grade. Shaft:- Shaft shall be properly sized for single piece hollow or solid construction of hot rolled steel and it shall be turned, ground and polished. Fan shaft shall not pass through its first critical speed at rated speed. Fan shaft shall be of EN8, SAE-1040, SAE-1035 or equivalent.

Bearings:- Fans shall be equipped with amply sized taper roller or ball or spherical roller anti-friction or self-aligning pillow block type bearings with integral dust and grease seals. Bearings shall be charged with grease. The grease capacity of the bearings shall be such that the fans are suitable for continuous operation for at least 12 months before re-greasing is required. Bearings shall be selected for a life of 50,000 hours and same shall be as per IS-3824. Grease fittings shall be 6mm button head type. Drive Motor:-

The fan motor, suitable for the centrifugal fan drive shall be supplied by the contractor and the same shall be as per the specification. Motors shall be designed for continuous duty operation and shall have high efficiency. Drive motor shall have minimum 20 % margin over the fan limit load horse power. Motor shall be designed especially for quiet operation and motor speed shall not exceed 1440 rpm. The same shall be capable of accelerating to the rated rpm within safe stall time. The contractor shall submit the

motor and fan torque characteristic curves along with other details for fan and motor in support of the selection. The fan and motor combination selected for particular required performance shall be of most efficient and shall be for quiet running characteristics and high efficiency. Fan motor selected shall be in such a way that sound level is lowest (max. 75 db) while running. The power and efficiency factor for all motors shall be submitted along with offer. Motor shall be capable of running continuously with a 5% drop in rated phase to phase voltage at 15% increase in design power. Motor of 0.75 KW and over shall be fitted with integral positive temperature coefficient thermistors selected to afford class1 protection. Motors below 0.75 KW shall be fitted within here n t overheat protection. The Motors shall be TEFC type with IP-55 Protection & Class ‘F’ Insulation. Motors shall be designed for 415 V +/- 10% &50 HZ +/- 3%. Drives:- Fans may be direct or belt driven. In case of belt driven fans, there shall be a minimum number of two belts per drive. All belt driven fans shall be equipped with fully enclosed belt guards with speed measurement openings and shall be easily removable. Belts shall be of oil resistant type. Belt guards shall not impede the air flow to the fan inlet. All belts shall be selected based on a service factor of 1.5 as applied to the drive motor kW rating should one belt fail the remaining belt(s) should be capable of carrying the full load. All belts shall be sized for 150% rated horsepower. The minimum number of belts to be provided will be as follows: In case of direct drive, a hypoid gear coupling or flexible coupling of standard design shall be used. Pulleys shall be selected to provide the required speed. They shall be multi-groove type, with section and grooves selected to transmit 33% more load than the required power and shall be statically balanced. The belt guards shall be of M.S. sheet with angle iron reinforcements and 18 gauge expanded metal screen Accessories:- Common Base Frame:- Mounting skid of structural steel shall be provided for supporting the fan & motor base frames. Mounting skid shall be bolted / welded with the embedded plates provided on the floor. Fans shall be fixed on mounting skid with vibrations isolators mounted in between. Access Door and Drain Connection:- Access door shall be provided for periodic inspection or cleaning. The door can be either toggle clamp fixed or as per manufacturer's standard design. Drain point with plugs or valves shall be provided if specified. Outlet Damper:- Fan shall be provided with a damper at outlet. Dampers at outlet of centrifugal fan shall be manually operated multi-louvered type with neoprene edging on blades for tight shut off. Each blade shall be provided with bronze/gun metal bearing at each end of spindle. Operating lever along with the necessary linkage shall be provided at an

accessible position for operating the dampers. Suitable fixing device for locking the damper at desired position should be provided.

Flexible Connection:- Flexible connections shall be provided on the suction / discharge ends of the fan as specified. The flexible connection shall be of heavy gauge double canvas / Neoprene impregnated glass fiber of length not less than 150mm. Nuts &Bolts:- All bolts, nuts & locknuts shall conform to IS: 1367. Self-tapping screws shall not be used. NOISE &VIBRATION:- The vibrations measured at bearings in both radial and axial direction shall not exceed the specified range in the "Good to very good region" of general machinery vibration chart of VDI-2056. The vendor shall furnish along with their offer the overall fan sound power level for each fan and motor operating at the duty conditions. Vibration isolators of proven design for specified isolation efficiency shall be provided. Double deflection rubber in Ushearorcushy foot vibration isolator or spring type isolators shall be provided for each fan. Rubber bushes, washers, wherever needed for the vibration isolators shall be included in the supply. Sufficient number of such isolators shall be provided to ensure isolation of foundation from vibration of the equipment. At the commissioning stage the vibration amplitudes shall be measured to ensure that the vibrations are within the permissible limit of 30 microns. Generally fans / motors shall be selected to run at very minimum vibration level in accordance with the standards and the fans which are to be mounted on the terrace floor should be selected in such a way that it will not transmit any vibration and sound to the office floors below. Painting:- Fans shall be painted on exterior and interior with two coats of red – oxide zinc chrome primer confirming to IS: 2074 or superior, over which 2 coats of synthetic enamel of approved shade shall be applied on all surfaces. Centrifugal fans/ accessories which are to be installed on the terrace floor shall be suitably painted on exterior and interior surface to avoid corrosion, these fans / accessories are to be specially treated to take care of the adverse weather condition. Accessories All necessary accessories shall be provided for proper operation and shall also include (As part of Unit Price). Dunlop cushy foot vibration isolators for the blowers. Double canvass connections at the outlet of each fan. Nuts, bolts, shims etc. as required for the grouting of the equipment. Slide rails for mounting the motor and belt adjustments. 18 gauge galvanized wire mesh bird screens in the Inlet, Outlet damper

II. Axial Flow Fan

All fans shall be AMCA (Air Movement and Control Associates Incorporation of USA) certified for air performance & sound. Impeller: The impeller shall be of die cast aluminium alloy with integrally cast aero foil sectioned blades and hub. Impeller shall be fixed to motor shaft by a thrust plate and bolt reverse to direction of rotation, in addition to key lock. The critical speed of impeller shall be minimum 1.5 times of the operating speed. The impeller shall be statically and dynamically balanced to G 2.5 grade as per ISO: 1940. Casing:- Casing shall be of 2mm thick MS for impeller dia up to 600 mm and 2.5mm thick MS for impeller dia above 600 mm or as per manufacturer’s standard and factory practices. Casing shall have flanged connection on both ends for ducted application. It shall be provided with suitable supports. Access door shall be provided in the casing for easy access to motor and impeller. Suitable arrangement for mounting of motor shall be provided. Guide Vanes:- In case of vane axial fans guide vane shall be provided on the discharge side. Guards:- Suitably designed guards shall be supplied. Drive Motor:- Motor shall be of totally enclosed fan cooled type squirrel cage induction of IP-55 protection and class-F insulation suitable to run on 415+/-10% Volts, 50+/-3% Cycles, 3-phase AC power supply. Motor conduit box shall be mounted on exterior of fan casing, and lead wires from the motor to the conduit box shall be protected from the air stream by enclosing in a flexible metal conduit. Fan motor shall be selected in such a way that sound level is lowest (max. 75 db at 1 m distance) while running. The motor shall be rated for continuous duty. The power and efficiency factor for all motors shall be submitted along with the offer. Motors shall be capable of running continuously with 5 % drop in rated phase to phase voltage at 15 % increase in design power. Motors shall be fitted with inherent over heat protection. Speed:- The speed of the fan shall not exceed 960 RPM for fan with impeller diameter above1000 mm and 1440 RPM for fan with impeller diameter 1000 mm and less. Painting:-

Fans and accessories shall be painted with two coats of red-oxide primer zinc chrome primer confirming to IS: 2074 or superior, over which two coats of synthetic enamel of approved shade shall be applied

Propeller Fan:- Propeller fans shall be direct driven, three or four blade type, mounted on a steel mounting plate with orifice ring. The blades shall be of steel and designed such as to give maximum volume at minimum noise level for minimum power consumption. The impellor shall be directly coupled to a purposed designated motor for efficient operation. Fan/ motor shall be suitable for continuous duty and shall perform satisfactorily in ambient temperature of above 50 deg. C. The contractor shall furnish along with their offer the overall fan sound power level for each fan and motor operating at the duty conditions. Mounting Plate: Mounting plate shall be of steel construction, square with stream lined venture inlet (reversed for supply applications) coated with backed enamel paint. Mounted plate shall be of standard size, constructed of 12 to 16 gauge sheet depending up on the fan size. Orifice ring shall be correctly formed by spinning or stamping to provide easy passage of air without turbulence and to direct the airstream. Fan Blades:- Fan blades shall be constructed of mild steel. Fan hub shall be of heavy welded steel construction with blades to the hub. Fan blades and hub assembly shall be statically and dynamically balanced at the manufacturer’s works. Impellor hubs and blades, fan supports, wire guards and internal surfaces of fan chambers shall have smooth finish. Shaft:- Shaft shall be of steel, accurately ground and shall be of ample size for the load transmitted and shall not pass through first critical speed through the full range of specified fan speeds. Motor:- Motor shall be standard (easily replaceable) permanent split capacitor or shaded pole for small sizes, totally enclosed with pre–lubricated sleeve or ball bearings, designed for quiet operation with a maximum speed of 1000 rpm for fans 38 cm dia or larger and 1440 rpm for fans 30 cm dia and smaller. Motor for larger fans shall be suitable for 415+/-10% volts, 50 cycles +/-3%, 3 phase power supply and smaller fans shall be suitable for 220V+/-10%,50 cycles +/- 3 % single phase power supply. Motors shall be suitable for either horizontal or vertical services as indicated on drawings / Schedule of quantities. Motor selected shall fully comply with the specifications mentioned elsewhere. Fan / Motor selection shall be for continuous and quiet operation and the measured noise level shall not exceed 50db (A) at 1 meter distance from the equipments. Motors shall be TEFC type with IP-55protection & class ‘F’ Insulation. Accessories:-

The following accessories may be required and provided with propeller fans, as indicated in Schedule of quantities

Wire guard on inlet side and bird screen at the outlet. Fixed louvers built in to a steel frame. Regulators for controlling fan speed for single phase fan motors.

III. INLINE FANS:-

Inline fans shall be complete with centrifugal impeller, casing, direct driven motor, vibration isolators, direction of discharge and rotation position shall be as per the job requirement and shall be marked on the fan assembly. Housing shall be constructed of hot rolled GSS sheet metal construction of suitable thickness. Housing metal parts shall be either spot-welded or screwed or mounted together with rivets. Indication showing rotation arrow and make, model number and duty conditions of the fan shall be available on the housing. Casing shall be with wide hinged doors which open easily inspection doors with handle and neoprene gasket shall also provide. Casing shall have flanged connection on both ends for ducted applications. Casing shall be primed and finish coated with synthetic enamel paint. Extended grease leads for external lubrication shall be provided. Fan wheel shall be forward curved type, statically and dynamically balanced. The fan shall be provided with ball bearings can be used in any mounting position at maximum indicated temperature. The bearing lubricant shall be suitable for a minimum ambient temperature of minus 150C (admissible for a short time without reaching dew point at minus 300C). For applications at maximum indicated ambient temperature life expectancy shall be 40000 hours minimum. Fan motor, fans shall be supplied with built-in-thermal contact (TK) at the critical high temperature point (“B” = 1300C. The thermal contact shall open and break the power supply to the fan, Fan motors have insulation class “F” and protection classIP55. Motor shall be squirrel cage, totally enclosed, fan cooled standard round frame, constant speed, continuous duty, single winding, suitable for single phase supply(220V+/-10%,50 Hz +/- 3%). Motor shall be specially designed for quiet operation and lead wires from the motor to be conduit box shall be protected from the air stream by enclosing in a flexible metal conduit. Fans shall be direct driven type. All fans are hot dipped galvanized. The assembly of fan and motor shall be suspended from the ceiling by spring type vibration isolators.

IV. Fire Rated Smoke Exhaust Axial Fan:

The fire rated smoke exhaust fans generally shall be as described above suitable for 250oC for minimum 2hours. The blades shall be of aluminum alloy fixed on an aluminium hub-flange assembly suitable for multiple blades which shall be adjustable when the fan is stationary. The collar shall be constructed of rolled steel and joints welded. The flanges shall have suitable holes for fixing the fans, ducts etc. The collar and flanges shall be galvanized for protection. The collar shall be long to cover fan and motor. The fan shall be supplied with factory mounted TEFC motor suitable for 250oC for minimum 2 hours. The motor shall be foot mounted. The fan shall be approved for 250oC for 2 hours by international / national authorized agency. The speed of the fan shall not exceed 960 RPM for fan with impeller diameter above 1000 mm and 1440 RPM for fan with impeller diameter 1000 mm and less.

V. Fire Rated Centrifugal Fan Fire rated centrifugal fan generally shall be as described above and may have varied construction features as required. The fan shall be supplied with factory mounted TEFC motor suitable for 250oC for minimum 2 hours. The motor shall be foot mounted. The fan shall be approved for 250oC for minimum 2 hours by International / National authorized agency. Limitation:- The air velocity limits shall be as below:-. Velocity at blower outlet shall not exceed 12 M/S Inlet Velocity shall be limited to 5.08 M/S (1000 FPM)

14. AUTOMATIC CONTROLS AND INSTRUMENTS:

SCOPE

The scope of this section comprises the supply, installation, testing and commissioning of automatic controls and instruments conforming to these specifications and in accordance with requirement of drawings and ‘Schedule of Quantities’ PRODUCTS

Flow switches shall be provided in the condensing water line (outlet) and chiller water line (outlet) only near the chilling machine. The control supply of chilling units shall be interlocked with these flow switches. INSTRUMENTS

Thermometer: Thermometers shall be dial type 100 mm dia or V form industrial type. Body shall be aluminum alloy, anodized gold colored surface. The casing shall be adjustable sideways for reading from the front. The glass capillary shall be triangular in shape with blue mercury filled in glass for better visibility. Scale of reading shall be of the range 0 deg C TO 60 deg C & +32 deg F to 150 deg F. Graduation of scale shall be 1 deg in both readings. Ranges of scales shall be 30-90 degrees F (0-50 deg C) for all conditioning applications of cooling only. Thermometer shall be suitable for 15mm connection. Thermometer for chilled water shall be with long stem so that thermometer is removable without damaging the insulation ms socket to be welded on pipes shall be provided with thermometer. Thermometer shall be installed of chilled water supply and return at each air handling unit, supply and return of each chiller, condenser. Pressure gauge: shall be installed on suction header and at discharge side of each pump in the chilled water supply and return at each air handling unit, at inlet and outlet of each chiller. Suction side gauge at pump suction header shall be compound gauge with 150 MM dia, range 75 cm vacuum to 10 kg pressure. Discharge side gauge at pumps and at all other locations shall be 150mm range 0-10 kg per sq cm (0-150 PSI) Pressure

15. SPECIFICATIONS FOR SHEET METAL WORKS: SCOPE

The scope of this section includes supply, fabrication, installation & testing of all sheet

metal ducts as per specifications & drawings. Except as otherwise specified all ductwork and related items shall be in accordance with these specifications. Duct work shall mean all ducts, casings, dampers, access doors, joints, stiffeners, hangers & all accessories.

DUCT MATERIALS

The ducts shall be fabricated from galvanized steel sheets class VIII - Light coating of Zinc conforming to ISS: 277-1962 (REVISED) with accompanying Mill test Certificates. Galvanizing shall be of 120gms/sq.m. (Total coating on both sides). In addition, if deemed necessary, samples of raw material, selected at random by owner’s site representative shall be subject to approval and tested for thickness and zinc coating at contractor’s expense.

Only new, fresh, clean (unsoiled) and bright GI sheets shall be used. The Engineer in charges reserves the right to summarily reject the sheets not meeting these requirements. Fabrication of ducts shall be through Lock forming machines. In case of factory fabricated duct the G.I. raw material should be used in coil-form (instead of sheets) so as to limit the longitudinal joints at the edges only irrespective of cross-section dimensions

SPECIFICATIONS FOR SITE FABRICATED DUCING

All duct work, sheet metal fabrication unless otherwise directed, shall strictly meet requirements, as described in IS: 655-2006

Longer size of Duct

Sheet Thickness GI(MM)

Type of Joints Bracing

Up to 450 0.63 25x25x3 mm angle iron frame with 8 mm Dia nuts & bolts

-

451- 750 0.63 25x25x3 mm angle iron frame with 8 mm Dia nuts & bolts

-

751-1000 0.80 30x30x3 mm angle iron frame with 8 mm Dia nuts & bolts

25X25X3 MM @ 1M

1001-1500 0.80 30x30x3 mm angle iron frame with 8 mm Dia nuts & bolts

40x40x5 MM @1M

1501-2200 1.00 40x40x3 mm angle iron frame with 10 mm Dia nuts & bolts at 125 mm center

40x40x3 mm @ 1.2m to be braced diagonally.

2201 & above

1.25 40x40x5 mm angle iron frame with 10 mm Dia nuts & bolts at 125 mm center

40x40x3 mm @ 1.6m diagonally braced

Ducts larger than 450 mm shall be cross broken, duct sections up to 1200 mm length

may be used with bracing angles omitted.

Changes in section of ductwork shall be affected by tapering the ducts with as long a taper as possible. All branches shall be taken off at not more than 45 Deg. Angle from the axis of the main duct unless otherwise approved by the Engineer in charge.

All ducts shall be supported from the ceiling/slab by means of GI treaded rods of 10 MM Dia with GI formed channel/ MS angle with hot dip galvanizing the bottom of size 40 mm x 40 mm x 6 mm for sizes up to 1500 mm at 2.5 m intervals. Above size 1500 mm upto 2250, support shall be provided with 10 mm dia. MS rod and MS angle size 50 mm x 50 mm at bottom at 2.0 m intervals. Above size 2250 mm support shall be provided with 12 mm dia MS rod and MS angle size 50 mm x 50 mm at bottom.

INSTALLATION

All ducts shall be fabricated and installed in workman like manner, generally

conforming to relevant BIS codes. Ducts so identified on the drawing shall be acoustically lined and thermally insulated as described in the section ‘Insulation’ and as indicated in ‘Schedule of Quantities. Duct dimensions shown in drawings are overall sheet metal dimensions inclusive of the acoustic lining where required and indicated in ‘Schedule of Quantities’.

Ducts shall be straight and smooth on the inside with neatly finished joints. All joints shall be made airtight.

All exposed ducts up to 60 cm width within conditioned spaces shall have slip joints.

The internal ends of the slip joints shall be in the direction of airflow. Ducts and accessories within ceiling spaces visible from air-conditioned areas shall be provided with two coats of matt black finish paint. Change in dimensions and shape of ducts shall be gradual. Air turns shall be installed in all vanes arranged to permit the air to make the turn without appreciable turbulence.

Ducts shall be fabricated as per details shown on drawings. All ducts shall be rigid and shall be adequately supported and braced where required with standing seams, tees of ample size to keep the ducts true to shape and to prevent buckling, vibration or breaking.

Rubber gasket 3 mm thick shall be used between duct flanges and between duct and duct supports instead of felt in all ducting installation for complete sealing.

During the construction, the Contractor shall temporarily close duct openings with sheet metal covers to prevent debris-entering ducts and to maintain opening straight and square, as per direction of The Engineer in charge.

Great care should be taken to ensure that the ductwork does not extend outside and beyond height limits as noted on the drawings. All duct work shall be of high quality approved galvanized sheet steel guaranteed not to crack or peel on bending or fabrication of ducts. All joints shall be tight and shall be made in the direction of airflow. The ducts shall be reinforced where necessary, and must be secured in place so as to avoid vibration of the duct on its support.

All air turns of 45 degrees or more shall include curved metal blades or vanes arranged so as to permit the air to make the abrupt turns without an appreciable turbulence. Turning vanes shall be securely fastened to prevent noise or vibration. All ducts shall be fabricated and installed in accordance with modern design practice. The sheet metal gauges and fabrication procedures as given in I.S. specifications shall be adhered to and shall be considered as an integral part of these specifications.

The ductwork shall be varied in shape and position to fit actual conditions at building. All changes shall be in accordance with accepted duct design and subject to the approval of the Engineer in charge. The Contractor shall verify all measurements at building and shall notify the Engineer in charge of any difficulty in carrying out his work before fabrication.

Sponge rubber or approved equal gaskets shall be installed between all connections of sheet metal ducts to walls. Sheet metal connections shall be made to walls and floors by means of galvanized steel angles anchored to the building structure with anchor bolts and with the sheet bolted to the angles. Sheet metal connections shall be as shown in the drawings or as directed by Engineer in charge.

All ductwork shall be independently supported from building construction. All horizontal ducts shall be rigidly and securely supported, in an approved manner, with trapeze hangers formed of galvanized steel rods and galvanized steel angel/channel under ducts. All vertical ductwork shall be supported by structural members on each floor slab. Duct supports may be through galvanized steel insert plates left in slab at the time of slab casting. Galvanized steel cleat with a hole for passing the hanger rods shall be welded to the plates. Trapeze hanger formed of galvanized steel rods and angles / channels shall be hung through these cleats. Wherever use of metal insert plates is not feasible, duct support shall be through dash / anchor fastener driven into the concrete slab by electrically operated gun. Hanger rods shall then hang through the cleats.

Where ducts pass through brick or masonry openings, it shall be provided with 25 mm thick TF quality thermo Cole around the duct prior to sealing of the opening.

All ducts shall be totally free from vibration under all conditions of operation. Whenever ductwork is connected to fans, air handling units or blower coil units that may cause vibration in the ducts, ducts shall be provided with a flexible connection, located at the unit discharge. Flexible connections shall be constructed of fire retarding flexible heavy canvas sleeve at least 100 mm long but not more than 200 mm, securely bonded and bolted on both sides. Sleeve shall be made smooth and the connecting ductwork rigidly held by independent supports on both sides of the flexible connection. The flexible connection shall be suitable for pressure at the point of installation.

Flanges and supports are to be black, mild steel and are to be primer coated on all surfaces before erection and painted with aluminum thereafter. Accessories such as damper blades and access panels are to be of materials of appropriate thickness and the finish similar to the adjacent ducting, as specified.

The ductwork should be carried out in a manner and at such time as not to hinder or delay the work of the other agencies especially the boxing or false ceiling Contractors.

16. SPECIFICATIONS FOR FACTORY FABRICATED DUCTING:

Duct Connectors and Accessories

All transverse duct connectors (flanges / cleats) and accessories/related hardware are such as support system shall be zinc-coated (galvanized). FABRICATION STANDARDS All ductwork including straight sections, tapers, elbows, branches, show pieces, collars, terminal boxes and other transformation pieces must be factory-fabricated. Equivalency will require fabrication by utilizing the following machines and processes to provide the requisite quality of ducts and speed of supply. Coil lines to ensure location of longitudinal seams at comes / folded edges only to obtain the required duct rigidity and low leakage characteristics. No longitudinal seams permitted along any face side of the duct. All ducts, transformation pieces and fittings to be made on CNC profile cutlers for required accuracy of dimensions, location and dimensions of notches at the folding lines. All edges to be machine treated using lock formers, flanges and roller for fuming up edges. Sealant dispensing equipment for applying built-in sealant in Pittsburgh lock where sealing of longitudinal joints are specified will be used.

DUCT CONSTRUCTION

The fabricated duct dimensions should be as per approved drawings and all connecting sections are dimensionally matched to avoid any gaps.

Dimensional Tolerances: All fabricated dimensions will be within 1.0 mm of specified dimension. To obtain required perpendicularity, permissible diagonal tolerances shall be 1.0 mm per meter.

Each and every duct pieces should be identified by color coded sticker which shows specific part numbers, job name, drawing number, duct sizes and gauge.

Ducts shall be straight and smooth on the inside Longitudinal seams shall be airtight and at comers only, which shall be either Pittsburgh or Snap Button Punch as per SMACNA practice, to ensure air tightness.

Changes in dimensions and shape of ducts shall be gradual (between 1:4 and 1:7). Turning vanes or air splitters shall be installed in all bends and duct collars designed to permit the air to make the tum without appreciable turbulence.

Factory Fabricated ducts shall have the thickness of the sheet shall be as follows. Bracing with GI tie rods of suitable diameter GI rod for each piece of duct shall be provided. Sl. Size of

Duct

Sheet Thickness

Fastener Size

Type of Joints

Support Angle

a Upto 750 mm

0.63 mm 3/8” Fabricated out of G.I. sheet of 24 gauge at every 1.2 m internal or The flanges shall be made out of the same duct sheet and all the four corner shall be fitted for fitting the bolt

25x25x3 mm

a 751- 900 mm

0.8 mm 3/8” Fabricated out of G.I. sheet of 24 gauge at every 1.2 m internal or The flanges shall be made out of the same duct sheet and all the four corner shall be fitted for fitting the bolt

25x25x3 mm

b 900 mm to 1200 mm

0.8 mm 3/8” E-24 type flange, shall be fabricated out of 24 G sheet at every 1.2 m internal or the flanges shall be made out of the same duct sheet and all the four corner shall be fitted for fitting the bolt

25x25x3 mm

c 1201 mm to 1500 mm

0.80 mm 5/8” E-22 type flange shall be fabricated out of 22 G sheet at every 1.2 m internal. The flanges shall be made out of the same duct sheet and all the four corner shall be fitted for fitting the bolt

40x40x5 mm

d 1501 mm to 2250 mm

1.00 mm 5/8” J-16 type flange, shall be fabricated out of 16G sheet at every 1.2 m internal. The flanges shall be made out of the same duct sheet and all the four corner shall be fitted for fitting the bolt

40x40x6 mm angle

e 2251 mm and above

1.25 mm 5/8” J-16 type flange, shall be fabricated out of 16G sheet at every 1.2 m internal. The flanges shall be made out of the same duct sheet and all the four corner shall be fitted for fitting the bolt

50x50x6 mm with MS rods of 12 mm dia.

The gauges, joints and bracings for sheet metal duct work shall further conform to the provisions as shown on the drawings. INSTALLATION During the construction, the contractor shall temporarily close duct openings with sheet metal covers to prevent debris entering ducts and to maintain opening straight and square, as per direction of The Engineer in charge. Great care shall be taken to ensure that the duct work does not extend outside and beyond height limits as noted on the drawings.

All duct work shall be of high quality approved galvanized sheet steel guaranteed not to crack or peel on bending or fabrication of ducts. All joints shall be air tight and shall be made in the direction of air flow. The ducts shall be re-in forced with structured members where necessary, and must be secured in place so as to avoid vibration of the duct on its support.

All air turns of 45 degrees or more shall include curved metal blades or vanes arranged

so as to permit the air to make the abrupt turns without an appreciable turbulence. Turning vanes shall be securely fastened to prevent noise or vibration. The duct work shall be varied in shape and position to fit actual conditions at building site. All changes shall be subjected to the approval of the Engineer in charge. The contractor shall verify all measurements at site and shall notify the Engineer in charge of any difficulty in carrying out his work before fabrication. Sponge rubber or approved equal gaskets of 6 MM maximum thickness shall be installed between duct flanges as well as between all connections of sheet metal ducts to walls, floor columns, heater casings and filter casings. Sheet metal connections shall be made to walls and floors by means of wooden member anchored to the building structure with anchor bolts and with the sheet screwed to them.

Flanges bracings and supports are to be sourced from the duct manufacturer. Accessories such as damper blades and access panels are to be of materials of appropriate thickness and the finish similar to the adjacent ducting, as specified.

Joints, seams, sleeves, splitters, branches, takeoffs and supports are to be as per duct

details as specified, or as decided by The Engineer in charge. Joints requiring bolting or riveting may be fixed by Hexagon nuts and bolts, rivets or closed center top rivets or spot welding. Self-tapping screws must not be used. All jointing material must have a finish such as cadmium plating or Galvanized as appropriate.

Fire retarding flexible joints is to be fitted to the suction and delivery of all fans. The material is to be normally double heavy canvass or as directed by The Engineer in charge. On all circular spigots the flexible materials are to be screwed or clip band with adjustable screws or toggle fitting. For rectangular ducts the material is to be flanged and bolted with a backing flat or bolted to mating flange with backing flat.

The flexible joints are to be not less than 75 MM and not more than 250 MM between faces. The duct work should be carried out in a manner and at such time as not to hinder or delay the work of the other agencies especially the boxing or false ceiling contractors.

DOCUMENTATION TO MEASUREMENTS

For each drawing, all supply of ductwork must be accompanied by computer-generated detailed bill of material indicating all relevant duct sizes, dimensions and quantities. In addition, summary sheets are also to be provided showing duct areas by gauge and duct size range as applicable.

Measurement sheet covering each fabricated duct piece showing dimensions and external surface area along with summary of external surface area of duct gauge-wise.

All duct pieces to have a part number, which should correspond to the serial number, assigned to it in the measurement sheet. The above system will ensure speedy and proper site measurement, verification and approvals. TESTING

After completion, all duct system shall be tested for air leakage.

The entire air distribution system shall be balanced to supply the air quantity as required

in various areas and the final balance of air quantity through each outlet shall be submitted to the Engineer in charge for approval. Measured air quantities at fan discharge and at various outlets shall be identical to or less than 5% in excess of those specified and quoted. Branch duct adjustments shall be permanently marked after air balancing is completed so that these can be restored to their correct position if disturbed at any time.

17. SPECIFICATIONS FOR INSULATION:

DUCT INSULATION: Insulation material for Duct insulation shall be (Option A) Closed Cell Elastomeric Nitrile Rubber. The insulation shall have for protection against mechanical impact and Scratch factory laminated Aluminium foil covering. It shall not have any fibre erosion. Thermal conductivity of elastomeric nitrile rubber shall not exceed 0.038 W/moK or 0.313 Kcal/M hroC or 0.212 BTU/(Hr-ft2-°F/inch) at an average temperature of 30°C. The product shall have temperature range of –40°C to 105°C. Density of material shall not be less than 55 Kg/ CUM. The insulation shall have fire performance such that it passes minimum CLASS O as per BS476 part 7 for surface spread of flame. Water vapour permeability shall not exceed 0.024 per inch (3 x 10 –14Kgs/m.sec.Pa). Insulation material for Duct Acoustic Lining shall be processed Nitrile Rubber Open Cell Acoustic foam. The material should be dust and fibre free. The density of the same shall be within 140-180 Kg/m3. Thickness of the material shall be as specified for the individual application. The material should conform to Class 1 rating for surface spread of Flame as per BS 476 Part 7. Material should have thermal conductivity not more than 0.0431 and sound absorption coefficient (α-value) not less than 0.80. Material should have antimicrobial product protection and should pass ASTM G 21 & 22 for fungus and bacterial resistance. Thickness of the insulation shall be as specified for the individual application. Each lot of insulation material delivered at site shall be accompanied with manufacturer test certificate for thermal conductivity values and density. Samples of insulation material from each lot delivered at site may be selected by Engineer in charge and gotten tested for thermal conductivity and density at Contractor’s cost. All joints shall be sealed properly with adhesive, which shall provide similar vapour barrier as the original insulating material. External thermal insulation shall be provided as per the approved drawings and specifications. The thickness of closed cell insulation shall be as shown on drawing or identified in the schedule of quantity. Following procedure shall be adhered to:

0

Duct surfaces shall be cleaned to remove all grease, oil, dirt, etc. prior to carrying out insulation work.

Measurement of surface dimensions shall be taken properly to cut closed cell elastomeric rubber sheets to size with sufficient allowance in dimension. Material shall be fitted under compression and no stretching of material shall be permitted.

A thin film of adhesive shall be applied on the back of the insulating material sheet and then on to the metal surface by brush. The adhesive shall be strictly as recommended by the manufacturer.

When adhesive is tack dry, insulating material sheet shall be placed in position and pressed firmly to achieve a good bond.

All longitudinal and transverse joints shall be sealed with 75 mm thick aluminium tape.

The insulation shall then be held in position using a 24 Gauge GI chicken wire mesh tide and held securely.

EXPOSED DUCT THERMAL INSULATION OF DUCTS Clean the surface with wire brush to remove dirt, rust, mortar etc. Apply a thick coat of bituminous primer / CPRX Compound Bitumen 85/25 grade

@ 1.5 Kg/Sqm. Fix TF quality EPS of specified thickness (50 mm thick density not less than 20 kg/cum) by using hot bitumen as adhesive.

Apply PVC tape 50 mm wide at all joints lateral and circumferentially. Cover the insulation with 2 layers of thick polythene sheets (density 500 gm) as

vapour barrier. Apply 0.75" x 24 g GI wire netting butting all joints and lace down with GI wire. Cover the above with 2 layers of sand, cement plaster of 12 mm thick and finished

smoothly.

Material & Process of Acoustic Insulation of Duct / AHU Room Resin Bonded Fibre Glass Wool The Thermal conductivity values in W/m.K of fibre glass shall confirm to following –

Mean Temperature PP C Density In Kg/ Cmt. Thermal Conductivity W/m.k 25PPC 32/48 0.030 Acoustic Lining of Duct

The material to be used for duct lining shall be 12 / 25 mm thick resin bonded fibre glass rigid board having a density of 48 Kg/m³ & covered with 0.5 mm thick perforated aluminum sheet. The lining of initial length of the duct shall be done as shown in the tender layout drawings & shall be carried out as follows. a) Clean the duct piece thoroughly,

b) Fix the board of suitable thickness inside the duct & cover with fibre glass tissue paper.

3

c) Cover the insulation board with 0.5mm thick perforated aluminum sheet with at least 20%perforation. d) Secure the insulation board & aluminum sheet with cadmium coated bolts nuts & cup washers / steel screws.

e) Finally seal the ends completely, so that no lining material is exposed. Acoustic Lining of AHU Room The four walls and ceiling of AHU Rooms shall be provided with acoustic lining of thermal insulation as per following specifications & as specified in the Schedule of Quantities. a) Clean the surface. b) A 610 x 610 mm frame work of 25 x 50 x 50 x 50 x 50 x 25 mm ‘U’ shape channel made of 0.6 mm. thick G.S.S. shall be fixed on to walls by means of rawl plug in walls & dash fasteners in ceiling. Before fixing channel shall be filled with fibre glass. c) Fix the resin bonded glass wool having density of 32 Kg/cmt.in the frame. d) Finally, finish it by covering the surface with 0.5 mm thick perforated aluminium sheet with brass screws. Before fixing aluminium sheet, fibre glass tissue paper must be sand witched.

All horizontal and vertical joints shall be covered with at least 25 mm. wide, 1mm aluminium strips held in position by steel or brass screws.

Thermal Insulation of CHW / HW Pipes / AC Equipments Insulation material shall be Closed Cell Elastomeric Nitrile Rubber. Density of Material shall be between 60+/-10% Kg/mPP. Thermal conductivity of elastomeric nitrile rubber shall not exceed0.035 o 0 W/m PP K at an average temperature of 0PPC.

The insulation shall have fire performance such that it passes Class 1 as per BS476 Part 7 for surface spread of flame as per BS 476 and also pass Fire Propagation requirement as per BS476 Part 6 to meet the Class ‘O’ Fire category as per 1991 Building Regulations (England & Wales) and the Building Standards (Scotland) Regulations 1990.

Water vapour permeability shall not exceed 0.017 Perm inch (2.48 x 10-14 Kg/m.s.Pa), i.e. Moisture Diffusion Resistance Factor or ‘µ’ value should be minimum7000. Thickness of the insulation shall be as specified for the individual application.

Pipe Insulation All chilled water, refrigerant and condensate drain pipe shall be insulated in the manner specified herein. An air gap of 25 mm shall be present between adjacent insulation surfaces carrying chilled water or refrigerant. Before applying insulation, all pipes shall

be brushed and cleaned. All Pipe surfaces shall be free from dirt, dust, mortar, grease, oil, etc. Nitrile Rubber insulation shall be applied as follows:

Insulating material in tube form shall be sleeved on the pipes. On existing piping, slit opened tube of the insulating material (slit with a very sharp

knife in a straight line) shall be placed over the pipe and adhesive shall be applied as suggested by the manufacturer.

Adhesive must be allowed to tack dry and then press surface firmly together starting from butt ends and working towards Centre.

Wherever flat sheets shall be used it shall be cut out in correct dimension. All longitudinal and transverse joints shall be sealed as per manufacturer recommendations.

The insulation shall be continuous over the entire run of piping, fittings and valves. All valves, fittings, joints, strainers, etc. in chilled water piping shall be insulated to the

same thickness as specified for the main run of piping and application shall be same as above. Valves bonnet, yokes and spindles shall be insulated in such a manner as not to cause damage to insulation when the valve is used or serviced. The detailed application specifications are as mentioned separately. The manufacturer’s trained installer should only be used for installation. Recommended Adhesive In all cases, the manufacturer’s recommended Adhesive (SR-998) should be used for the specified purpose. Pump Insulation Chilled water pump shall be insulated to the same thickness as the pipe to which they are connected and application shall be same as above. Care shall be taken to apply insulation in a manner as to allow the dismantling of pumps without damaging the insulation.

Shell Insulation The chiller shells shall be factory insulated in accordance with the Manufacturer’s standards. Cold Water & Expansion Tank Insulation Cold water tank, and chilled water expansion tank shall be insulated as per manufacturer’s standard. Installation Exposed Directly to Sunlight For installations exposed to sunlight, after giving 36 hours curing time for the adhesive apply manufacturer’s recommended UV/Mechanical Protection. Please refer the separate detailed guidelines on UV/Mechanical Protection. FRP coating should be provided for protection from sun light.

18. SPECIFICATIONS FOR AIR DISTRIBUTION PRODUCTS I. DUCT DAMPERS: At the junction of each branch duct with main duct and split of

main duct, volume control dampers must be provided. Dampers shall be rigid in construction to the passage of air. The volume dampers shall be of an approved type,

lever operated and complete with suitable level links & quadrants, locking devices, which will permit the dampers to be adjusted and locked in any position. The dampers shall be of opposed blade or louver type. The damper blade shall not be less than 1.25 mm (18) gauge and shall not be over 225 mm wide. Automatic and manual volume opposed blade dampers shall be complete with frames and bronze bearings as per drawings. Damper frames shall be constructed of 16 gauge steel. After completion of the ductwork, dampers are to be adjusted and set to deliver the required amount of air as specified in the drawings.

II. ACCESS PANEL: A hinged and gasket access panel shall be provided on ductwork

before each control device that may be located inside the ductwork. Doors shall be provided with nontoxic rubber / PVC gaskets. Angle joints shall be provided with nontoxic rubber / PVC gaskets for leak tightness of the joints. Access door/panels shall be provided: -

Near each smoke sensor Any other place specifically mentioned in the drawing or if asked by Engineer in

charge during execution stage.

III. SUPPLY AND RETURN AIR DIFFUSERS: Supply and return air diffusers shall be made of extruded aluminum section as specified in BOQ. The diffusers shall be powder coated in finish. Supply air diffusers shall be provided with screw operated opposed blade volume control devices of extruded Aluminium construction in black mat finish. The diffusers shall be suitable for concealed fixing arrangement and as approved by Engineer in charge. The diffusers shall be provided with removable central core. All diffusers shall be selected as per selection curves and in consultation with Engineer in charge. All diffusers shall have soft continuous rubber / foam gasket between the periphery of the diffusers and the surface on which it has to be mounted.

IV. LINEAR GRILLES: Linear continuous supply or return air grilles shall be extruded

aluminum construction with fixed horizontal bars at 0 /150 inclination with flanges on both sides. The thickness of fixed bar louvers shall be 3mm in front and the flange shall be 20mm wide with round edges. The grille shall be suitable for concealed fixing and horizontal bars of the grille shall be mechanically crimped from the back to hold them. Volume control device of extruded Aluminium construction in black mat finish shall be provided in S.A. duct collars.

V. DOUBLE ADJUSTABLE LOUVERED SUPPLY / RETURN AIR GRILLES

WITH HORIZONTAL LOUVER ARRANGEMENT: The grille shall be adjustable as each louver shall be pivoted to provide pattern with 00

to plus or minus 150 ARC upto 300deflection down towards. The louvers shall hold deflection settings under all conditions of velocity and pressure. The rear louver of the register shall be in black shade. Volume control device of extruded Aluminium construction with black mat finish shall be provided in S.A. grills.

VI. EXHAUST AIR REGISTER: Exhaust air register shall be made of extruded

aluminum with fixed horizontal louvers at 40 degree angle setting on a 20 mm louvers pitch. The register shall have 20 mm wide flange with round edges all around. The register shall be suitable for front screw fixing. Volume control device of extruded Aluminium construction with black mat finish shall be provided.

VII. FRESH AIR INTAKE LOUVERS: Fresh air intake louvers 50 mm deep (minimum)

wherever required as per shop drawing will be made of extruded aluminum

construction duly anodized or powder coated. Bird / insect screen will be provided with the intake louvers. The blades are inclined at 450 on a 40 mm blade pitch to minimize water ingress. The lowest blade of the assembly shall extend out slightly to facilitate disposal of rainwater without falling in door / wall on which it is mounted. Wherever specified, the intake louvers shall be provided with factory fitted all aluminum construction volume control dampers in black anodized finish.

VIII. MOTORIZED COMBINED SMOKE & FIRE DAMPERS – SPRING RETURN

All supply and return air ducts at AHU room crossings (or ducts as applicable) and at

all floor crossings shall be provided with preferred make fire and smoke dampers of at least 120 minutes fire rating certified by CBRI ROORKEE as per UL 555:1973. Fire damper blades & outer frame shall be formed of 1.6 mm galvanized sheet steel. The damper blade shall be provided on both ends using chrome-plated spindles in self-lubricated bronze bushes. Stop seals will be provided on top and bottom of the damper housing made of 16 g galvanized sheet steel. For preventing smoke leakage side seals will be provided. In normal position damper blade shall be held in open position with the help of a 24 V operated electric actuators thereby providing maximum air passage without creating any noise or chatter.

The damper shall be actuated through electric actuator. The actuator shall be

energized with the help of a signal from Fire Alarm Control Panel system with multi criteria smoke detector installed in AHU room/R.A. duct/damper. The fire damper shall also close due to Temperature rise in Supply air ducts thru the electric temperature sensor factory set at 165oF micro switches with Bakelite base will be provided to stop fan motor and give open & close signal at remote panel in case of motorized actuator.

Each dampers in case of motorized smoke-cum-fire damper shall have its own panel

which will incorporate necessary circuit required to step down voltage available from power supply to shown status of the damper (open or close), to allow remote testing of damper & indication in event of damper closure due to signal from smoke sensor / temperature sensor & reset button. Additional terminal will be provided to have signal (sound beep or visual) in central control room. Damper actuator shall be spring return so as to close the damper in the event of power failure automatically and open the same in case of power being restored. Spring return action of the actuator shall be an in-built mechanism and shall not be mounted externally. The damper shall be installed in accordance with the installation method recommended by the manufacturer.

IX. FRESH AIR INTAKES Extruded aluminum construction duly anodized fresh air

louvers with bird screen and extruded construction dampers shall be provided in the clear opening in masonry walls of the air handling unit room having at least one external wall. Fresh air louver, damper, pre filters, ducts and fresh air fan with speed regulator (wherever specified in ‘Schedule of Quantities’) shall be provided. Fresh air dampers shall be of the interlocking, opposed blade louver type. Blades shall be free from rattle. Damper shall be similar to those specified in ‘air distribution’. Fresh air fans and fresh air intakes shall be as per the requirements of ‘Schedule of Quantities’.

X. MISCELLANEOUS

Non Toxic rubber / PVC gaskets also to be provided behind the flange of all grilles.

Each shoot from the duct, leading to a grille, shall be provided with an air deflector to

divert the air into the grille through the shoot. Inspection doors measuring at least 450 mm x 450 mm are to be provided in each system at an appropriate location, as directed by Engineer-in-Charge. Diverting vanes must be provided at the bends exceeding 600 mm and at branches connected into the main duct without a neck. Proper hangers and supports should be provided to hold the duct rigidly, to keep them straight and to avoid vibrations.

Additional supports are to be provided where required for rigidity or as directed by

Engineer-in-Charge. All duct work joints are to be true right angle and with all sharp edges removed. All grilles and diffusers shall be powder coated in color as approved by Architect / Engineer in charge before installation.

All ducts immediately behind the grilles / diffusers etc. are to be given two coats of

black paint in Matt finish. The return air and dummy portion of all linear grilles shall be provided with a vision barrier. The vision barrier shall be fixed to the false ceiling frame with self-tapping screws and shall be given two coats of black paint in matt finish. Care shall be taken to ensure that the return air path is not obstructed.

19. SPECIFICATIONS FOR PIPING AND FITTINGS:

SCOPE The scope of this section comprises the supply and laying of pipes required for chilled water; condenser water & drain water conforming to these specifications and in accordance with the requirement of the ‘Technical Schedule of Equipment’ and ‘Schedule of Quantities’

WATER PIPING

Water piping fittings and valves shall be of the following makes or approved equal make and shall conform to IS standards as indicated below.

Pipes

UPTO 150MM

MS, Class C (Heavy Class) as per IS 1239 (Part I & II) Latest Edition

200 mm and above Min 6.35 mm thick as per IS 3589 Latest Edition

Condensate Water Pipes

GI B class (medium class)

All welding shall be done by qualified welders and shall strictly conform to Standard Code of practice for manual metal arc, welding of Mild Steel

First butt weld of each welder shall be fully radio graphed by HVAC contractor under guidance of Engineer in charge for testing purposes. Upon approval of welding joints the concerned welder shall be allowed to carry further welding of pipes. Rest of the welds shall have 100% visual inspection.

All welded joints (except pipe welded end-to-end) shall be made by use of forged one-piece welding flanges, caps, nozzles, elbows, branch outlets and tees of preferred make. Cut samples shall be submitted for approval, if directed. All such fittings etc. shall be of a type which maintain full wall-thickness at all points, simple radius and fillets, and proper bevels or shoulders at ends. All welding shall be done by the electric arc welding process in accordance with the following:-

All joints shall have 45-degree bevel type, pipe mill-beveled or machine-beveled by the

contractor. All scale and oxides shall be removed with hammer, chisel or file and bevel left smooth and clean.

Pipe lengths shall line up straight with abutting pipe ends concentric.

Both conductors from the welding machine shall be extended to locations at which welding work is being done. The leads from welding machine to location of welding work shall be held together with tape or other approved means as to prevent induced current in structural steel, in piping or in other metals within the building. The ground lead shall be connected to length of pipe through joints in pipe, structural steel of building or steel pipe supports.

GATE & GLOBE VALVES Make: As approved shall be heavy duty non rising spindles as per IS 780, 778 and flanges as per IS 1536 and factory tested for 16 Kg/ sq cm test pressure

S.No Size

Construction Ends

A 15 TO 40 MM

Gun metal body Screwed

B 50 MM and above

Cast Iron Body & spindle valve, seat wedge etc., of Brass or Gun Metal

Flanged

BALANCING VALVES

The balancing valves control and shut off valves with built in pressure drop and flow measuring facility shall be provided in the water outlet pipes of condensers and chillers, AHUs or wherever shown in tender drawings. 15-65 mm Size : Gunmetal ASTM B-6 2 Screwed ends 80mm and above : Cast iron, flanged ends with stainless steel trim. The valves shall have PTFE/SS disc with special erosion/corrosion proof sealing. The valves shall have temper proof adjustable and lockage arrangement for required water quantity after commissioning. The valves shall be complete with pressure test cock and drain cocks. To enable accurate and practical operation, measurement of flow and differential pressure shall be made with a computerized balancing instrument which shall enable the operator to read the flow directly without the use of diagrams or tables. In addition to

measuring flow rate, differential pressure and temperature, computerized balancing instrument shall have a computer programs to provide the following functions:- To balance the HVAC installation and calculate the necessary valve settings, based on system measurements. The supply of flanges shall form part of piping (not separately identified in Schedule of Quantities) and shall also include supply of bolts, washers, nuts and suitable rubber insertion gaskets (minimum 3 mm thick). BUTTERFLY VALVES Body: Cast Iron Seat: Resilient lining moulded black nitrile rubber Disc: SS304 The handle shall have arrangement for locking in any position. Valve shall be suitable for 16 Kg/Cm2 working pressure.

NON RETURN VALVES Non return valves shall be dual plate check valve provided as shown on the Drawings, and identified in Schedule of Quantities conforming to relevant Codes and in accordance with the following Specifications

Size Construction Ends

50 to 150 mm

Body cast iron, gun metal plate Flanged

The spring and hinge/stop pin shall be SS304 and bearing PTFE material. Valves shall be suitable for not less than 16 Kg per sq. cm. gauge working pressure. Motorized Butterfly Valves with actuator Butterfly Valves

The butterfly valve shall consist of cast iron body preferably in two piece construction. The disc shall be SS304. The valve seat shall be synthetic material suitable for water duty. It shall line the whole body. The disc should move in slide bearings on both ends with ‘o’ ring to prevent leakage.

The handle should have arrangement for locking in any set position. The valve should be suitable for 16 Kg/cm2 working pressure with PN 1.6rating.

The actuators of motorized butterfly valve shall be BMS compatible. ON/OFF Motorized butterfly valve with actuator for Chillers, condenser & Cooling

Towers

Motorized valve for chillers, cooling towers shall be 2 positions ON/OFF type Butterfly Valve with standard train. The valve shall be controlled by an electric actuator mounted directly on the valve. The actuator shall have a reversible synchronous motor and generate the desired stoke by gear train. It shall be suitable for hook up to any major BMS. Actuator Each actuator shall have current limiting circuitry incorporated in its design to prevent damage to the actuator. Actuators shall provide the minimum torque required for proper valve close-off against the system pressure for the required flow. Two-position or open/ closed actuators shall accept 24 or 120 V AC power supply and be UL listed. Butterfly isolation and other valves, as specified in the sequence of operations, shall be furnished with adjustable end switches to indicate open/closed position or be hard wired to start/stop the associated pump or chiller. The check valves shall be wafer type. The body shall be of cast iron and the plate of aluminium bronze. The valve shall have plain face and shall have a synthetic seal. The valve shall be suitable for 16 kg /cm2pressure. All gauge cocks shall be of gunmetal plug type, complete with siphon (brass chrome plated). All drain valves shall be of gunmetal with a hose union connection of one hand. All valves on the return line of fan coil units shall be as in 5.6 but without integral water strainer STRAINERS Strainers shall be 'Y' type as included in BOQ. 'Y' Strainer shall be fabricated out of MS 'C' class pipe two sizes higher than that of Strainer pipe size. Flanges as per IS 6392 shall be provided at inlet and outlet connectors. The body shall be pressure tested at 16 kg/cm2 and shall be hot dip galvanized. Permanent magnet shall be provided in the body of the Strainer to arrest MS particles. Filter element shall be of non-magnetic 20 gauge SS sheet with 3 mm perforation. Filtration area of the strainer shall be 1:4. Strainers shall be provided at in let of each Air Handling Unit and Pump as shown in drawings and included in BOQ. All chilled water piping and fittings shall be pressure tested, painted and then insulated as described under the section "Insulation".

AUTO AIR VENT VALVES

Air vent valves shall be provided at all higher points in piping system for venting and of 10 mm diameter. Air vent valves shall be Gun metal and tested up to pressure of Class I pressure rating. FITTINGS The dimensions of the fittings shall conform to IS 1239/69 Part II (as per latest amendment) unless otherwise specified in specification. All bends in sizes up to and including 150 mm dia shall be readymade of heavy-duty, wrought steel of appropriate class. All fittings such as branches, reducers etc in all sizes shall be fabricated from pipes of same dia and thickness and length at least twice the dia of pipe. The branches may be welded straight to main line. Blank ends are to be formed with flanged joints and 1 mm thick blank insertion of rubber gasket between flange pair for 150 mm and over in case where a future extension is to be made otherwise blank end discs of 6 mm thickness are to be welded on with additional cross stiffeners. The tender drawings show schematically the size and location of pipes but this is for contractor’s guidance only. Pipe runs may be changed to meet the site conditions.

PIPING INSTALLATION All piping work shall be carried out in workman like manner causing minimum disturbance to the existing services. Piping shall be of steel, primer coated with rust preventive paint and finished with approved shade. Pipe supports shall not exceed the following spacing: -

Sr. No.

Nominal pipe Size (mm)

MS rod for ceiling support (mm)

Floor Support (mm)

Base Support

1 Upto 65 mm 10 mm 80 mm MS pipe 40x40x5 thick angle

2 80 mm to 125 mm 10 mm 80 mm MS pipe 50x50x5 thick angle

3

150 mm to 250 mm

12 mm or 50x50x6 thick angle

80 mm MS pipe

75x75x5 thick angle or 80x40 channel

4 300 mm to 350 mm

16 mm or 80x40 channel

80 mm MS pipe 100x50 channel

5 400 mm to 500 mm

16 mm or 100x50 channel 100 mm MS

pipe

70x40 channel (box) []

6 600 mm to 700 mm

20 mm or 100x50 channel

100 mm MS pipe

ISMC 200

Pipe hangers shall be fixed on walls and ceiling by means of metallic Raw bolts or approved shear fasteners. Piping shall be properly supported on, or suspended from, stands, clamps, and hangers as specified and as required. The contractor shall adequately design all the brackets, saddle, anchors, clamps and hangers and be responsible for their structural sufficiency.

Vertical risers shall be parallel to walls and columns. Risers passing from floor to floor shall be supported at each floor by clamps or collars attached to pipe and with a 10 mm thick rubber pad or any resilient material. Where pipes pass through the terrace floor, suitable flashing shall be provided to prevent water leakage. Risers shall also have a duck foot elbow or steel support welded to the pipe at the lowest point. On risers drain valves shall be provided at heels. Pipe sleeve of 50 mm larger than the pipe diameter shall be provided wherever pipes pass through walls and the annular space filled with felt and finished with retaining rings. In case of an insulated pipe the diameter shall be inclusive of insulation. Insulated piping shall be supported in such a manner as not to put undue pressure on the insulation. Metal sheet shall be provided between the insulation and clamp, saddle or roller extending at least 150 mm on both sides of clamp, saddle or roller.

TESTING

All water piping shall be tested to hydrostatic test pressure of at least one and a half times the maximum operating pressure but not less than 10 kg/sq cm for a period of not less than 24 hours. All leaks and defects in joints revealed during the testing shall be rectified to the satisfaction of the Engineer in charge.

Pipes repaired subsequent to above pressure shall be retested in same manner.

Piping may be tested in section and such sections shall be securely capped.

The Contractor shall ensure that proper noiseless circulation of fluid is achieved through all coils and other heat exchange equipment in the system concerned. If proper circulation is not achieved due to air bound connections, the ‘Contractor’ shall rectify the defective connections. He shall bear all the expenses for carrying out above rectifications involving tearing up and refinishing of floor walls etc as required.

The Contractor shall give sufficient notice to all other agencies at site, of his intention to test a section or sections of piping and all testing shall be witnessed and recorded by Engineer in- charge at site.

The contractor shall provide temporary pipe connections to initially by-pass condenser/chiller and circulate water through condenser / chilled water pipe lines for minimum 8 hours. Water should be drained out from the lowest point. The temporary lines shall be removed and blanked with dead flanges. Pot strainers and Y strainers shall be cleaned and fresh water filled in the circuits.

After the piping has been installed, tested and run for at least three days of eight hours each, all un-insulated exposed piping in plant room shall be given two finish coats, 3 mills each of approved colour, conforming to relevant BIS Codes. The direction of flow of fluid in the pipes shall be visibly marked with identifying arrows. For painting of insulated and clad pipes refer to insulation section.

After testing, all systems shall be chemically cleaned. After cleaning, the pipe work should be rinsed multiples times until the system is neutral. The contractor shall make a report conforming the above to Engineer in charge for records.

The Contractor shall provide all materials tools equipment, services and labour required to perform the test and to remove water resulting from cleaning and testing.

BALANCING

After completion of the installation, all water systems shall be adjusted and balanced to deliver water quantities as specified. Instruments required for the water balancing shall be accurately calibrated in an approved manner before taking any measurements. Calibrated orifices and portable flow meters shall be used to balance the water flow. Orifices used for testing and balancing shall be installed with straight length upstream and downstream as recommended by the manufactures and shall be left permanently installed in the system. Automatic control valve and two way valves shall be set for full flow conditions during balance by procedure. Water circuit shall be adjustable by balancing cocks provided for balancing. These shall be permanently marked after balancing is completed so that they can be restored to their correct positions of disturbed. The computerized balancing shall be carried out by the balancing valve manufacturer and the test report shall be submitted as part of handing over documents.

20. WATER SCALE PREVENTER

GENERAL

The General items of the water scale preventer for the air-conditioning system shall comply with the specifications as given under: ON-LINEWATERSCALEPREVENTOR Scale Preventer shall prevent the formation of hard scale in cooling circuits of Air

conditioning equipment. Scale Preventers hall be an on-chemical on-line type without requiring any

chemicals. Scale preventer shall work with a combination of adsorption, turbulence and

galvanic action. The inner core of Scale Preventers hall be able to convert the hardness alts into

colloidal particles. The outer casing must be of stainless steel. Scale Preventer shall not require any electricity or any other source of energy. The size of the Scale Preventer offered shall be based on the water quality and water

flow rate. Scale Preventer shall be installed in the condenser water circuit as specified in

Schedule of Equipment and Schedule of Quantities

21. COMBINED AIR & DIRT SEPARATOR:

Construction The Air and Dirt separator shall be of a solid and robust construction (Mild steel). It shall be able to remove free air and micro bubbles as well as remove solid particles up to 10 microns and less from water. Removal of Air via Centrifugal Force shall not be acceptable. The unit shall be able to condition the water to make it highly absorptive at all points in the system, which shall ensure that micro bubbles can no longer exist at any point in the system.

All connections, fittings and heads shall be of carbon Steel.

Themediumusedtode-aerateandremovedirtshallbemanufacturedofsteeltube & copper wire or stainless steel. This medium should be non-clogging in nature. An automatic air vent of at least 100mm free area to be connected at the top for the release of the air separated from the water. The Automatic air vent should be guaranteed not to leak and cannot be closed. The flow should not be obstructed by the dirt collected.

A Drain valve shall be provided at the bottom to remove the accumulated dirt without the need of shutting down the operation of the system.

The Air & Dirt Separator shall be insulated as per specifications of “INSULATIONS” depending points location (outdoor or indoor).

The pressure drop on account of the air and dirt separator shall not exceed the values given here under:-

For Max velocity of 1.5 m/s For Max velocity of 3m/s

Connection (DN) of Air & Dirt Separator

ΔP Max. Flow (kPA) ΔP @ Max. Flow( kPA)

50 3.0 11.8 65 2.7 11.6 80 2.9 12.4 100 3.7 14.6 125 4.2 16.8 150 4.9 19.4 200 5.8 23.1 250 6.9 27.7 300 7.7 31.0 350 7.8 31.0 400 8.4 34.0 450 10.0 39.0 500 11.0 43.0 600 12.0 47.0

For connections larger than DN 600, the contractor must provide the pressure drop calculations in this submittal for approval.

22. TREATED FRESH AIR HANDLING UNITS: In addition to the standard requirements of above-mentioned AHU, this section lists down additional requirement of Treated Fresh Air Handling Units. The TFA plus Air Purification Units shall be with DX coil suitable & compatible for VRV Condensing Units. The system shall be compliant to ASHARE 62.1 standards. The TFA + Air Purification unit shall be constructed using double-skinned acoustic panels with minimum 1.2 mm thick pre-coated GI sheet for outer skin and 0.8 mm SS 304 sheet for inner skin of the unit. All the panels shall incorporate minimum 40 mm thick PUF insulation of density 40 Kg/cum and K factor not exceeding 0.02 W/M deg C sandwiched in between inner & outer skin; the inner skins can be of perforated sheet in the case of Fan Sections to bring down the noise level. The panel shall be encased with Thermal break aluminium profile. All frames and blank-off shall be of SS-304. The panels shall be sealed to the frame work by heavy duty “O” ring neoprene gaskets held

captive in the framed extrusion.

All panels shall be detachable or hinged. Hinges shall be of die cast aluminium with stainless steel pivots. Handles shall be made of hard nylon and operational from both inside and outside of the unit. Units supplied with various sections shall be suitable for on-site assembly match drilled, with bolts, nuts and continuous neoprene rubber gaskets. All fixing and gaskets shall be concealed. TFA + Air Purification machine shall have hinged quick opening insulated access door on fan and filter sections. Access doors shall be double skin type and shall have same construction as the wall panels. Lifting lugs shall be bolted to each base section for lifting or placing the AHU in place.

All the panels shall be assembled on a supporting frame of anodized hollow aluminium sections. Panel- to-frame joints shall be provided with EPDM Gaskets. Only SS Screws shall be used for fastening panels to the supporting frame. The inside of the unit shall have clear surfaces free from bolt & bolt-head projections. The entire unit shall be of sturdy construction to ensure freedom from vibration while running. All sections shall incorporate access doors/panels. The hinges shall be of cast aluminium handles shall be of pressed steel. Self-lubricated Nylon sleeves shall be provided. The entire housing shall be mounted on extruded aluminium channel framework having pressure die cast aluminium jointers. All access doors, coil connections etc. shall be provided on one side of the unit. Y- Joints / Header Joints Y-Joint / Ref-net separation refrigeration pipe joints and headers shall be in the appropriate orientation to enable correct distribution of refrigerant. The Distribution Joints should be factory insulated with pre-formed sections of Expanded Polystyrene/ Equivalent. Refrigerant Piping The suction line pipe size and the liquid line pipe sizes shall be selected according to the manufacturer's specified diameter. All refrigerant pipes shall be properly supported and anchored to the building/structure using steel hangers, fasteners, brackets and supports which shall be fixed to the building/structure by means of inserts or expansion shields or anchor fasteners of adequate size and number to support the load imposed thereon. Before joining any copper pipe or fittings, its internals shall be thoroughly cleaned by passing a clean cloth via wire or cable through its entire length. The piping shall be continuously kept clean of dirt etc. while constructing the joints. Subsequently it shall be thoroughly blown out using nitrogen gas. The suction line pipe size and the liquid line pipe sizes shall be selected according to the manufacturer's specified diameter. All refrigerant pipes shall be properly supported and anchored to the building/structure using steel hangers, fasteners, brackets and supports which shall be fixed to the building/structure by means of inserts or expansion shields or anchor fasteners of adequate size and number to support the load imposed thereon.

Entire liquid and suction refrigerant pipe lines including all fittings, valves and strainer bodies, etc. shall be insulated with19mm/ 13mm thick nitrile rubber as per BOQ along with 2 coats of Star Bond 30-36 super over insulation tubes

23. AIR COOLED PRECISION PACKAGED UNIT SCOPE: This section applies to Air Cooled Pr. Air Conditioning Units located in the server room. Fabricate, assemble, test at works, deliver to site, install and commission to proper operating conditions all air conditioning units to the type, size and capacity shown in the BOQ accordance with all drawings, specifications, engineering data, instructions and manufacturers recommendations unless exceptions are noted by the Consultant. General The design, construction, materials and finishes of all units shall be suitable for the location climatic and operating conditions indicated on this specification, schedules and drawings. Each item of equipment shall be, packed and fully factory assembled complete with operating and safety controls and all customary auxiliaries deemed necessary for the safe, controlled, automatic operation of the requirement using an approved refrigerant (R410 / R407C) available in India. The units shall be designed specifically for close control operation and operate within the tolerances as specified on the schedules. Units are to be suitable for 415V, 3 phases, 50 Hz operation. Cabinet Construction It shall be double skin sandwich panels with steel sheet facing and incombustible (Class 0, ISO 1182.2) insulating core material. The insulation shall be mineral fiber 30 kg/ m3 density, 25 mm thick. The internal facing shall be galvanized steel sheet; the external one shall be epoxy-polyester-powder coated, pearl white colour. The structure framework shall be of steel sheet. The access to the unit shall be made easy by removing the front panel. The panel to base frame sealing shall be made of adhesive rubber. The condensate pan shall be of polished stainless steel sheet. Filtration The standard filters shall be pleated type with cardboard frame; the efficiency shall be G4 in accordance with the Standard CEN-EN 779 (or EU4 in accordance with the equivalent Eurovent Standard EU 4/5). The filters shall be housed horizontally on the top of under units and housed in front of the coil, behind the return grille in the front panel of over units; they shall be easily removable. Filtration shall be 95% down to 5microns.

Fans

It shall be free-wheel type, single inlet, steel sheet backward curved blades, direct driven by a 3-phase, IP 44 electric motor; it shall be installed on a 3 mm thick support plate with ant vibrating rubber isolators. The wheel shall be statically and dynamically balanced; the bearings shall be self-lubricating type. The fan(s) shall provide an external static pressure available for the circuit up to 350 Pa. Fan speed and pressure shall be adjusted by means of an auto- transformer. Humidifier The unit shall be internally fitted with bottled type electrode type humidifier. Electric steam humidifier shall be equipped with replaceable plastic steam cylinder, immersed electrodes, water inlet and outlet valves and flood level sensor. The steam shall be diffused in the air stream by means of a suitable distributor. The humidity production shall be controlled by the microprocessor. The capacity of humidifier shall be modulating type. The rating of humidifier shall be 9.6 kg/hr or as per manufacturer. Electrical Heating Electric heating coil shall be made of aluminum fins for low surface temperature with Multiple Stage heating (2/3 steps); the coil shall include an On-Off electronic temperature control and a safety thermostat with manual reset. Scroll Compressor & Refrigeration Circuit The refrigeration compressor shall be Inverter or Digital Scroll type, class IP54; the refrigerant shall be R-410 / R-407C. The refrigerant circuit shall include the thermal expansion valve, the dryer filter, the sight glass, the liquid receiver and safety valve. The circuit shall be nitrogen pressurized and the connections to the external condensing unit tapped. The compressor shall be isolated from the air flow to avoid noise transmission and heat dissipation to the air stream. The compressor shall be located at the bottom of the unit to prevent vibration transmission to the unit casing. Evaporator Coil It shall be of large face area to provide a Sensible Heat Ratio (SHR) over 0, 95 at 24°C, 50% RH room conditions. The coils shall be made of copper tubes and 14 aluminium fins per inch: a special treatment by resins makes fins resistant to corrosive environment. The coil removal shall be possible from the rear side of the unit. The coil shall be a unique part with a very high slope so as to provide a uniform air flow on the entire face area. The coils shall have 3 to 5 rows in accordance with the unit capacity.

Dehumidification A specific dehumidification cycle (split-suction) shall operate by reducing the operating surface temperature in a section of the refrigerator coil by means of a solenoid valve on the suction header. Full airflow of the unit will be maintained at all times to ensure consistent air distribution to the conditioned space. Remote Air Cooled Condenser The air cooled condenser shall be the low profile, weatherproof type incorporating high

efficiency, direct drive, external rotor motors with axial blade fans. The condenser shall be constructed from heavy duty aluminums and corrosion resistant components. Heavy duty mounting legs and all assembly hardware shall be included. Condensers shall be suitable for 24- hour operation and be capable of providing vertical or horizontal discharge. The condenser shall be fully factory wired. Fan Speed Control Condenser The condenser fans shall be directly driven by 4 pole 1210 rpm 230 volt 50 hz electric motors with an IP54 enclosure rating and class F insulation. The motor shall be equipped with permanently sealed ball bearing and high temperature grease. The motors shall be speed controlled to ensure stable operating conditions from –5.0 Deg. C to 48.0 Deg. C ambient by a factory fitted, direct acting pressure actuated fan speed controller. The control system shall be complete with input isolation switch, transducers and pressure switches. Unit Controller The unit controller shall be microprocessor based and include a large. LCD backlit graphic display for clear visibility of text and graphics. The display and control buttons shall be accessible from the unit front without removing any external panels. The controller shall feature ISP (In-system-Programming) technology to support program upload via a PC.

Control strategies shall be P-I-D with dew point compensation for accurate temperature and humidity control. A selection of return or supply air control shall be provided to suit the application. The controller shall have a user friendly menu driven interface with supporting help screens and shall use multi-protocol data communications. Access to the controller settings to prevent against unauthorized access.

In normal operating mode screen shall display unit number, temperature and relative humidity set points and actuals, graphs, time, date and operating status. Dynamic icons identify the system-operating mode. A 48-hour real time log of temperature and humidity data shall be retained by the control system. All parameters and data shall be protected in memory by an onboard battery. Control

The control system shall allow programming of the following conditions:

Temperature set point Humidity Set point High Temperature Alarm Low temperature Alarm High Humidity Alarm Low Humidity Alarm The control system shall include the following settable features:

Unit identification number. Startup Delay, Cold start Delay and Fan Run on timers Sensor Calibration.

Remote shutdown & general Alarm management Return temperature control. Choice of Modulating output types.

Alarms

The microprocessor shall activate an audible, visual and general alarm in the event of any of the following conditions:

High Temperature Low Temperature High Humidity Low Humidity Loss of Air High Pressure Low Pressure Humidifier Low Water Water Under Floor

Spare Alarm 1 and 2 (Customized text)

These alarms shall have selectable control action enabled, disabled or off.

The microprocessor shall activate a visual alarm only in the event of any of the following conditions:

Service Intervals (cool, filter and humidifier) Compressor Short Cycle. Condenser Water Flow Fall Low Battery Loss of Power (history only) Unit Off (History only)

All alarm occurrences shall be time and date stamped.

The unit shall also incorporate the following protections:

Single phasing preventers. Reverse phasing Phase imbalancing Phase failure Overload tripping ( MPCB ) of all components

Data Logging The control system shall maintain cumulative operating hours of mode (cool, heat, humidity, dehumidify) and fans).The 100 most recent alarms shall be retained in memory.

Open Comms NIC Card The Open Comms NIC (Network Interface card) shall transform the controls into manageable nodes within a Network, NMS and BMS system. This interface card shall

communicate with external systems via the following industry standard open Protocols:

Modbus RTU over EIA-485 SNMP vI HTTP vI.

Pre-installation Inspection Examine the areas and conditions under which the units are to be installed and correct any unsatisfactory conditions detrimental to the proper and timely completion of the work. Do not proceed with work until unsatisfactory conditions have been corrected. Installation

a. Install units in positions shown on drawings. b. Align and level all units on prepared bases /supports. c. Fix all units to supports. Fix units to bases with anchor bolts. d. Ensure adequate space is available around the units for airflow and to allow inspection

and maintenance of all components in accordance with manufacturers recommendations.

Commissioning

a. Carry out static checks on fans, levels of oil, electrical wiring, settings of all control and

safety devices to ensure conditions are safe prior to start up and running. b. Operate equipment to ensure all control and safety device function as required and log

settings of all control and safety devices for tabulation. c. Provide a new set of filters following commissioning over and above the additional

spare filters. Cleaning Prior to start-up of unit, vacuum cleans the interior of all cabinets including coils

and filters.

Air Cooled Precision Packaged Unit Scope

This section applies to Air Cooled Pr. Air Conditioning Units located in the server room.

Fabricate, assemble, test at works, deliver to site, install and commission to proper operating conditions all air conditioning units to the type, size and capacity shown in the BOQ accordance with all drawings, specifications, engineering data, instructions and manufacturers recommendations unless exceptions are noted by the Consultant. General

The design, construction, materials and finishes of all units shall be suitable for the location climatic and operating conditions indicated on this specification, schedules and drawings. Each item of equipment shall be, packed and fully factory assembled complete with operating and safety controls and all customary auxiliaries deemed necessary for the safe, controlled, automatic operation of the requirement using an approved refrigerant (R410 / R407C) available in India.

The units shall be designed specifically for close control operation and operate within the tolerances as specified on the schedules. Units are to be suitable for 415V, 3 phase, 50 Hz operation. Cabinet Construction It shall be double skin sandwich panels with steel sheet facing and incombustible (Class 0, ISO 1182.2) insulating core material. The insulation shall be mineral fiber 30 kg/ m3 density, 25 mm thick. The internal facing shall be galvanized steel sheet; the external one shall be epoxy-polyester-powder coated, pearl white colour. The structure framework shall be of steel sheet. The access to the unit shall be made easy by removing the front panel. The panel to base frame sealing shall be made of adhesive rubber. The condensate pan shall be of polished stainless steel sheet. Filtration

The standard filters shall be pleated type with cardboard frame; the efficiency shall be G4 in accordance with the Standard CEN-EN 779 (or EU4 in accordance with the equivalent Eurovent Standard EU 4/5). The filters shall be housed horizontally on the top of Under units and housed in front of the coil, behind the return grille in the front panel of Over units; they shall be easily removable. Filtration shall be 95% down to 5microns.

Fans

It shall be free-wheel type, single inlet, steel sheet backward curved blades, direct driven by a 3-phase, IP 44 electric motor; it shall be installed on a 3 mm thick support plate with anti-vibrating rubber isolators. The wheel shall be statically and dynamically balanced; the bearings shall be self-lubricating type. The fan(s) shall provide an external static pressure available for the circuit up to 350 Pa. Fan speed and pressure shall be adjusted by means of an auto- transformer. Humidifier The unit shall be internally fitted with bottled type electrode type humidifier. Electric steam humidifier shall be equipped with replaceable plastic steam cylinder, immersed electrodes, water inlet and outlet valves and flood level sensor. The steam shall be diffused in the air stream by means of a suitable distributor. The humidity production shall be controlled by the microprocessor. The capacity of humidifier shall be modulating type. The rating of humidifier shall be 9.6 kg/hr or as per manufacturer.

Electrical Heating Electric heating coil shall be made of aluminum fins for low surface temperature with Multiple Stage heating (2/3 steps); the coil shall include an On-Off electronic temperature control and a safety thermostat with manual reset.

Scroll Compressor & Refrigeration Circuit The refrigeration compressor shall be Inverter or Digital Scroll type, class IP54; the refrigerant shall be R-410 / R-407C. The refrigerant circuit shall include the thermal expansion valve, the dryer filter, the sight glass, the liquid receiver and safety valve. The circuit shall be nitrogen pressurized and the connections to the external condensing unit tapped. The compressor shall be isolated from the air flow to avoid noise transmission and heat dissipation to the air stream. The compressor shall be located at the bottom of the unit to prevent vibration transmission to the unit casing. Evaporator Coil

It shall be of large face area to provide a Sensible Heat Ratio (SHR) over 0, 95 at 24°C, 50% RH room conditions. The coils shall be made of copper tubes and 14 aluminum fins per inch: a special treatment by resins makes fins resistant to corrosive environment. The coil removal shall be possible from the rear side of the unit. The coil shall be a unique part with a very high slope so as to provide a uniform air flow on the entire face area. The coils shall have 3 to 5 rows in accordance with the unit capacity.

Dehumidification A specific dehumidification cycle (split-suction) shall operate by reducing the operating surface temperature in a section of the refrigerator coil by means of a solenoid valve on the suction header. Full airflow of the unit will be maintained at all times to ensure consistent air distribution to the conditioned space. Remote Air Cooled Condenser The air cooled condenser shall be the low profile, weatherproof type incorporating high efficiency, direct drive, external rotor motors with axial blade fans. The condenser shall be constructed from heavy duty aluminums and corrosion resistant components. Heavy duty mounting legs and all assembly hardware shall be included. Condensers shall be suitable for 24- hour operation and be capable of providing vertical or horizontal discharge. The condenser shall be fully factory wired. Fan Speed Control Condenser The condenser fans shall be directly driven by 4 pole 1210 rpm 230 volt 50 hz electric motors with an IP54 enclosure rating and class F insulation. The motor shall be equipped with permanently sealed ball bearing and high temperature grease. The motors shall be speed controlled to ensure stable operating conditions from –5.0 Deg. C to 48.0 Deg. C ambient by a factory fitted, direct acting pressure actuated fan speed controller. The control system shall be complete with input isolation switch, transducers and pressure switches.

Unit Controller The unit controller shall be microprocessor based and include a large. LCD backlit graphic display for clear visibility of text and graphics. The display and control buttons shall be accessible from the unit front without removing any external panels. The controller shall feature ISP (In-system-Programming) technology to support program upload via a PC.

Control strategies shall be P-I-D with dew point compensation for accurate temperature and humidity control. A selection of return or supply air control shall be provided to suit the application.

The controller shall have a user friendly menu driven interface with supporting help screens and

shall use multi-protocol data communications. Access to the controller settings to prevent

against unauthorized access.

In normal operating mode screen shall display unit number, temperature and relative humidity set points and actuals, graphs, time, date and operating status. Dynamic icons identify the system-operating mode. A 48-hour real time log of temperature and humidity data shall be retained by the control system. All parameters and data shall be protected in memory by an onboard battery. Control

The control system shall allow programming of the following conditions:

Temperature set point Humidity Set point High Temperature Alarm Low temperature Alarm High Humidity Alarm Low Humidity Alarm

The control system shall include the following settable features: Unit identification number. Startup Delay, Cold start Delay and Fan Run on timers Sensor Calibration. Remote shutdown & general Alarm management Return temperature control. Choice of Modulating output types.

Alarms

The microprocessor shall activate an audible, visual and general alarm in the event of any of the following conditions:

High Temperature Low Temperature High Humidity

Low Humidity Loss of Air High Pressure Low Pressure Humidifier Low Water Water Under Floor Spare Alarm 1 and 2 (Customized text) These alarms shall have selectable control action enabled, disabled or off.

The microprocessor shall activate a visual alarm only in the event of any of the following conditions:

Service Intervals (cool, filter and humidifier) Compressor Short Cycle. Condenser Water Flow Fall Low Battery Loss of Power (history only) Unit Off (History only)

All alarm occurrences shall be time and date stamped.

The unit shall also incorporate the following protections: Single phasing preventers. Reverse phasing Phase imbalancing Phase failure Overload tripping ( MPCB ) of all components

Data Logging The control system shall maintain cumulative operating hours of mode (cool, heat, humidity, dehumidify) and fans).The 100 most recent alarms shall be retained in memory.

Open Comms NIC Card The Open Comms NIC (Network Interface card) shall transform the controls into manageable nodes within a Network, NMS and BMS system. This interface card shall communicate with external systems via the following industry standard open Protocols:

Modbus RTU overEIA-485 SNMPvI HTTPvI.L.

The NIC card shall provide redundant paths for communications, making it possible to connect to existing BMS systems using Modbus while simultaneously communicating to the NMS through SNMP and HTTP.

Pre-installation Inspection Examine the areas and conditions under which the units are to be installed and correct any unsatisfactory conditions detrimental to the proper and timely completion of the work. Do not proceed with work until unsatisfactory conditions have been corrected. Installation

Install units in positions shown on drawings. Align and level all units on prepared bases /supports. Fix all units to supports. Fix units to bases with anchor bolts. Ensure adequate space is available around the units for airflow and to allow inspection

and maintenance of all components in accordance with manufacturers recommendations. Commissioning:

Carry out static checks on fans, levels of oil, electrical wiring, settings of all control and safety devices to ensure conditions are safe prior to start up and running.

Operate equipment to ensure all control and safety device function as required and log settings of all control and safety devices for tabulation.

Provide a new set of filters following commissioning over and above the additional spare filters.

Cleaning

Prior to start-up of unit, vacuum cleans the interior of all cabinets including coils and filters.

TECHNICAL SPECIFICATIONS FOR ELV WORK

This document describe the below mentioned packages:

ICT including Data networking, Voice, Wi-Fi and EPABX System

Security Solution including IP CCTV and Access Control system

Presentation and Sound Re-Enforcement System (AV SYSTEM)

Scope of Work:

The vendor has to engineer, procure, supply, install, commission, test and maintain the above

described package as per described design, requirement and detailed specification described

in the documents.

Schedule A:

ICT Package including Data Networking, Voice, Wi-Fi and EPABX System

An IT Data network is a digital telecommunications network which allows nodes to share resources. In computer networks, computing devices exchange data with each other using connections (data links) between nodes. These data links are established over cable media such as wires or optic cables, or wireless media such as Wi-Fi.

Network computer devices that originate, route and terminate the data are called network nodes. Nodes can include hosts such as personal computers, phones, servers as well as networking hardware. Two such devices can be said to be networked together when one device is able to exchange information with the other device, whether or not they have a direct connection to each other.

Computer networks support an enormous number of applications and services such as access to the World Wide Web, digital video, digital audio, shared use of application and storage servers, printers, and fax machines, and use of email and instant messaging applications as well as many others.

Objective:

Resource sharing is the main objective of the computer network. The goal is to provide all the program, date and hardware is available to everyone on the network without regard to the physical location of the resource and the users.

Provide the high Reliability. It is achieved by replicating the files on two or more machines, so in case of unavailability (due to fail of hardware) the other copies can be used.

Computer network have provided means to increase system performance as the workload increases (load balancing). In the days of mainframe when the system was full it was to replace with the other large mainframe computer, usually at and expensive rate not convenience for user.

Computer network help people who live or work apart to report together. So, when one user prepared some documentation, he can make the document online enabling other to read and convey their opinions. Thus computer network is a powerful communication medium.

General Terms and Conditions:

All copper & fibre component should be from single OEM as per the makes given in the tender documents.

All passive components should be RoHS (Restriction of Certain Hazardous Substances) complied. Declaration-RoHS should be clearly mentioned on datasheet of each Passive Component

There should be a minimum of 20 years warranty assurance for all supplied component as per OEM.

Structured Copper Cabling guidelines:

Cables shall be dressed and terminated in accordance with manufacturer’s recommendations and/or best industry practices.

Bend radius of the cable in the termination area shall not be less than 4 times the outside diameter of the cable.

The cable jacket shall be maintained as close as possible to the termination point. Cables shall be neatly bundled and dressed to their respective panels or blocks. Each

panel or block shall be fed by an individual bundle separated and dressed back to the point of cable entrance into the rack or frame.

Each cable shall be clearly labelled on the cable jacket behind the patch panel at a location that can be viewed without removing the bundle support ties. Cables labelled within the bundle, where the label is obscured from view shall not be acceptable.

Horizontal Distribution Cable & Installation:

Cable shall be installed in accordance with manufacturer’s recommendations and best industry practices.

Cable raceways shall not be filled greater than the manufacturer recommended guidelines.

Cables shall be installed in continuous lengths from origin to destination (no splices). The cable’s minimum bend radius and maximum pulling tension shall not be

exceeded. Horizontal distribution cables shall be bundled into groups of not greater than 40

cables. Cable bundle quantities in excess of 40 cables may cause deformation of the bottom cables within the bundle.

Cables shall not be attached to ceiling grid or lighting support wires. Any cable damaged or the contractor shall replace exceeding recommended

installation parameters during installation prior to final acceptance at no cost to Client.

A self-adhesive label or PVC marker ferrules shall identify the Cables. A cable label shall be applied to the cable behind the faceplate on a section of cable that can be accessed by removing the cover plate. Similar label or marker ferrules shall also be placed on a section of the cable near to the patch panel termination.

Unshielded twisted pair cable shall be installed so that there are no bends less than four times the cables outside diameter (4 X cable outside diameter) at any point in the run.

Pulling tension on 4-pair UTP cables shall not exceed 25-pounds for a single cable or cable bundle. The pathway shall be adequately sized so as not to exceed the 80% cross-section fill of cables. The pathway shall be securely installed in the facility.

Horizontal Cable distance shall be within 90 Meter.

OEM must be providing Penta scanning report with 20 years warranty certification.

Installation Guide Line for Fibre Optic Cable:

This section describes general precautions to be taken when installing fibre optic cable in a building and the safe handling and disposal of optical cable. The methods and instructions provided are intended only as guidelines, as each installation will be influenced by local conditions and user preferences.

Methods used for installing fibre optic cables are very similar to those used for installing standard copper cable. However the qualities and characteristics fibre optic cable can be degraded when it is subjected to:

Excessive pulling Excessive tension Crushing forces.

Safety Precautions: It is important to observe the following safety precautions when installing cable in a building and between buildings. These practices may change, or may not be suitable for a specific situation, so are therefore only suggested guidelines. Local safety precautions and practices take precedence over any conflicting recommendations given in this section.

Installation Considerations: Fiber optic cable can be installed inside buildings using the same methods

as coax or twisted pair; however, the following guidelines should be observed.

Do not deform the cable sheath, specifically when using cable fasteners or ties to secure the cable to a support or hardware.

Do not exceed the cable's maximum pulling tension. Do not pull fiber optic cables with copper cables. Do not pull fiber optic cables over existing cables. The friction could be

excessive and cause cable damage. The cables may also become entangled, resulting in damage to the fiber optic cable.

Do not exceed minimum (installed and long-term) bend radius. (The minimum bend radius varies with the cable diameter. Consult the appropriate Cable specification.)

Do not pull the cable around sharp corners, such as support brackets. Provide additional crush / mechanical protection in high-risk environments. Secure the cable to larger permanent cables or available supports when possible. Do

not attach the cable to cables that may be removed later or to steam or water lines. Caution: Installation tension exerted on fibre cables may cause the buffered fibers to

assume a sinusoidal “wave” appearance. This effect is caused by installing the cable incorrectly. OEMs generally recommend that all tight-buffered cable pulls employ a grip on the pull end of the cable coupled to the aramid strength member, not the cable jacket.

Comply with Local legislation. Consider recycling opportunities. Fiber waste should be disposed of safely, the use of sharps containers is recommended

for waste fiber shards. OTDR and Penta scanning report with 20 years warranty certification must be

provided as per OEM.

Suitable Data Centre with false flooring shall be established in Building, which comprises both LAN server & IPABX server. There shall be proper redundant (24x7) cooling facility in

the Data Centre to maintain the desired temperature, humidity & Indoor air quality for smooth operation of the System.

The System will have High Availability mode connected to Core / Distribution Switch Connectivity Minimum 10G and switch shell be through Optical fibre cable. Distribution to edge switch connectivity minimum 10G and each floor Building with optical fibre cable in underground DWC HDPE pipe of suitable size for outside connectivity or in cable raceway/conduit inside the buildings.

The system shall have Firewall protection, Bandwidth management & required client Access license. The incoming fibre cable from Service provider for the Campus Broad band connectivity shall be terminated in the Server Room. There shall be a Wireless LAN controller which can control up to 50 AP indoor/ outdoor.

The Rack Panel comprising of jack/Patch panels, Network switches, patch cords, power supply units, Cooling Fans, Wire managers, LIUs, Trans-receivers, fibre patch cord etc. of individual buildings/Blocks/ floors. LAN Infrastructure at different based networking would be done for all suitable locations on all Floors of building.

Wireless access points for Wi-Fi connectivity are proposed at various locations like waiting room VIP Waiting Director cabin Workstation etc.as per site requirement etc.

RJ-45 Telephone socket outlets with suitable IP Phones instruments shall be provided at all senior level Staff including Director, Room Account officer, Registrar, Reception etc.

The IP EBAX system shall have capacity up to 500 Nodes Expendable all other locations shall have telephone points like workstations and other suitable location as per drawing Node matrix. The EPBAX system shall have all Analog / Digital cards suitable as per the requirements.

Detailed Specification:

Passive Component:

All copper & Fiber component should be from single OEM as per the makes given in the tender documents.

All passive components should be RoHS (Restriction of Certain Hazardous Substances) complied. Declaration-RoHS Should be clearly mentioned on datasheet of each Passive Component.

There should be a minimum of 20 years warranty assurance for all supplied component as per OEM.

The manufacturer of Passive component should be a technology development partner with any of the leading Manufacturer of Active Component.

Bidder has to submit an authorization letter from the OEM only specific to this work. All bids without the authorization letter will be liable to be rejected.

All work related to fiber including digging, laying of HDPE Pipe/Hume Pipe/Conducting will be in the bidders scope. The Bidder Should take in consideration all the cost involved for the same, nothing shall be paid extra on account for this.

Bidder has to support the complete system for one year after the completing the installation and assign one dedicated resource for the same for one year on their own cost only.

Bidder should have adequate facilities, manpower and staff for installation testing and commissioning and can provide after sales services. OEM has to authorize their System Integrator in this regards stating that they will Support the solution through their SI.

S.No. Item Description Compliance (Y/N)

1 Cat-6A Mounting Cords for Data (1, 2, and 5

Meter)

Guaranteed to meet or exceed the channel specifications of Amendment 1 to ISO/IEC 11 801:2002 Class EA and ANSI/TIA-568-C.2 Category 6A up to 500 MHz when used as part of a CAT 6 A UTP Channel in registered installations

ETL/ cETL listed

Qualifies for the OEM minimum 20-Year Extended Product Warranty and Applications Assurance

Factory terminated patch cords with Anti-Snag RJ-45 Interface

Patch Cord should be round in shape

Available in LSZH versions

Available in Solid cordage

When used with the same manufacturer cable, the channel should be supporting a short channel of 5 meters

RoHS Compliant

2 CAT 6A – 24 Port Patch Panel for Data and Voice

Guaranteed to meet or exceed TIA/EIA 568-C.2 Category 6A and ISO/IEC Class EA specifications

Copper panels shall be upgradeable to intelligence in the field at a later stage with the Intelligent Upgrade Kit

Upgrade shall be performed without network disruptions, without the removal of patch cords

Solution shall offer customers the option to deploy intelligence immediately or in phases, according to

needs and budgetary requirements Panel shall be available in the loaded versions

Panel shall be available in 24-port configurations with universal A/B labelling and 110 connector terminations on rear of panel allowing for quick and easy installation of 22 to 24 AWG cable

Panel shall be equipped with a removable rear mounted cable management bar loaded with the cable organizers, which would allow grouping 6 cables

UL listed, UL-C certified and ACA approved

RoHS compliant

Architectural design and flexibility - supports 5 meter cables in 3 and 4 connector channels, 3 meter cables in 2 connector channels and cross connect cords down to 1 meter

Straight constructions

Elegant design where even the mounting screws are concealed

3 15U / 9U Wall Mount Rack, Cable Manager

Single Section Unit

Rigid frame that can be fixed to the wall

Adjustable 19” rails in the front and rear

Top and bottom cable entry facility

Front section with glass door and lock

600mm wide x 500mm deep

Included with required PDU, Mounting hardware and all required accessories

4 200, 300 Pair MDF Box with Mounting Frame

Should be Category 6 IDC patch panel pre-packaged with wiring block with legs, insert labels, label holders, jumper troughs, metal back panel duct assembly, screws washers and an instruction sheet for termination of incoming pairs. Rate shall include suitable size of lockable 1.6mm thick CRCA sheet steel enclosure duly powder coated

Included with required Krone Module, Mounting hardware and all required accessories

5 25 Pair Riser cable

Solid copper conductors insulated with expanded polyethylene covered by a PVC sheet

Core shall be covered with a layer of plastic tape and overlaid with a corrugated PVC plastic

Suitable to be used without conduit. The cable shall meet. EIA/TIA -568, C S A T -529, IEEE 802.3 & 10 B A S E -T

Pair sizes shall be as per the schedule of quantities

Maximum DC Resistance 26.5 ohm per 100 ft

Maximum DC Unbalanced Resistance 17%

Mutual Capacitance at 1 Khz 16 nF per 1000 ft

Solid copper conductors insulated with expanded polyethylene covered by a PVC sheet

Core shall be covered with a layer of plastic tape and overlaid with a corrugated PVC plastic

6 DK PS Frame (Data Centre Rack)

Equipped with DX Gas Based in Rack Cooling System where Hot and cold aisle is maintained within the rack. It should have heat exchanger to remove high levels of waste heat from server enclosures and provide uniform, effective, affordable cooling for Servers, in addition to similar IT equipment (switches etc.) installed in server enclosures. Each DX Gas cooling system should be a closed unit consisting of a cooling system and cool either one or two server enclosures

7 6 /12 Core Multi Mode Fiber (Armoured) Cable

Fiber Type Multi-mode 50/125μm OM3

Jacket

Water blocking

Sheath markings for positive identification, quality traceability, and length verification

Bend radius Dynamic 20 x Cable O.D.; Static: 10 x Cable O.D

Tensile rating (_<12 fibre) Installation 660 N; Long Term: 165 N

Tensile rating (>12 fiber) Installation 1300 N; Long Term: 330 N

Storage temperature -40° to 65°C

Installation temperature -20° to 50°C

Operation temperature -20° to 50°C

Attenuation 3.5dB/km @ 850nm; 1.5dB/km @ 1300nm

Quality Control

8 12/24 Port Fiber LIU Loaded with SC MM Coupler

Pre-loaded, Slide out drawer, Slides forward 300mm

Two-piece, all metal body construction

cable entry via PG11 glands, 5mm blown fiber glands, 20mm knockouts or 30mm rubber grommets

Dedicated white labelling areas on drawer front for individual fiber adapters and overall enclosure labelling

Mounting hardware and fiber routing accessory kit included; contains 2 fiber management spools, two 30mm size rubber grommets, one cable gland, Cable Ties and #12-24 and M6 x 1 mounting screws

Integral brackets mount to 19" wide EIA-310/IEC 60297 compatible rack or cabinet for OS1, 9/125μm -Factory configured with 6 duplex SC adapters & 12 duplex SC adapters (Blue, Zirconia Ceramic Split sleeves)

Individual Component should have individual QC No. to provide lifetime traceability

9 SC MM Pigtail (1.0 Mtr)

Fiber optic patch cords include duplex LC and/or SC connectors on both ends

Fiber optic pigtails include simplex SC on one end and open (unterminated) on the other end

Q.C. identification label to provide lifetime traceability for each patch cord and/or pigtails

Patch cords and pigtails meet requirements of TIA/EIA-568-C.3.1

FOCIS compliant / TIA/EIA-455-21A Complaint

Compliant with TIA/EIA 568-C.3-1

ISO/IEC 11801 IEC-61754-7 (international)

TIA-604-5 (FOCIS-5)

UL 1666 (OFNR) flame ratings

Meets UL 1666 (OFNR) flame rating for standard compliant safety For OM3, 50/125μm

Pigtail - SC to pigtail, 900um buffered fiber, 1 Mtr

Individual Component should have individual QC No. to provide lifetime traceability

10 SC-LC MM Fiber Patch Cords ( 3 Mtr)

Fiber optic patch cords include duplex LC and/or SC connectors on both ends

Fiber optic pigtails include simplex SC on one end and open (un terminated) on the other end

Q.C. identification label to provide lifetime traceability for each patch cord and/or pigtails

FOCIS compliant / TIA/EIA-455-21A Complaint

Compliant with TIA/EIA 568-C.3-1

ISO/IEC 11801 IEC-61754-7 (international)

TIA-604-5 (FOCIS-5)

UL 1666 (OFNR) flame ratings

Meets UL 1666 (OFNR) flame rating for standard compliant safety For OS1, 9/125μm

Patch Cord - SC to LC duplex, 1.6mm jacketed, 3 Mtr

Individual Component should have individual QC No. to provide lifetime traceability

11 2 port faceplate with Gang Box

Meets or exceeds all applicable standards: UL 94V-0 flammability rating

Wall plate housing shall be a one-piece, single-gang flush mount style that is compatible with British Standard BS 4662 for flush-mount electrical boxes and BS 5733 for surface mount electrical boxes

Easy and efficient installation and deployment

Can easily be raised or lowered to allow service to components within the cabinet

It shall provide 1-, 2-, or 4-ports in a flat design, as well as 1- and 2-ports in an angled design to facilitate optimal cable management

High-impact, fire-retardant plastic rated UL 94V-0 and compliant with TIA/EIA-568-B specifications

Screws must conceal after installation of faceplate

RoHS Compliant

Faceplate should have shutter on each port

12 LSZH Cat 6A-10G speed unshielded twisted pair

True UTP Cable

Round in shape having nominal Outer diameter of the cable should not exceed 0.285 in. (7.24 mm)

Should not have any kind of shielding (Floating or fixed)

The cable should be made available in a we-tote box, which protects the environment

Should have 4 pair construction with finned inner jacket surface and isolator member for all pairs & also all 4 pairs should have a separator in between 2 wires which will provides the extra margin of performance required for high band-width applications

Should be available in Low smoke Zero halogen versions to meet the installation and safety requirements

Flame Spread Test – IEC 60332-3

Smoke Opacity Test – IEC 61034

pH/Conductivity – IEC 60754

Guaranteed to meet or exceed the channel specifications of Amendment 1 to ISO/IEC 1180:2001 Class EA, and ANSI/TIA-568-C.2 Category 6A up to 500 MHz when used as part of a CAT 6 A U/UTP Channel installations

OEM should provide minimum 20 years of Extended product warranty and application assurance

Cable, patch cords and connecting hardware shall be UTP components that do not include internal or external shields, or drain wires

OEM should have published performance guidelines and installation instructions

13 UTP Cat-6A Information Outlet

Guaranteed to meet or exceed the channel specifications of Amendment 1 to ISO/IEC 11801: 2002 Class EA and ANSI/TIA-568-C.2 Category 6A when used as part of a CAT 6 A UTP Channel in registered installations

When used with the same manufacturer cable, the channel should be supporting a short channel of 5 meters

Should be a non-keystone product

Snaps into standard faceplates, surface-mount boxes, consolidation point boxes, and Modular Panels

Can also be mounted either at 90 degrees (straight) or 45 degrees (angled) in the faceplate

Universal design and label supports both T568 A & B wiring

IDC connector terminations on rear of base allow quick and easy installation of 22 to 24 AWG cable

UL and cUL listed

Can support network line speeds up to at least 10 gigabits per second

Should be part of the OEM’s minimum 20-Year Extended Product Warranty and Applications Assurance

RoHS Compliant

Active Component:

All components should be from same OEMs as per the makes given in the tender documents.

All components should be RoHS (Restriction of Certain Hazardous Substances) complied. Declaration-RoHS Should is clearly mentioned on datasheet of each Active Component.

There should be a minimum of 1 years warranty assurance for all supplied component.

Bidder has to submit an authorization letter from the OEM only specific to this work. All bids without the authorization would be rejected.

Bidder has to support the complete system for one year after the complete installation and assign one dedicated resource for the same for one year on their own cost only.

Bidder should have adequate facilities, manpower and staff for installation testing and commissioning and can provide after sales services. OEM has to authorize their

System Integrator in this regards stating that they will Support the solution through their SI.

S. No. Item Description Compliance

1 L3 Distribution/Core Switch – 24 Ports

Rack mountable

Hot swappable 1:1 redundant internal power supply and redundant fan

Support optional 120 SSD to host 3rd party container based application

Support VSS or equivalent features allows links that are physically connected to two different switch to appear as a single port channel

Shall support In Service Software Upgrade (ISSU) to provide an upgrade of the entire platform or an individual task/process without impacting hardware forwarding. ISSU supports upgrades, downgrades, and rollbacks

Switching capacity: Up to 2.0 Tbps

Switching system shall have minimum 50K MAC Addresses and 1K VLANs.

Forwarding rate: Up to 1 Bpps

Should support minimum 18K ACLs, 16K Multicast and 32K IPv4, 16K IPv6 Routes

Switch shall support application visibility and traffic monitoring with minimum 60 K sflow/jflow/netFlow entries

Packet buffer : 36 MB

The device should be IPv6 certified from day one

Should support IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w, 802.1x, 802.3ad, 802.1ae (256-bit and 128-bit AES), 802.3x, 802.1p, 802.1Q, 1588v2

Should have AES-256 support with MACSEC-256 encryption algorithm on hardware

Must support BGP, MPLS, IS-IS, VRF, VXLAN, NAT, OSPF Routed Access, Policy-Based Routing (PBR), PIM SM, and Virtual Router Redundancy Protocol (VRRP) from Day 1

Shall have 802.1p class of service, marking, classification, policing and shaping. Should support strict priority queuing

Switch should support management features like SSHv2, SNMPv2c, SNMPv3, IGMP, Netconf/YANG

Switch should support port security, DHCP snooping, Spanning tree root guard, First Hop Security

IPv6 support in hardware, providing wire rate forwarding for IPv6 network

Should support 802.1x authentication and accounting, IPv4 and IPv6 ACLs and Dynamic VLAN assignment

Eight egress queues per port for different types.

During system boots, the system’s software signatures should

be checked for integrity. System should capable to understand that system OS are authentic and unmodified, it should have cryptographically signed images to provide assurance that the firmware & BIOS are authentic

Switch should be loaded with minimum 24-port 10/25G with fibre module

Switch shall conform to UL 60950, IEC 60950, CSA 60950, EN 60950 Standards

Switch / Switch’s Operating System should be tested for EAL 2/NDPP or above under Common Criteria Certification

Switch must be loaded with all required fibre, Ethernet and Power module from the Day 1

2 L2 POE+ Distribution Switch – 24 Ports

Switch should be 1U and rack mountable in standard 19" rack.

Switch have support internal hot-swappable Redundant Power supply from day 1

Switch should have redundant hot swappable fans.

Switch should have minimum 8 GB RAM and 8 GB Flash.

Switch should have dedicated slot for modular stacking, in addition to asked uplink ports. Should support for minimum 320 Gbps of stacking throughput with 8 switches in single stack.

Switch shall have minimum 128 Gbps of switching fabric and 95.23 Mpps of forwarding rate

Switch shall have minimum 32K MAC Addresses and 1000 active VLAN.

Should support minimum 32K IPv4 routes or more and 16K IPv6 routes or more

Switch shall have 8K or more multicast routes.

Switch should support at least 64K flow entries

Switch should support 128 or more STP Instances.

Switch should have 16MB or more packet buffer.

Switch should support IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w, 802.1x, 802.3ad, 802.3x, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z & 1588v2.

Switch must have functionality like static routing, RIP, PIM, OSPF, VRRP, PBR and QoS features from Day1

Should have advance Layer 3 protocol like BGPv4, BGPv6 , MPLS, VRF, VXLAN, IS-ISv4, OSPFv3, MP-BGP

Switch shall have 802.1p class of service, marking, classification, policing and shaping and eight egress queues.

Switch should support management features like SSHv2, SNMPv2c, SNMPv3, NTP, RADIUS and TACACS+.

Switch should support IPv6 Binding Integrity Guard, IPv6 Snooping, IPv6 RA Guard, IPv6 DHCP Guard, IPv6 Neighbour Discovery Inspection and IPv6 Source Guard.

Switch should support 802.1x authentication and accounting,

IPv4 and IPv6 ACLs and Dynamic VLAN assignment and MACSec-256 on hardware

Switch must have the capabilities to enable automatic configuration of switch ports as devices connect to the switch for the device type.

During system boots, the system’s software signatures should be checked for integrity. System should capable to understand that system OS are authentic and unmodified; it should have cryptographically signed images to provide assurance that the firmware & BIOS are authentic.

Switch shall have modular OS to support application 3rd party application hosting

Switch shall have 24 nos. 10/100/1000 Base-T ports and additional 4 nos. SFP uplinks ports

All 24 port should support PoE (802.3af) and PoE+ (802.3at) with a PoE power budget of 505 W

Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards for Safety requirements of Information Technology Equipment.

Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or FCC Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.

Switch / Switch’s Operating System should be tested for EAL 2/NDPP or above under Common Criteria Certification.

OEM should be listed in Gartner Leader Quadrant for Wired and Wireless LAN Infrastructure from last 3 years before releasing this RFP.

Switch must be loaded with all required fibre, Ethernet and Power module from the Day 1

3 L2 POE+ Distribution Switch – 48 Ports

Switch should be 1U and rack mountable in standard 19" rack.

Switch have support internal hot-swappable Redundant Power supply from day 1

Switch should have redundant hot swappable fans.

Switch should have minimum 8 GB RAM and 8 GB Flash.

Switch should have dedicated slot for modular stacking, in addition to asked uplink ports. Should support for minimum 320 Gbps of stacking throughput with 8 switches in single stack.

Switch shall have minimum 176 Gbps of switching fabric and 130.95 Mpps of forwarding rate

Switch shall have minimum 32K MAC Addresses and 1000 active VLAN.

Should support minimum 32K IPv4 routes or more and 16K IPv6 routes or more

Switch shall have 8K or more multicast routes.

Switch should support at least 64K flow entries

Switch should support 128 or more STP Instances.

Switch should have 16MB or more packet buffer.

Switch should support IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w, 802.1x, 802.3ad, 802.3x, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z & 1588v2.

Switch must have functionality like static routing, RIP, PIM, OSPF, VRRP, PBR and QoS features from Day1

Should have advance Layer 3 protocol like BGPv4, BGPv6 , MPLS, VRF, VXLAN, IS-ISv4, OSPFv3, MP-BGP

Switch shall have 802.1p class of service, marking, classification, policing and shaping and eight egress queues.

Switch should support management features like SSHv2, SNMPv2c, SNMPv3, NTP, RADIUS and TACACS+.

Switch should support IPv6 Binding Integrity Guard, IPv6 Snooping, IPv6 RA Guard, IPv6 DHCP Guard, IPv6 Neighbour Discovery Inspection and IPv6 Source Guard.

Switch should support 802.1x authentication and accounting, IPv4 and IPv6 ACLs and Dynamic VLAN assignment and MACSec-256 on hardware

Switch must have the capabilities to enable automatic configuration of switch ports as devices connect to the switch for the device type.

During system boots, the system’s software signatures should be checked for integrity. System should capable to understand that system OS are authentic and unmodified; it should have cryptographically signed images to provide assurance that the firmware & BIOS are authentic.

Switch shall have modular OS to support application 3rd party application hosting

Switch shall have 48 nos. 10/100/1000 Base-T ports and additional 4 nos. SFP/SFP+ uplinks ports

All 48 port should support PoE (802.3af) and PoE+ (802.3at) with a PoE power budget of 505 W

Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards for Safety requirements of Information Technology Equipment.

Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or FCC Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.

Switch / Switch’s Operating System should be tested for EAL 2/NDPP or above under Common Criteria Certification.

OEM should be listed in Gartner Leader Quadrant for Wired and Wireless LAN Infrastructure from last 3 years before releasing this RFP.

Switch must be loaded with all required fibre, Ethernet and Power module from the Day 1

4 Wireless LAN Controller

Must be compliant with IEEE CAPWAPor equivalent for controller-based WLANs.

Should have at least 1 x Multi-Gigabit/ 10 gigabit Ethernet interface along with 4x100/1000 RJ45 Baste-T ports.

Should support both centralized as well as distributed traffic forwarding architecture with L3 roaming support from day 1. Should have IPv6 ready from day one.

Controller should support minimum 3000 concurrent devices.

WLAN controller should have scalability to support 150 Access points from day 1 without any hardware change. License as per requirement.

AP must securely download image from WLC and should be configured from WLC only.

WLAN controller should provide Application visibility with both traffic forwarding mode i.e when traffic coming to controller and when traffic moving locally from Ap to connected access switch. Admin should have option to create policies to allow or deny access based on applications.

WLC should support AP License Migration from one WLC to another

Should support minimum 4000 VLANs

WLC must support TFTP, FTP and SFTP transfer mode.

Must support state full switchover between active and standby controller in a sub second time frame.

WLC should support L2 and L3 roaming for IPv4 and IPv6 clients

WLC should support guest-access functionality for IPv6 clients.

Should support IEEE 802.1p priority tag.

Should ensure WLAN reliability by proactively determining and adjusting to changing RF conditions.

Should provide real-time radio power adjustments based on changing environmental conditions and signal coverage adjustments.

Should support automatic radio channel adjustments for intelligent channel switching and real-time interference detection.

Should support client load balancing to balance the number of clients across multiple APs to optimize AP and client throughput.

Should support policy based forwarding to classify data traffic based on ACLs

WLC should support PMIPv6 and EoGRE tunnels on northbound interface

Should support flexible DFS to prevent additional 20/40 Mhz channels from going unused

Should support dynamic bandwidth selection among 20Mhz, 40 Mhz and 80Mhz channels, ensuring one access point on 20Mhz and another on 80 Mhz channel connected on the same controller at same WLAN group.

Should support minimum 500 WLANs

Should support dynamic VLAN assignment

Should support Hot Spot 2.0

To deliver optimal bandwidth usage, reliable multicast must use single session between AP and Wireless Controller.

Should able to do dynamic channel bonding based on interference detected on particular channel.

Must support coverage hole detection and correction that can be adjusted on a per WLAN basis.

Must support RF Management with 40 MHz and 80 Mhz channels with 802.11n & 802.11ac

Should provide visibility to Network airtime in order to set the airtime policy enforcement

Must support dynamic Airtime allocation on per WLAN, per AP, Per AP group basis.

Must be able to restrict the number of logins per user.

Should support web-based authentication to provide a browser-based environment to authenticate clients that do not support the IEEE 802.1X supplicant.

WLC should support web based authentication in different traffic forwarding modes i.e Central switching and Local switching when traffic move locally from AP to connected switch.

Should support port-based and SSID-based IEEE 802.1X authentication.

Should support MAC authentication to provide simple authentication based on a user's MAC address.

WLC should be able to exclude clients based on excessive/multiple authentication failure.

Shall support AES or TKIP encryption to secure the data integrity of wireless traffic

Shall able to provide an air quality index for ensuring the better performance

Shall able to provide real time chart showing interference per access point on per radio and per-channel basis.

Should support AP location-based user access to control the locations where a wireless user can access the network

Should support Public Key Infrastructure (PKI) to control access

Must be able to set a maximum per-user bandwidth limit on a per-SSID basis.

WLC Shall support WIDS/WIPS, and spectral analysis from day 1.

WLC should detect if someone connect a Rogue Access Point in network and able to take appropriate action to contain rogue Access point.

WLC should detect and protect an Ad-hoc connection when a connected user forming a network with other system without an AP or try enabling bridging between two interface

WLC should detect if a user try to impersonate a management frame.

WLC should detect and take appropriate containment action if

a smartphone user using tethering to connect other device. WLC should detect and protect if a user try to spoof mac

address of valid client or AP for unauthorized access/authentication.

WLC should detect if a user trying to do internet sharing through a valid system to an unauthorized device.

Should support SNMPv3, SSHv2 and SSL for secure management.

Should support encrypted mechanism to securely upload/download software image to and from Wireless controller.

Should provide visibility between a wired and wireless network using Link Layer Discovery Protocol (LLDP)/ CDP and sFlow/Netflowt.

Should support AP Plug and Play (PnP) deployment with zero-configuration capability

Should support AP grouping to enable administrator to easily apply AP-based or radio-based configurations to all the APs in the same group

Should support selective firmware upgrade APs, typically to a group of APs minimize the impact of up-gradation

Should have a suitable serial console port.

Should have Voice and Video Call Admission and Stream prioritization for preferential QOS

Controller should support deep packet inspection for all user traffic across Layer 4-7 network to analyses information about applications usage, peak network usage times for all access points from day one with different traffic forwarding modes i.e central switching with WLC and local switching when traffic move locally from AP to connected switch.

Should be able to do application visibility for application running behind HTTP proxy.

Support profiling of wireless devices based on known protocols like http and dhcp to identify clients

Should support visibly and control based on the type of applications

5 Wireless Access Point

APs should support the 802.11a, 802.11b, 802.11g and 11n and ac standards. It should also support 802.11ac standard in the 5 GHz band

Simultaneous client support on both dual band radio is essential

Shall provide Min 22 dBm Radio output power for both Radio’s

Should support minimum 2x2 or higher MIMO on both radio bands with an aggregate capacity of 1.150Gbps

Access points should be centrally managed but In some small isolated environments the AP should be able to function as a full-fledged stand-alone access point without the requirement of a controller

Security mechanisms should be in place to protect the communication between the Access Point controller and the Access Points

Since most radio interference come from the WLAN network itself the vendor should specify what mechanisms such as beam steering/ adaptive antenna technology/ beam forming are available in combination to focus the energy on the destination STA and minimize radio interference with the surrounding of the AP. The vendor should specify if the activation of such feature is still compatible with 802.11n spatial multiplexing

Since the WLAN network will be using an unlicensed band the solution should have mechanisms that reduce the impact of interference generated by other radio equipment operating in the same band. Describe techniques supported

Access point should be able to detect clients that have dual band capability and automatically steer those client to use the 5GHz band instead of the 2.4GHz band

Antennas to be dual polarized and should be integrated inside the access point enclosure to minimize damage and create a low profile unit that does not stand out visually

Access point should have at least 1 10/100/1000Mbps Ethernet ports with POE support for 802.11af standard

Access point should support 802.1q VLAN tagging

Access point should support WPA2 enterprise authentication and AES/CCMP encryption. AP should support Authentication via 802.1X and Active Directory

Implement Wi-Fi alliance standards WMM, 802.11d, 802.11h and 802.11e

Access Point should provide for concurrent support for high definition IP Video, Voice and Data application without needing any configuration. This feature should be demonstrable

Channel selection based on measuring throughput capacity in real time and switching to another channel should the capacity fall below the statistical average of all channels without using background scanning as a method

Should support Transmit power tuning in 1dB increments in order to reduce interference and RF hazards

Device antenna gain (integrated) must be at least 3dBi and should provide automatic interference rejection of about 10dB

Should support up to 200 clients per AP

Should support DHCP Option 82 in standalone mode (without Controller) as well as in Managed mode (with Controller)

For troubleshooting purposes, the administrator should have the ability to remotely capture 802.11 and / or 802.3 frames from an access point without disrupting client access

Operating Temperature: 0°C - 45°C

Operating Humidity: 10 % - 95% non-condensing

Should be plenum rated and comply to RoHS

Should be Wi-Fi certified; Wi-Fi certificate to be enclosed

Should be WPC approved; ETA certificate to be enclosed

Device should be UL 2043 Plenum Rated

6 Firewall

The Firewall solution offered must be rated as ‘leaders’ or 'Challengers' in the latest Magic Quadrant for Enterprise Firewall published by Gartner from last 3 years

The appliance based security platform should provide firewall, AVC and IPS functionality in a single appliance from day one

The appliance should support at least 6 * 10G Gigabit ports and should be scalable to additional 8 * 40G in future

The appliance hardware should be a multicore CPU architecture with a hardened 64 bit operating system to support higher memory and should support minimum of 64 GB of RAM

Proposed Firewall should not be proprietary ASIC based in nature & should be open architecture based on multi-core cpu's to protect & scale against dynamic latest security threats.

The proposed solution shouldn't use a proprietary ASIC hardware for any kind of performance Improvement. If option to disable ASIC is there than OEM must mention the performance numbers in datasheet

Proposed firewall should not consume more than 1RU of rack space

Should support 10 Gbps of NGFW (FW, AVC and IPS) real-world / production / Enterprise Testing performance

Firewall should support at least 9,000,000 concurrent sessions with application visibility turned on

Firewall should support at least 60,000 connections per second with application visibility turned on

Firewall should have integrated redundant hot-swappable power supply

Firewall should have integrated redundant hot-swappable fan tray / modules

High Availability Configurations shall support Active/ Passive ro Active/Active-Clustering

Firewall should support creating access-rules with IPv4 & IPv6 objects, user/groups, application, geolocation, url, zones, vlan, etc

Firewall should support static nat, dynamic nat, dynamic pat

Firewall should support Nat66 (IPv6-to-IPv6), Nat 64 (IPv6-to-IPv4) & Nat46 (IPv4-to-IPv6) functionality

Should support Static, RIP, OSPF, OSPFv3 and BGP, BGPv6

Should support Multicast protocols like IGMP, PIM, etc

Should support capability to create multiple virtual context/instance with strict hardware resource (CPU, Memory & Storage) reservation and ensure traffic isolation between virtual context/instance

Should support capability to integrate with other security solutions to receive contextual information like security group tags/names

Should have the capability of passively gathering information about virtual machine traffic, network hosts and their activities, such as operating system, services, open ports, client applications, and vulnerabilities, to assist with multiple activities, such as intrusion event data correlation, elimination of false positives, and policy compliance.

Should support more than 3000 (excluding custom application signatures) distinct application signature as application detection mechanism to optimize security effectiveness and should be able to create 40 or more application categories for operational efficiency

Should be capable of dynamically tuning IDS/IPS sensors (e.g., selecting rules, configuring policies, updating policies, etc.) with minimal human intervention.

Should support more than 25,000 (excluding custom signatures) IPS signatures or more. Should support capability to configure correlation rule where multiple rules/event can be combined together for better efficacy

Should be capable of automatically providing the appropriate inspections and protections for traffic sent over non-standard communications ports.

Should be able to link Active Directory and/or LDAP usernames to IP addresses related to suspected security events.

Should be capable of detecting and blocking IPv6 attacks.

The solution should be able to identify, decrypt and evaluate both inbound and outbound SSL traffic on-box

Should support the capability to quarantine end point by integrating with other security solution like Network Admission Control

Solution should support full-featured NBA capability to detect threats emerging from inside the network. This includes the ability to establish “normal” traffic baselines through flow analysis techniques (e.g., NetFlow) and the ability to detect deviations from normal baselines.

The solution must provide IP reputation feed that comprised of several regularly updated collections of poor repuration of IP addresses determined by the proposed security vendor

Solution must support IP reputation intelligence feeds from third party and custom lists of IP addresses including a global blacklist

Should must support DNS threat intelligence feeds to protect against threats

The Appliance OEM must have its own threat intelligence analysis centre and should use the global footprint of security deployments for more comprehensive network protection.

The detection engine should support capability of detecting and preventing a wide variety of threats (e.g., network probes/reconnaissance, VoIP attacks, buffer overflows, P2P

attacks, etc.). Should be able to identify attacks based on Geo-location and

define policy to block on the basis of Geo-location

The detection engine must incorporate multiple approaches for detecting threats, including at a minimum exploit-based signatures, vulnerability-based rules, protocol anomaly detection, and behavioural anomaly detection techniques.

Should support Open based Application ID / Custom Application ID for access to community resources and ability to easily customize security to address new and specific threats and applications quickly

Should must support URL threat intelligence feeds to protect against threats

Should support Reputation- and category-based URL filtering offering comprehensive alerting and control over suspect web traffic and enforces policies on more than 280 million of URLs in more than 80 categories.

Should support safe search for YouTube EDU enforcement

Should support the capability of providing network-based detection of malware by checking the disposition of unknown files using SHA-256 file-hash or signature (update to be provided in 300 seconds) as they transit the network and capability to do dynamic analysis on premise on purpose built-appliance

Solution shall have capability to analyse and block TCP/UDP protocol to identify attacks and malware communications. At minimum, the following protocols are supported for real-time inspection, blocking and control of download files: HTTP, SMTP, POP3, IMAP, NetBIOS-SSN and FTP

Proposed solution shall have required subscription like Threat Intelligence for proper functioning

Local Malware analysis appliance shall be capable of executing MS Office Documents, Portable Documents, Archive Files, Multimedia Files and executable binaries or more in a virtual environment.

Local Malware analysis appliance shall have integrated redundant power supply and minimum of 2 x 10 Gig ports or more

Should support automatic Real Time Signature generation based on Rate Variant, Rate Invariant algorithms & Challenge Response Mechanisms; within few seconds, without human intervention

Should support DDoS flood attack prevention rate of 1.5 M Packet per second

Should support behavioural l analysis using behavioural algorithms and automation to defend against threats, including Mirai DNS Water Torture, Burst and Randomized attack

Should defend against zero-day network-flood attacks, detect traffic anomalies and prevent zero-day, unknown, flood attacks by identifying the footprint of the anomalous traffic. Real time Attack footprint should be visible to the

administrator for forensics purpose. Network-flood Protection should include: • TCP floods—which include SYN Flood, TCP Fin + ACK Flood, TCP Reset Flood, TCP SYN + ACK Flood, and TCP Fragmentation flood • UDP flood • ICMP flood

The management platform must be accessible via a web-based interface and ideally with no need for additional client software

The management platform must be a dedicated OEM appliance and VM running on server will not be accepted

The management appliance should have 2 x 10G port and integrated redundant power supply from day one

The management platform must be able to store record of 15000 user or more

The management platform must provide a highly customizable dashboard.

The management platform must domain multi-domain management

The management platform must provide centralized logging and reporting functionality

The management platform must be capable of integrating third party vulnerability information into threat policy adjustment routines and automated tuning workflows

The management platform must be capable of role-based administration, enabling different sets of views and configuration capabilities for different administrators subsequent to their authentication.

Should support troubleshooting techniques like Packet tracer and capture

Should support REST API for monitoring and config. programmability

The management platform must provide multiple report output types or formats, such as PDF, HTML, and CSV.

The management platform must support multiple mechanisms for issuing alerts (e.g., SNMP, e-mail, SYSLOG).

The centralized management platform must not have any limit in terms of handling logs per day Solution should be able to provide insights of hosts/user on basis of indication of compromise, any license required for this to be included from day one

The management platform must provide built-in robust reporting capabilities, including a selection of pre-defined reports and the ability for complete customization and generation of new reports.

The management platform support running on-demand and scheduled reports

The management platform must risk reports like advanced

malware, attacks and network The management platform must include an integration

mechanism, preferably in the form of open APIs and/or standard interfaces, to enable events and log data to be shared with external network and security management applications, such as Security Information and Event Managers (SIEMs), and log management tools.

Proposed solution should support 24x7x365 OEM TAC support and advance Next Business Day Hardware replacement

7 Internet Router

Services Integration offer increased levels of services integration with voice, video, security, wireless, mobility, and data services, enabling greater efficiencies and cost savings

Software Universal image is installed on each ISR G2. The Universal image contains all of the IOS technology sets which can be activated with a software license. This allows your business to quickly deploy advanced features without downloading a new IOS image. Additionally, larger default memory is included to support the new capabilities

High Performance with Integrated Services (SRE) enables a new operational model which allows you to reduce capital expenditures (CapEx) and deploy a variety of application services as needed on a single

Support IPv4, IPv6

Static Routes

Open Shortest Path First (OSPF)

Enhanced IGRP (EIGRP)

Border Gateway Protocol (BGP)

BGP Router Reflector

Intermediate System-to-Intermediate System (IS-IS)

Multicast Internet Group Management Protocol (IGMPv3) Protocol

Independent Multicast sparse mode (PIM SM)

PIM Source Specific Multicast (SSM)

Distance Vector Multicast Routing Protocol (DVMRP)

IPSec, Generic Routing Encapsulation (GRE)

Bi-Directional Forwarding Detection (BVD)

IPv4-to-IPv6 Multicast

MPLS, L2TPv3, 802.1ag, 802.3ah, L2 and L3 VPN

Ethernet, 802.1q VLAN, Point-to-Point Protocol (PPP), Multilink Point-to-Point Protocol (MLPPP), Frame Relay, Multilink Frame Relay (MLFR) (FR.15 and FR.16), High-Level Data Link Control (HDLC), Serial (RS-232, RS-

449,X.21, V.35, and EIA-530), Point-to-Point Protocol over Ethernet (PPPoE), and ATMQoS, Class-Based Weighted Fair Queuing (CBWFQ), Weighted Random Early Detection (WRED), Hierarchical QoS, Policy-Based Routing (PBR), Performance Routing (PfR), and Network-Based Advanced Routing (NBAR)

Web Services Management Agent (WSMA) defines a mechanism through which you can manage a network

Device, retrieve configuration data information, and upload and manipulate new configuration data. WSMA uses XML based data encoding that is transported by the Simple Object Access Protocol (SOAP) for the configuration data and protocol messages

IOS Embedded Event Manager (EEM) is a distributed and customized approach to event detection and recovery

Any desired EEM action when the monitored events occur or when a threshold is reached

IOS IP Service-Level Agreements (SLAs) enable you to assure new business-critical IP applications, as well as IP services that use data, voice, and video in an IP network

9 19" Rack mountable EPABX

Analog Extension 250

Expendable up To 1000 Ports / Channels

Digital extension 16

IP Extension 10

PRI Card 6 ISDN PRI Trunk Lines (180 Channel)

Operator Based

Open Software Architecture

Hardware

Should offers a highly reliable software architecture running on high availability

Software control

functions

Call Control

CSTA Application Control

Admin and Service

High Availability Control

DID - All Analog Lines

Remote Maintenance

One Number service (Parallel Ringing on Extensions as well as on GSM Handset. (For all users) – license cost if any to be included

IP - Ready with IP gateway inbuilt to connect IP Phones

IP - Phone (Licenses): Licenses in the system 16 No

PC console 1 No

Call - Billing software advance software for intercom, extensions and call log details --Telesoft 1 No

PC for call billing software 1 No

Auto attendant OEM same as PBX Make 1 No

Multi party Conferencing: At least 8 party conferences 1 No

CLI for all users should be Inbuilt

PA system Integration

Announcement Card (Music on Hold)

External music source connectivity to the EPABX to be inbuilt

System shall be fully digital using Pulse Code Modulation (PCM) and Time Division Multiplex (TDM) technique conforming to CCITT/ITU-T recommendations and shall be of stored program control (SPC) type

System should be expandable to 1000 channels; The only items to be added will be peripheral cabinets, associated peripheral cards and licenses. Documentation from TEC should be submitted

offered system should be a 19’inch rack-mountable solution / Server based with geo- graphical node separation

Main Control card should offer Ethernet/TCP-IP connectivity for programming and maintenance interface. Serial port should be the secondary option. However, only serial port interface is not acceptable

Offered system should have an inbuilt LAN port, which can be connected to the LAN. It should be possible to access the system from any node of the LAN for maintenance purpose. The maintenance software should be browser/command based

System memory shall be based on SD RAM, Hard Disk Drive or Magneto Optical Drive technology for higher reliability and faster rebooting

System should have an external backup option for a disaster recovery scenario. It should be possible to take system translation as well as operating system backups on an external removable medium like a SD card, HDD or MOD

Offered system should have 100% feature transparency for all voice and data

Offered system fully supports call centre applications, CTI, VoIP, Telephony over IP and IP trunk facilities, to address future requirements

Security Features

Integrated Services Digital Network (ISDN)

Offered system should support analog extensions, digital

extensions, Analog Trunks, Tie Line Trunks, ISDN BRI Trunks, ISDN PRI Trunks and E1 Trunks

Dial-up Conferencing (audio) bridge

8 party Dial-up conferencing with any combinations of extensions and trunks

Minimum of 3 such 8 part conferences should be possible simultaneously in the system

Video conferencing system Standard

ISDN-BRI customer access supporting H.320 audio/video/data call

Transmission rates of 64Kbps

Full support of ITU-T H.320 Standard (Audio/Video/Data) Audio – G.711, G.728, G.722 and T.120 Data Standard

Multimedia Collaboration between customer and users based on ITU-TT. 120 data conferencing

System should have Unified Messaging solution

System should support interactive voice response system (IVRS)

System should support Voice over Internet Protocol

System should have PC based call billing solutions

Maintenance Features

System should have web/command based maintenance feature

maintenance software should provide fault reports like status of control cards, signaling cards and peripheral cards

Using a command the status of extensions should be available including the time of occurrence of fault. Once the fault is rectified the same should be updated automatically

System should have remote maintenance, administrative and diagnostic capabilities with password protection from off-site locations. It should be possible to administer the system from anywhere in the LAN network. Further, it should also be possible to administrate the system over IP

System should have in-built Ethernet ports on the main CPU for maintenance purpose to enable the exchange to become a part of the LAN of the office and facilitate programming from any authorized node

System should have different levels of maintenance passwords for security purpose. Minimum 4-6 levels

System should have necessary hardware and software to perform diagnostic tests to evaluate the system

DECT mobile communication features

System should support at least 32 base station & 250 DECT subscribers

DECT handsets should support come with all standard features such as: SMS facility, speaker phone facility, integrated telephone book, caller ID, etc

System should have digital coding to ensure complete privacy and security

System should offer full mobility to wireless extensions

Handset should have all the standard features of the PABX, such as Call Waiting, Camp on, message waiting, etc. along with all the features of the handset

DECT base station should have coverage of minimum 300mtrs in open environment

DECT system connected to the EPABX system by ISDN PR1/E1 should not be considered

Parallel Ringing Feature

Before call lands on pre-defined extension, it should be possible to map this extension to a least one external land line or one GSM mobile number, so that the extension along with the External landline and GSM mobile rings at the same time

When the called party picks up one of the devices the ringing on the devices also should stop

For each extension, it should be possible to map at least one external land line plus another one Mobile number

Trunk Features

a) DID facility

b) Tie to Tie call

c) E-1 trunk

d) ISDN-BRI trunk accommodation

e) ISDN-PRI trunk accommodations

f) IP Trunk accommodation

g) SIP Trunk accommodation

h) E & M Trunks

All analogue trunks should have Caller ID for external incoming calls

offered exchange should have emergency transfer of Analog P & T lines in case of power failure or non-operation of IP EPABX to selected terminals (PFT – Power Fail Transfer)

Should be possible to terminate both Copper and Fibre directly to the PRI card. If the hardware for the PRI card is different for copper &Fibre direct connectivity, then equal number of Copper PRI card and Fiber PRI cards to be supplied without additional charges

Computer Telephony Integration (CTI)

System should be able to interface with computer for screen pop-up with other applications

System should be of CTI complaint

System should support TSAPI, TAPI, call path and CT-connect

It should be possible to connect Computer to IP EPABX through Digital Phones

System should be able to interface with computer for screen pop-up

Simultaneous voice and data transfer should be possible

Attendants consoles in the IP network

The offered console should be a PC based attendant console and it should work in the IP network. Offer without “PC based attendant console on IP network” will reject

offered IP attendant console should be able to connect to the existing IP network, if IP network available

It should be possible to create your own IP network in the offered system – in case of IP net work is not available

operator console shall be supplied with required headset, handset and headset-handset call toggle switch

should be possible to toggle the calls between head set and hand set

All signals and alarms relevant to the attendant’s activity should be displayed on the screen. A mouse or function key should be used to activate the boxes corresponding to the keys. The following displays should be available in the attendant console

a) Calls on minimum eight freely configurable lines or in eight waiting queues

b) Convenient answering and switching of calls from all queues.

c) Up to six priority classes for the 8 queues.

d) Simultaneous processing of up to six calls.

e) Six different lines with status display.

f) Permanent display of the day of the week, date and time.

g) Displays extension, name and a note of the internal party.

h) Configuration and activation of call forwarding for subscribers.

i) Simultaneous call signaling at several attendant consoles.

The following functions should be available in the attendant consoles

a) Attendant camp-on for external, internal and tie trunk calls.

b) Attendant loop transfer to another attendant console.

c) Announcement of exchange calls.

d) Busy override for busy extensions

e) Call diversion by the switchboard position

f) Call and traffic display

g) Call switching/disconnect/intrusion/answering

h) Call forwarding feature can be enabled

i) Distinctive ringing tones

j) Dialing/dial error correction/redial

k) DTMF suffix dialing for outgoing exchange calls

l) Extending incoming calls without announcement (speed servicing)

m) Night service options

n) Retrieval of switched calls

o) Serial calls (multiple switching)

p) Specific personalized calls

q) Simultaneous

r) the number of waiting calls according to type (Exchange, Internal, Personal)

s) toggling between connections (Join)

t) Trunk hold/toggle

Subscriber Status

Display Field

All extensions status should display – including digital and analogue

The offered subscriber status display field should support up to 60 extensions status without add any hardware / software

Absence states display for Busy, Out of Office, Tentative

Option of displaying station numbers or names

Switching function available by clicking the station number or name field

Distributed architecture via IP network

offered system should have IP capability to provide IP extensions and trunk interface to support voice over IP networking to maximize communications investments and enhances communications capabilities

should have Universal license for Analogue/Digital/IP and SIP/H.323 stations. System should support all known 3rd party SIP phones with features supported as per SIP Forum

All analogue extension should be able to convert as IP extension by adding IP Phones

support standard SIP/H.323 Protocols for IP Phones and Trunks. System should have terminals like analog with CLIP, digital, IP, SIP, soft phone, conference room phones

offered server should support IP Remote shelf

a) Should support minimum 16 extension (Analogue/Digital)

b) Central control module to support 50/100 or above B-channels in the IP network

c) 2 X 10/100 Base-T interface

d) Support of all features and applications of the central system

e) Administration of all components via central management tool

f) Integrated echo compensation

g) Voice compression according to ITU-T G.711 and G.729 AB

h) IP remote shelf should support self-survivability

Service Provider Interfaces

Connection element for Basic Rate Access

For the digital exchange lines with ISDN-channel structure 2B+D and DSS1-protocol

Connection element for Primary Rate Access

For digital exchange lines with channel structure 30B+D and DSS1-protocol

Interfaces for networking

VoIP Trunking Gateway

IP interface to realize voice networks over the internal IP network

IP interface to support up to 50, 100 or above B-channels

10/100 Base-T interface

support of the protocols TCP/IP, UDP, FTP, Telenet, H.323

support of voice-based network protocols via IP

support of fax G3 according to ITU-T G.711

QoS according IETF DiffServ

integrated Gatekeeper functionality

alternatively configurable in mixed mode as

a) IP/SIP-subscriber gateway

System shall work seamlessly in multi-vendor (Q-Sig compliant) Private Integrated Services Network environment with connectivity to PSTN. The exchange shall support Q-Sig on suitable of being networked with the existing ISDN EPABX systems for feature transparency. The required Q-Sig software should be supplied along with the system

Offered system should be inter-connectable with other IP EPABX by VoIP Trunking and SIP Trunking with full feature transparency

Subscriber Interface

Connection element, analog Interface

For connecting analog telephones, payphones and card

telephones with transfer of call charge pulses, modems and group 3 faxes, pulse dialing or DTMF dialing

Connection element, digital 2-channel

Connecting two-channel digital telephones and PNT adapters, channel structure 2B+D (2x 64 + 16 kbps), 2-wire

Connection element, digital 2-channel

Connecting 2-channel ISDN-telephones, ISDN-Router, ISDN-adapter, ISDN-group 4 faxes and adapters for conventional interfaces, operating mode point-to-point or point-to-bus

Channel structure B+B+D (2x64+16 kbps), 4-wire

Connection element for DECT Base Stations (DECT) to cover radio cells (cordless) with minimum 4 voice channels expandable to 12 voice channels per base stations

IP Subscriber Gateway - for Basic IP Phone

Connection of IP telephone via internal IP based infrastructure with the following features:

2x10/100 BaseT interface

support of voice-based network protocols via IP

support of voice compression according to ITU-TG.711,G.723, G729AB

QOS according to IEEE 802.1p and IETF DiffServ

administration of the IP users by the central management

Gateways support on board echo cancellation compliant with the ITU-T G.168 standard

IP interface to support up to 60 and 120 B- channels

IP Subscriber Gateway - for basic IP Phones alternatively configurable as

SIP-Subscriber Gateway

IP-Trunking Gateway

IP Subscriber Gateway for Video Calling

IP Gateway to support VoIP devices with the following features

HD Video Connectivity between SIP-IP Video Endpoints

IP and SIP Phones connectivity

It should support Connection between video endpoints

It should support Connection between video endpoints and audio endpoints

Support of voice-based network protocols over IP

Support of all features and applications of the central system

QoS according to IEEE 802.1 p/q and IETF DiffServ

Integrated echo compensation

Specifications of PC

a) Shall be of standard make (HP/IBM/DELL)

b) Processor: Intel Core 2 Duo or above.

c) Motherboard. Intel E7500 chipset or better on Intel

d) Memory: 2 GB or above

e) Hard Disk Drive:320 GB or above

f) TFT Monitor 18’ or above

g) Keyboard: Multimedia Keyboard

h) Mouse: USB Optical Scroll Mouse

i) Ports: minimum 2 USB Ports, 1 Serial Port, 1 Parallel port, 1 Key Board and 1 Mouse Port

j) Cabinet: Desktop/Mini Tower

k) DVD R/W

l) Networking features:10/100/1000 Network Card

m) On board LAN

n) Additional LAN Card

o) Operating System: Windows XP Professional /Windows 7 professional with license

Call billing Software – PC based

Detailed report on individual extensions or a group of extensions. The output will be with details such as extension number, extension user’s name, date of the call, time of the call, duration spoken, number called and destination if it is STD or ISD call

Line/Trunk-wise: Detailed report on individual trunk line or a group of trunks. The output will be with details such as trunk port number, telephone number connected to that port, extension number, extension user’s name, date of the call, time of the call, duration spoken, number called and destination if it is STD or ISD call

Group/Department-wise: Detailed report on individual departments in the organization or a group of departments. The output will be with details such as department number, extension number assigned to that department, extension user’s name, date of the call, time of the call, duration spoken, number called and destination if it is STD or ISD call

Location-wise: Detailed report based on a particular location. The user can specify the first few digits of the called number or the last digits of the called number. The report will display the details from where the call has been originated

Account-wise: Detailed report on a particular account. The details of the calls will be displayed in this report

MDF Specifications

Floor / Wall Mounted – Indoor box with lock and key

The MDF should be in 1.8mm thick high Density rigid MS enclosure MDF Tag blocks consisting of back mount frames 2/10, Grommets, label Holders, Cable strings etc

Krone make disconnection Module (10 pair). Line testing should be possible in both directions

Over voltage protection module

Approved by TEC

Over current protection using PTC resistors

Over voltage protection using 3 Pole GD Tube

With testing access

Operation along with Earth bar

Wall mounted Rack – 42 U

Front door (Transparent) with lock & key

Wall mountable

Power Strip with socket

230v AC Fans 90 CFM

Cable Manager Metal

manufactured should be ISO certified (valid ISO Certificate should be attached)

Ethernet I/O Box , I/O box outlet with jack and Patch Cord

It should be a reputed ISO certified company make

A High End Digital Key Phone 6x24 Display with 24 Programmable Dual Color LED’s with 4 Feature Access Keys, multi-step Tilt angle adjustment, Navigator Key, backlit display, should have option to connect Blue Tooth

B Low end Digital Key Phone 1x16 Display with 8 Programmable Dual Color LED’s

C Analog Phone With Speaker , Small Display

Schedule B

Presentation and Sound Re-Enforcement System

Audio visual solution allows the presenter to engage the audience, provide additional information, reinforce key points, emphasize whatever is being said, clarify points, and create excitement. Audio visual communication is a productive form of communication. Using sound and lighting equipment improves communication by heightening the awareness of your audience’s sight and hearing.

The Audio visual solution will be provided at, but not limited to, Meeting Rooms, Conference Rooms, Seminar Rooms, Training rooms, and Arena Area etc.

Audio Visual System is widely used in from small huddle area / meeting space to large venue like exhibition Centre, auditorium and sports arena. It provides enhance experience of the communication and speech delivery in the venue wherever being implemented.

General Feature requirement which will have to be achieved by installing the audio visual solution:

Proper display of information to the participants and audience to have visual impact of data/information shown or to be elaborated.

Display solution should have adequate pixels and size to present the information to the audience.

Uniform audio distribution to each and every participant shown the audience can engage with the presenter.

Proper and optimum solution to handle any type of conference and have facility to remove the language barrier between presenter and the audience to have a proper collaboration and communication.

On the operation point of view the provided AV System should have minimal operation steps and complexity.

The solution should be international standard so any type of meeting/conference/lecture/cultural event can be performed with ease.

An advanced state-of-the art Audio Video System shall be provided in the location defined in this document, all over the campus. Integrating the right, professional-grade audio-visual tools in classrooms and meeting spaces can have huge impacts on learning, student retention and the outcomes.

The idea is to stay at the cutting edge of audio-visual technology in classrooms and meeting spaces in order to foster an environment of active learning.

Detailed Specification:

S.No. Item Description Compliance

1 98" Professional Display Panel

4K UHD Resolution,

350 nits brightness,

Contrast ratio 4000:1,

Viewing angle 178 degrees h/v,

Display colors 8 bit, 16.7 million,

Input: 4 HDMI, VGA, Display Port, USB-C,

Anti-glare treatment,

2 x 12W speakers

2 55" Professional Display Panel

Resolution: 4K UHD (3840 x 2160p) Resolution

Backlight : Direct-lit LED/Edge-Lit LED

Brightness: 500 nits

Contrast ratio: 1200:1

Display Colors: min 10bit

Input: 4 HDMI, DisplayPort, VGA, Audio In

Output- Audio output

Built-in OPS Slot

HDR10 Support

HDMI-CEC

2 x 8W speakers

3 55" Commercial Grade LCD Video Wall Display

Panel

LED backlight,

Full HD (1920x1080) Resolution,

Brightness 500 nits,

Contrast ratio 4000:1,

Viewing angle 178 degrees h/v,

Portrait and landscape orientation,

1.7mm combined bezel to bezel,

Input: 2 HDMI, Display Port, DVI, VGA and HDMI/Display Port Loop Output

4 Ultra-Slim Pop-Out Video wall Mount

Recommended screen size: 42" - 70", Max load: 50kg

5 Heavy Duty Universal Flat Screen Wall Mount

Recommended screen size: 65” up to 120", Max load: 200kg

6 Universal Flat Screen Ceiling Mount

Recommended screen size: up to 65", Max load: 50kg, Ceiling Drop: 1m

7 Slant mounting dusplay

Slant mounting dusplay, screen size 55"

8 High-quality PTZ camera

20x Optical Zoom,

Full HD 1080p60 with 1/2.8”high-quality CMOS sensor (2.07 Megapixel),

High SNR CMOS combined with digital noise reduction,

Output: 3G-SDI, HDMI up to 1080p60 and USB 2.0 up to 1080p30,

VISCA, Pelco-D/P via RS232, RS485, Visca over IP, or IR, remote control,

Up to 255 presets with 0.1° accuracy

With mounting brackets

9 AV Bridge

Outputs simultaneous USB 3.0 and IP streaming with up to 1080p quality,

Enables software-based video conferencing with Pro AV peripherals,

HDMI input accepts 4K (3840 x 2160) signals and encodes and scales appropriately,

PoE powered, Integrates with external DSPs by providing two balanced audio line inputs and outputs

10 Mini PC

8 GB RAM, 500 GB HDD, 4 USB ports,

2 HDMI/Display Port outputs

Integrated graphics card,

Latest generation Intel i3/AMD equivalent

with wireless keyboard and mouse

11 Desktop Hidden Connection Box

Mechanical Locking Device,

Smooth Pneumatic Support Structure,

Display Port, HDMI, VGA, Audio, Network / Telephone, Power, Input voltage: 110V-220V / 50-60Hz,

Mountable Enclosure for Cables

12 Multi format Transmitter

HDMI, VGA, Display Port, DVI-D and Audio inputs,

Extends VGA, DVI, HDMI 1.4 or DP 1.1, Audio, Ethernet, RS-232, up to 120 Meter over one CAT5/6/7 cable,

HDMI 1.4, HDCP 1.4 and DVI 1.0 compliant,

HD BaseT compatible,

Pixel Accurate Relocking,

Supports HDMI 3D signal formats, Bi-directional RS-232 and IR extension (pass-through and control),

Supports HDMI 4K signal formats (4K UHD @30Hz RGB 4:4:4 or @60Hz YUV 4:2:0, up to 9 Gbps)

13 Matrix Switcher

4 HDBaseT , 4 HDMI Inputs, 2 HDBaseT and 2HDMI outputs with audio outputs,

4K / UHD (30Hz RGB 4:4:4, 60Hz YCbCr 4:2:0),

3D capabilities and HDCP are fully supported,

Built-in PoE injector,

Balanced analog audio output for audio de-embedding,

Built-in Event Manager control automation feature,

HDBaseT compatible,

HDMI 1.4, HDCP 1.4 and DVI 1.0 compliant,

Pixel Accurate Re clocking,

No video compression,

Bi-directional RS-232 extension (pass-through),

No signal latency, zero frame delay

14 HDMI Transmitter

HDMI inputs,

Extends DVI/HDMI 1.4, Audio, Ethernet, RS-232, up to 120 Meter over one CAT5/6/7 cable,

HDMI 1.4, HDCP 1.4 and DVI 1.0 compliant,

HDBaseT compatible,

Pixel Accurate Re clocking,

Supports HDMI 3D signal formats,

Bi-directional RS-232 and IR extension (pass-through and control),

Supports HDMI 4K signal formats (4K UHD @30Hz RGB 4:4:4 or @60Hz YUV 4:2:0, up to 9 Gbps)

15 HDMI Receiver

HDMI Outputs,

Extends DVI/HDMI 1.4, Audio, Ethernet, RS-232, up to 120 Meter over one CAT5/6/7 cable,

HDMI 1.4, HDCP 1.4 and DVI 1.0 compliant,

HDBaseT compatible,

Pixel Accurate Re clocking,

Supports HDMI 3D signal formats,

Bi-directional RS-232 and IR extension (pass-through and control),

Supports HDMI 4K signal formats (4K UHD @30Hz RGB 4:4:4 or @60Hz YUV 4:2:0, up to 9 Gbps)

16 Digital UHF Wireless Handheld Microphone System

Dynamic,

24 bit Digital Audio,

Dynamic Range - 118 dB or better,

Frequency Response : 20 to 20,000 Hz,

Polar Pattern : Cardioid,

Channels – Upto 30 simultaneous Channels per frequency bands,

Switching Bandwidth - 42 MHz or better,

Frequency Auto Scan Functionality,

Range – 300 ft or more,

RF Transmitter Output : 10 mW,

Should have LAN port for monitoring,

Should include rechargeable batteries and charger,

Battery Life : 8 hours or more

17 Digital UHF Wireless Lapel Microphone System

Condenser,

24 bit Digital Audio,

Dynamic Range - 118 dB or better,

Frequency Response : 20 to 20,000 Hz,

Polar Pattern : Omnidirectional,

Channels – Upto 30 simultaneous Channels per frequency bands,

Switching Bandwidth - 42 MHz or better,

Frequency Auto Scan Functionality,

Range – 300 ft or more,

RF Transmitter Output : 10 mW,

Should have LAN port for monitoring,

Should include rechargeable batteries and charger,

Battery Life : 8 hours or more

18 Digital Conference System: Control Unit

Frequency response : must fall in audible range 70 Hz- 16 KHz, l

Total Harmonic Distortion : less than 0.1 %,

Should control up to 250 conferencing inputs without any software or accessories,

Analog In – Minimum 2, Analog Out – 4 or more, LAN Ports – 4 or more, TCP/IP port – 1 or more,

Should include power supply to power the required number of conference units,

Should be able to prevent one mishap from taking down your entire system using redundant loop cable topology/ring topology

Four different microphone operating modes should be supported: Automatic First-In/First-On (FIFO) VOX (voice activated) and Manual

19 Digital Conference System: Chairman Microphone

Unit

Table Top Chairman Unit with 4 inch or more capacitive touch screen to vote, check participants information, view agenda etc.,

Delegate Off push button for switching off all active delegate microphone,

Should Include detachable gooseneck microphone with length not more than 7” and have pickup area of 100-degree or less,

Speak LED indicator for chairman microphone on,

Frequency response : should fall in audible range 50 Hz – 17 KHz,

Excellent RF Noise Immunity

20 Digital Conference System: Delegate Microphone Unit

Table Top digital conference unit with Microphone On/ Off Push button to activate/deactivate the microphone,

Request LED Indicator for microphone ,

Should Include detachable gooseneck microphone with length not more than 7” and have pickup area of 100-degree or less,

Frequency response : should fall in audible range 50 Hz – 17 KHz,

Excellent RF Noise Immunity

21 Digital Conference System: Connecting cable

Connecting cable for conference network, Cat6 STP, length 2m and 20 M

22 Digital Audio Processor

24 Channels of Total Analog Audio,

8 Configurable Flex Channels,

16x16 USB Audio Channels,

128x128 Network Audio Channels,

16 Channels of Routable AEC,

Multiple Instance VoIP Lines,

Single POTS Telephone line

23 Two - Way ceiling speaker with plastic back can

Cover/Material : Fire resistant plastic vented enclosure, metal grill,

Speaker Unit : 5.5” with tweeter coaxial,

Power Handling : 30W / 40W, Impedance : 70V / 100V / 8Ω,

Sensitivity : 90dB,

Frequency Response : 100-20KHz,

Connector : Phoenix in/out,

Tapings : 30w, 15w, 7.5w and 3.5w,

Installation : Flush mount fast fit

24 Dual Channel Amplifier

High Efficiency Class-D ,

Dual Channel Amplifier,

Auto Sleep Function,

Built-in Limiter Circuit,

Dynamic Range - 116dBA,

Output Resistance - 43 m Ohm,

Power Output (4 Ohms/8 Ohms/70V/100V) - 280W/245W/250W/240W,

Frequency Response +/- 0.1dB 20Hz – 20kHz, Voltage Gain 32dB

25 Enterprise-Class Control System

One RS-232/422/485 COM port,

Two RS-232 COM ports,

Eight IR/serial, eight relay,

Programmable event scheduling with astronomical time clock

26 HDMI Cable : 3 / 6 / 10 Feet

High Speed HDMI Cable with Ethernet

Resolution support: 4K resolution

27 HDMI Cable : 35 /50 Feet

High Speed HDMI Cable with Ethernet

Resolution support: FHD resolution

28 Display Port Cable : 3 /6/10 Feet

High Speed HDMI Cable with Ethernet

Resolution support: 4K resolution

29 VGA + Audio Cable : 3 /6/10 Feet

High Speed HDMI Cable with Ethernet

Resolution support: FHD resolution

30 16 AWG 2 Core Speaker Cable

Low smoke zero halogen (LSZH) construction

16 AWG wire gauge

2 core configurations

31 2 Core Shielded Audio/Control Cable

2 Core Shielded Audio/Control Cable

32 CAT6A cable F/UTP

Four Twisted Pairs 23 AWG Solid Copper Conductors

Suitable for 10BASE-T, 100BASE-TX, 1000BASE-T/1000BASE-TX (Gigabit) & 10GBaseT, PoE & PoE+

33 Rack Structure : 20U

Air Cooled AV Equipment Rack with Two Nos. of Vertical Power Strips, Cantilever Selves, Cable routing perforations, 4 No. of Spin Wheels

Schedule C

Integrated IP CCTV & Access Control System:

Design, supply installation testing and commissioning of IP CCTV System for proposed building as per specification and drawings and system comprises of following items with Minimum Specifications as below.

a) IP Dome Camera 4MP IR Dome Camera, Metal Housing, and

H.265+/H.265/H.264, Up to 2592x1520@25fps, Min. illumination Color: [email protected], Smart IR, IR Range: 30m, Built-in Mic, SD Card Slot, Reset Button, POE, IP67, IK10, 120dB WDR, Support tripwire and perimeter, ANR. BIS, CE, FCC, ROHS, UL/EN. Etc. all complete.

b) IP Bullet Camera 4MP IR Bullet Camera, Metal Housing, H.265+/H.265/H.264, Up to 2592x1520@25fps, Smart IR, IR Range: 50m, Built-in Mic, SD Card Slot, Reset Button, 120dB WDR, POE, IP67, 120dB WDR, Support tripwire and perimeter, ANR. BIS, CE, FCC, ROHS, UL/EN etc. all complete.

c) IP PTZ Camera 2 MP -IP PTZ Camera 2 MP - IP Network 1/2.8" CMOS, Dual IR Cut Filter , 1920x1080:30fps, H.264/MJPEG Or better, Triple streams, AC24V/POE+, IP66, Micro SD card slot support up to 128GB, Alarm in/out 1/1, Audio in/out 1/1, -30-65℃, IP66, 33x optical zoom(4.6 ~ 152mm), IR range: up to 150m, 120dB WDR, IP66, 33X optical zoom, HLC,BLC,3D DNR, Smart functions-Auto Tracking, CE, FCC, Defog, Privacy mask, Up to 8 Pattern, Presets – 300 , PAN Range - 360° , 0.1°/s ~ 180°/s ,Tilt Range -–16° ~ 90° (auto flip) , 0.1° ~ 120°/s etc. all complete. Certificate – BIS, CE, FCC, ROHS, UL/EN etc. all complete.

d) NVR - H.265 8SATA 64ch NVR, H.265+ Compression, Support 64-ch input, Up to 12MP Resolution Recording, Incoming Bandwidth 320Mbps, Outgoing Bandwidth 320Mbps, HDMI and VGA independent outputs, HDMI Video output at up to 4K (3840 × 2160) resolution, 8 SATA interfaces for 8 HDDs, up to 10TB for each HDD, eSATA interface:- 1 SATA interface, 2xRJ45 self-adaptive 10/100/1000 Mbps network interfaces, VCA detection alarm is supported, Array Type:- JBOD, RAID0/1/5/6/10, 2xUSB 2.0, 1xUSB 3.0, serial Interface:- 2xRS-485, 1xRS-232, No. of Hard Disks 4TB for the calculation of 1 month recording 2MP@25FPS as per all camera count, VMS should also be included if required etc. all complete.

e) MS Windows 2008 Server R2 x64, Intel i5 Xeon Quad Core processor, 8 GB RAM, 1TB HDD, 2GB Graphics Card. With CD/DVD player, Mouse and Keyboard etc. all complete.

f) 55" LCD narrow Bazel for Monitoring for each NVR Server etc. all complete.

Design, Supply Installation Testing and Commissioning of Access Control System for proposed building as per specification and Drawings and system Comprises of following items.

a) Web based Access Mgmt. Software includes Multi-Location scalability, Real

Time Monitoring, Terminal Employee Management, Biometrics Template Management, Employee Blacklisting, Duress Features, Fire Integration, Email / Alarm Management, Log Access Reports, Compatible with MS-SQL Databases. License to support up to 50 devices, Users Capacity up to 2000.

b) Z4 Recessed Electromagnetic Locks for Sliding Doors with holding forces up to 280kg etc. all complete.

c) IP based Reader Interface module. Supports 2 Door- 2 readers over weigend and 2 Door- 4 Reader over OSDP. Also works with PoE & PoE+. UL294 Listed, FCC, CE, RoHS, NIST Certified Encryption.

d) Enclosure with UL Listed Power Supply for Controllers.

e) I class Smart card reader1. Operating Frequency: 13.56 MHz Contactless Smart Card reader Data Formats: Wigand, OSDP, Key pad Data Formats: Field configurable, 8-Bit Burst (default) and 26-Bit Wiegand, Certifications and Compliance: UL294/cUL (US), FCC, IC, CE, C-Tick, MIC, NCC Housing Material UL94 Polycarbonate.

f) UL294 Listed Biometric device with inbuilt smart card reader CPU: ARM® Cortex™-A9 core 1GHz • Linux Operating System, Fake finger detection • Duress finger • FBI PIV IQS certified optical fingerprint senso. • Network/Communication: - Ethernet, RS485, USB, Integrated Smart Card Reader, Internal storage capacity: 512MB Flash, 512MB RAM, Operating conditions: - Temperature: -20°C to 55°C (-4°F to 131°F) - Humidity: 10% to 80% (non condensing). • Ingress protection: IP65 and • EMC/Safety standards: - CE, CB, FCC, BIS, UL294, RoHS, Reach and WEEE compliant.

g) Smart card Frequency Excitation (13.56 MHz) Mifare/I-class technology smart

Card. Memory Type EEPROM, Complies with ISO/IEC standards for thickness. Lifetime Warranty

h) Single Door Electro Magnetic Lock Approved, Monitored Single Leaf/Double Leaf Electromagnetic Lock with 600/1200 lbs. holding force with dual Monitoring and tested for 45 min on fire door assemblies’ fire rating including necessary mounting brackets Standards: UL Listed or CE Certified.

i) Double Door Electro Magnetic Lock Approved, Monitored Single Leaf/Double

Leaf Electromagnetic Lock with 600/1200 lbs. holding force with dual Monitoring and tested for 45 min on fire door assemblies fire rating including necessary mounting brackets Standards: UL Listed or CE Certified .

j) Access Control System: Control Room Equipment’s: 3 x 1.5 sq. mm multi-stranded power Cable (Quantity in running Meter) etc. all complete.

k) Touch less Request to Exit button with detection range from 4 to 12 cm, 0.1 million cycle tested ,Emergency Door Release Button, Gree, Key Resettable, Double Pole Double Throw.

OPERATION AND COMPREHENSIVE MAINTENANCE OF ELECTRO- MECHANICAL SYSTEM

1. Operation & Maintenance of all Electrical & Mechanical Equipment and Services.

All the electrical & mechanical services of the Building are to be maintained & operated as per the requirement of RITES. The requirement will broadly be to keep the equipment in good and efficient working condition at all the time, follow the preventive maintenance and periodical overhaul schedule & procedures as listed in the manuals/literature of the OEM, ensure safety of the equipment and personnel using it. It is mandatory for the Contractor to enter into comprehensive AMC with the OEM of equipments as per BOQ for trouble free operation of equipments/installations. The contractor shall ensure day to day in site cleaning of all equipments covered in the tender.

All the equipment shall be made to operate at optimal performance at all times. Ageing /Life of equipment etc. shall bear no relevance .The duty of contractor shall be to operate and maintain the equipments given in the scope of work which includes repair/replacement of parts/consumables, as needed except diesel, battery replacement.

2. FREQUENCY OF MAINTENANCE:

The bidder shall carry out the following services at least at the frequency detailed below in addition to day to day maintenance. The frequency may be increased depending on need, to ensure that the equipment is well maintained all the time. The work will be carried out at suitable timings to ensure that RITES office staff at work are not disturbed. Activity Minimum Frequency i) Air Conditioning system ii) D.G. Sets iii) Lifts iv) Fire Panel. v) Fire detection and alarm system

As recommended by OEM (As per HVAC system operation & maintenance manual) As recommended by OEM (as per operation & maintenance manual bulletin No.3243773-03 October-2001 of M/s Cummins India Limited) As recommended by OEM (as per operation & maintenance manual of M/s Johnson Lifts Limited) As recommended by OEM ( as per operation & maintenance manual of M/s Honeywell) As recommended by OEM or safety

Activity Minimum Frequency & Firefighting system

vi) Portable fire extinguishers

vii) Fire hydrant system. Testing & Fire Drills

viii) Water softening plant ix) Other items

rules/laws As recommended by OEM or safety rules/laws As per standard norms or as directed by Engineer-in-charge As per Operation & Maintenance Manual of M/s Ion Exchange and or As per standard norms, as directed by Engineer-in-charge As per Manufacturers Standard or directed by Engineer-in-charge

Note-: The contractor shall maintain complaint register in approved format and

recording for receiving complaints from RITES representatives/staff, logbooks for the equipments/installations and other records & reports.

3. Field Personnel:

The bidders must confirm the availability of the minimum supervisory staff/ manpower with them as mentioned below, ready for deployment carrying out the works required under this contract:

4. Plant and Machinery:

The bidders are required to confirm the availability and deployment at site of the following minimum machinery and equipment.

1. 500V Megger - 1 No 2. 1000V Earth Megger- 1 No. 3. Multi Meter -1 No 4. Digital Temperature Meter - 1 No. 5. CFM Measure Meter - 1 No. 6. Tongue Tester - 01 No Note:- All Safety Equipment & PPE of suitable capacity shall be provided by the contractor free of cost at the time of taking over .

All essential tools such as Pliers, Screw Drivers, Wrenches etc. and other equipments required for providing the services shall be available with the staff deputed at site.

5. Requirement of Staff

The following staff shall be deployed daily at building Campus for the work under this contract as per following minimum requirements (with 10 hrs. per day duty and for extra hours on the program day wherein there may/shall be delayed stay till official closure of the program). However, in addition to these, manpower of any category or any nos. of additional manpower if required, to execute/complete the

work (in this contract) successfully and in time, the same shall also be deployed by the contractor at no extra cost to RITES.

Category

Minimum Nos. required

Minimum Qualification

Minimum nos. of Years of experience in relevant field

Nature of experience

Electrical/ Mechanical Engineer.

01 B.E.(Electrical)/Dip. In Elect. Engg.

03/10 Years Operation & Maintenance of Civil and Electro-Mechanical and other relevant services.

Sub. Station D.G. Operator and Electrician

02 I.T.I (Diesel Mech.) (01 year course) or relevant experience certificate in the mentioned field

03 Handling of HT & LT , D.G. Operation & Maintenance etc.

HVAC Operator

01 I.T.I (Air Conditioning) (02 Year Course) or relevant experience certificate in the mentioned field

03 Handling experience of operation & maintenance of Chiller Plant (100 to 225 T) operation and day to day maintenance

Plumber 01 10th Pass 02 Plumbing work Fire Safety Officer

01 Diploma in Industrial Fire & Safety Mgmt. from any Govt. recognized Institute or certificate from Indian Navy/ Indian Army/ Indian Air Force in the relevant field or relevant experience certificate in the mentioned field

03 Fire Fighting/ alarm/ suppression System

Category

Minimum Nos. required

Minimum Qualification

Minimum nos. of Years of experience in relevant field

Nature of experience

Fire Operator 01 Certificate Holder from authorized Institute or relevant experience certificate in the mentioned field

02 Fire Fighting System

Lift Tech. 01 I.T.I (Mech./Fitter) (02 Years Course) or relevant experience certificate in the mentioned field

02 Lift operation

IBMS Operator 01 Certificate Holder from authorized Institute or relevant experience certificate in the mentioned field

02 IBMS Operation

STP Operator 01 10th Pass 02 STP Operation Helper (for above work)

02

The staff should be got approved in writing from the Engineer-in- Charge or his

authorized representative (whose approval may be withdrawn at any time) for supervision and execution of the work to receive directions / instructions from Engineer-in-charge of the work on behalf of the contractor and execute the work accordingly. The staff of the contractor will not be changed without the approval of the Engineer-in-charge. The passes/Identity cards issued to them if any shall be handed over to RITES representative. Staff/manpower of same qualification and experience as above table would be posted.

In case of any manpower/staff has to go on leave, the contractor must bring it to

notice of Engineer-in-charge in advance. In such cases, he should be replaced by qualified and experience staff/manpower in consultation with Engineer-in-charge and without any gap in attendance.

The contractor and its employees shall maintain strict confidentiality of information

provided to them during the contract period, no part of information in any form now or ever shall be discussed to any person(s) or companies. The incidental provision of information to successful bidder and its employees is just for carrying out the job assigned and nothing more than that. Any violation or attempt of violation may lead to legal action under appropriate law.

In case the contractor fails to employ the staff as per aforesaid requirements,

recovery at the penal rates given below for each day or proportionate amount for part of the month of default as given below will be made:-

Category Per Day Penalty Recovery (Rs.)

Electrical/ Mechanical Engineer. 1000/-

Sub. Station D.G. Operator and Electrician

800/-

HVAC Operator 800/-

Plumber 700/-

Fire Officer 1000/-

Fire Operator 700/-

Lift Tech. 700/-

IBMS Operator 1000/-

STP Operator 700/-

Stage Light Operator 1000/-

Helper 700/-

Engineer will supervise the daily work being done by the contractor’s staff and coordinate with the Engineer in charge or his representative, record and attend to complaints and ensure proper reporting for jobs completed and pending along with reasons thereof.

GENERAL SPECIFICATION OF LIFT

Sr. No. Description Passenger Lift

1 Potential free contacts

Provision for monitoring the ON / OFF / status (position, direction, emergency alarm, inspection drive) of all Lifts from the Building Management System shall be through potential free contacts and a separate terminal block within the lift control panel which shall be provided by the Lift Contractor including wiring. .

2. Size of Lift car W x D x H (clear inside size)

As per latest IS.

3 Car enclosure, Ceiling , Car Door landing door

Shall be of SS scratch proof hair line finish ,

Sr. No. Description Passenger Lift

4 Pressure Sensor Pressure sensor operated doors safety system to be provided.

5. Full length infra-red safety light curtain

Infra - red operated doors safety system to be provided.

The Light Curtain to consist of infra - red light beams passing between Car Door Entrances and one side of the Entrance the light source is sent and on the opposite side, receivers are sensing the light source. If an object cuts the light beams the receivers will sense and give door command to the door operating system.

This is to sense the passenger movement without being getting in to physical contact of doors with human being or other materials like trolley, perambulator etc., which ensures the highest safety to the passenger and other items transported by Elevator. This infra – red light curtain to operate as low as from 25 mm to a height of 1.8 mts., so the system can even detect the movement of child, pet etc., and thus ensures complete safety to users

6 Fan Ventilating fan with blower arrangement

7 Car Light

LED fitting – lighting to minimum 100 lux at car sill level shall be provided.

8. Car floor finish Floor finish within the car shall be finalized by Client if required. It is the responsibility of the lift contractor to provide a frame work to take the load of Granite/ marble finishing material and also allowance within the car shall be provided to receive the finishing material, which will be in the range of 15 to 20 mm.

9 Car Operating Panel 1 Full Height Car-operating panel shall be provided with engraved Braille buttons Stainless Steel finish, flush mounted for passenger lift.

Panel features will be as following:

Key operated switch marked to indicate ``attendant’’-``automatic’’ operation.

Luminous white round Braille Push button for each floor served

Door open/close push buttons.

Battery operated emergency alarm Push Button.

Emergency alarm Push button (Alarm in ground floor).

Sr. No. Description Passenger Lift

Push Button for non-stop operation of Lift in attendant mode.

UP/DOWN Push buttons for attendant mode.

Over-Load warning indicator.

On / Off Switch for Fan.

STOP switch to be provided in Red Colour.

In addition necessary arrangement will be provided as per OEM Standard.

10 Fire rating of door All SS landing doors should be 2 hours fire rated. 11 Controls and

Indicators at landings

a) Call registration by LCD display in Ground floor and LED dot matrix red colour high intensity display in all other floors. Push Buttons, Two nos. for intermediate landings and single push button for terminal landings with indication for UP and DOWN direction of motion.

b) Digital Car position and Direction indicators at all Landings above the Entrance, with LCD display in Ground floor and LED high intensity display in all other floors.

c) A suitable box above the lift landing with LCD display in Ground floor and LED high intensity display in all other floors with illuminated sign of “ UNDER MAINTENANCE” coming up simultaneously at all floors with single Switch control.

d) Visual flashing indication on all landings for pre-arrival of car

12 Load weighing Device with bypass function.

A load-weighing device to be provided which senses the load. Facility to be provided for stain gauges for bypassing registered landings call by a car loaded more than 80%.

13 Car Emergency Light and Alarm

Emergency Battery operated power supply (EBOPS) for light and alarm to be provided with electric power supply to the car, when the main power supply is not available for half an hour. The operation to be automatic and no need of manual intervention to be required.

14 EPABX system Provision for press and speak intercom in COP along with Microphone & Speaker. (Hands free, Press & Speak type, with high intensity LED Luminous type Push Button) It shall be connected to machine room to two other intercom units as directed by Engineer in charge. Travel wiring in the scope of Lift Supplier.

Sr. No. Description Passenger Lift

15 Terminal buffers Terminal buffers shall be installed as a means of stopping the car and counter weight at the extreme limits of travel and shall be spring or oil buffers. Buffers in pit shall be mounted on the steel channels or on the suitable concrete blocks.

16. Counter weight Provided in steel structure as per clause-12 of IS-14665 (part-I) 2000 amended till date.

17. Safety gears & Over speed Governor

Progressive type Safety gear, mounted on the bottom members of Car frame or otherwise as per Manufacturer’s specification and shall be operated by an Over speed Governor erected in Machine room. The safety device shall stop the Car whenever excessive descending speed is attained with means to cut-off power from the motor and apply the brake prior to application of safety gear. Over speed governor shall have arrangement to detect slack, loosened or broken over speed rope

18. Phase failure relay

Phase failure relay shall be provided to protect the machine against failure of any one phase.

Automatic Phase-reversal unit

Automatic Phase-reversal corrector unit shall be provided to correct Phase reversal.

19 Automatic Rescue Device

Automatic Rescue Device (ARD) to rescue the stranded lift passengers in the event of a power failure, operated on dry maintenance - free batteries of required capacity to continuously monitor the normal power supply in the main elevator controller and activate rescue operation within 60 seconds of a power failure by which the lift is brought to the nearest landing and doors remain open

20. Fire Man Drive All lifts of each group to be operated exclusively as fire rescue lift. Provision for Fireman drive to be made to bring the car to the main floor immediately after the fireman switch is operated. Thereafter the car is for operation by the rescue person. All landing calls are ignored. Lift answers one car call at a time. The rescue person controls opening and closing of doors at a floor. Returns to normal when fireman switch is opened. Fireman switch drive to be provided for all the lifts individually in ground floor lobby with individual switch control.

21 Main Entrance floor In this floor in which the fire fighters switch and alarm bell will be fixed, so that in case of emergency the lift can be taken control by the firefighters at that floor.

22 Built in Voltage stabilizer

To be provided to avoid problems / hazards due to voltage fluctuation, thereby increasing the life of

Sr. No. Description Passenger Lift

electrical and electronic components for the better service of the elevator.

23 Hall lantern

Illuminated arrows to indicate the next travel direction of arriving / available car to be provided. Electronic chime that sounds when the car arrives at a landing to serve a landing call to be provided.

24 Speaker for music/ announcement

The lift announcement system should announce the floor numbers and some special messages in the lift itself by using a speaker. The unit should provide music when no floor announcement or special messages are to be given. When the lift reaches any floor then this unit should give that particular floor announcement and should continue to play the music from wherever it has left.

25 Direction and position indicator in car and landings and Hall buttons

LCD display in Ground floor and LED high intensity display in all other floors on SS panel to be provided in car and lift lobby.

26 Notices and Signage Shall be provide the necessary safety notices and signage required near and inside the elevators. Instructions to be provided on Photo luminescent signage.

SPECIFICATIONS (NOT COVERED BY ANY STANDARD SPECIFICATIONS)

NS Item No Description Item Preview

5.1 SS 304 Tower

Bolt 250mm

5.2 SS 304 Tower

Bolt 150mm

6.1 S.S. 304

Aldrop Ø16X300mm With

Fixing

Accessories-Combi nation

6.2 S.S. 304

Aldrop Ø16X250mm With

Fixing

Accessories-Combi nation

7 SS 304

Door Buffer

8 SS 304

Door Handle 'H' Ø32X1200

10 SS 304

Door Stop-Half Moon Ø45X25mm

14 SS 304

Door Hinge With 2 Bearing 100X75X3mm (With Screws)

30 SS Ring Round

45 SS 304 Floor

Drain-Standard 127X127mm

13 SS 304 Floor

Drain-Insect Repeller 127X127mm

LIST OF MATERIALS OF PREFERRED MAKES/BRANDS OF CIVIL WORKS

Sl. No. ITEM DESCRIPTION Make/Brand of Materials

1 Cement As per Special conditions (Annexure B-2) for Cement in GCC

2 Reinforcement Steel As per Special conditions (Annexure B-2) for Steel in GCC

3 MS Structural Steel SAIL / TATA/ RINL/ JINDAL/ APPOLO

4. Flush Doors, Particle Board

CENTURY / GREEN PLY / KITPLY / ARCHIDPLY

5. Synthetic Enamel Paints, Cement Primer, Acrylic Emulsion Paints, Exterior Textured Paints

I.C.I / BERGER / ASIAN PAINTS/ NEROLAC

6 Waterproof Adhesive/ Compound

TERRACO/ PIDILITE / ROFFE/ SIKA /FOSROC /LATICRETE

7 Vitrified Tiles/Ceramic Tiles

NITCO / KAJARIA / JOHNSON / ASIAN GRANITO

8 Aerated Block (AAC) J.K.LAKSHMI, AAC India, MAGICRETE, BILTECH

9 Paving Tiles PAVIT/UNISTONE/NITCO

10 False Ceiling ARMSTRONG / SAINT GOBAIN / HUNTER DOUGLAS /AEROLITE

11 PVC sheet flooring ARMSTRONG / TARKETT / GERFLOR / FORBO

12 Glass SAINT GOBAIN / ASAHI / HINDUSTAN / PILKINGTON

13 Aluminium Sections HINDALCO / JINDAL /INDAL

14 Aluminium Accessories/Hardware

CLASSIC/JINDAL/EVERITE/CROWN

15 Acrylic Polymer waterproofing coat

SIKA / FOSROC / PIDILITE / ROFFE/ BASF

16 Waterproofing admixture SIKA / FOSROC / PIDILITE / ROFFE

17 Injection Grouting PIDILITE (DR.FIXIT)/SIKA/FOSROC/BASF

18 Non Metallic Surface Hardener

SIKA/ BASF / FOSROC / PIDILITE

19 Roof Heat Insulation BASF/ SIKA /LLYOD INSULATION

20 Plasticizer SIKA / FOSROC / PIDILITE / ROFFE

21 SS Fittings DORMA / HAFELE / GODREJ/OZONE/ KITCH

22 SS Railing JINDAL STAINLESS STEEL / STEEL JUNCTION / KICH/DORMA / D LINE/ KITCH

23 Stainless steel bolts, washers, nuts, pressure plates, screws

KUNDAN / ATUL / PUJA / GKW / NETTLEFOLD

24 Structural Silicon DOW CORNING / GE / PIDILITE / SIKA

25 Weather Silicon DOW CORNING / GE / SIKA

26 Adhesive Tape 3M / MCCOY/ FOSROC / PIDILITE

27 Wall Putty BIRLA / J.K / ASIAN / SHALIMAR

28 Polysulphide Sealant FOSROC / PIDILITE / LATRITE

29 Cupboard/Drawer Lock HETTICH / GODREJ / DORMA

30 Stainless Steel Hardware HETTICH / GODREJ / DORMA

31 Stainless steel friction stays

SECURISTYLE / GEZE/DNL GLOBAL PVT.LTD.

32 White Cement BIRLA WHITE / J.K

33 Dash Fastener, Anchor Bolts

HILTI / FISCHER / BOSCH

34 Door Closure, Floor spring DORMA / HAFELE / GODREJ / HARDWYN/ KITCH

35 Fire Doors GODREJ / NAVAIR / GMP TECHNICAL SOLUTIONS / SUKRITI

36 Fire rated fittings HETTICH / GODREJ / DORMA / DOORSET/ HARDWYN

37 FRP doors & Shutters FIBREWAYS / SINTEX / KRAFTO GLASS (SILVASSA)

38 Grass flooring HEGO / BVG / ECOSOFT

39 Polycarbonate Sheets GE/LEXAN/DPI DAYLIGHTING/ DALPALON

40 Grass Paver Blocks UNISTONE / ULTRA /PAVIT/NITCO

41 HDPE Membrane for Basement waterproofing

BASF/ STP LTD.

42 G.I. Pipes (ISI marked) JINDAL(HISSAR) / TATA / PRAKASH

43 G.I. Pipe fittings (ISI marked)

JINDAL (HISSAR) / TATA / UNIK / ZOLOTO / NVR

44 MS Pipes JINDAL(HISSAR) / TATA / PRAKASH / ELECTROSTEEL

45 CI Pipe and fittings -IS 3989

NECO / HEPCO / BIC / SKF

46 CPVC pipe including fittings, uPVC pipe including fittings, HDPE pipe including fittings

ORI-PLAST / SUPREME / ASTRAL / PRINCE / FINOLEX

47 Gun Metal Valve, Non Return Valve, Air Release Valve

LEADER / SANT / ZOLOTO /NVR

48 CI Gate Valve ,Foot Valve VENUS / KIRLOSKAR / KOLEY / NVR

49 Butterfly valve AUDCO / CRAWLEY / SRAY/ KOLEY/ NVR / ZOLOTO

50 Pressure-Release Valves, Ball Valves

ZOLOTO / LEADER / SANT / NETA

51 Flow Switch SYSTEM SENSOR / POTTER / SWITZER

52 Water Meter DASMESH / CAPTAIN/ VENUS INDUSTRIES

53 CP brass fittings & fixtures

HINDWARE / PARRYWARE / JAQUAR / CERA

54 PVC Connector Pipe CERA /PRAYAG or EQUIVALENT

55 PVC Flushing Cistern HINDWARE / PARRYWARE / CERA / PRAYAG

56 Vitreous China Sanitary Ware

CERA / PARRYWARE / HINDWARE / JAQAR

57 Stainless Steel Sink (ISI marked)

PARRYWARE / NIRALI / PRAYAG/ JYANA

58 C. I. Manhole Cover NECO/ HEPCO / SKF/ BIC

59 Sensor based Auto Flushing System for Urinals

HINDWARE / CERA / PARRYWARE /JAQUAR

60 WC Seats Covers HINDWARE / CERA / PARRYWARE /JAQUAR

61 HDPE Water Tank PATTON/SINTEX/JINDAL/PLASTO

62 Wall Mirror CERA /SAINT GOBAIN / ASAHI/MODI GUARD

63 Geysers JAQUAR / VENUS / CERA

64 Submersible Pump CRI / KSB / GRUNDFOS / DP PUMPS / KIRLOSKAR

65 Pump for water supply KSB / CRI / GRUNDFOS /DP.PUMPS/ AQUATEX / KIRLOSKAR

66 Motor Make CROMPTON-GREAVES / ABB / DP MOTORS

67 WTP OPTIMUS ENVIRO PRO, BS ENVIRO, GREYWATER, ION EXCHANGE , SHAYSHEELRIT

68 STP & ETP OPTIMUS ENVIRO PRO, BS ENVIRO, GREYWATER, ION EXCHANGE, SHAYSHEELRIT

LIST OF PREFERRED MAKES/BRANDS FOR FIRE FIGHTING SYSTEM

Sl. No.

ITEM DESCRIPTION Make/Brand of Materials

1 Strainer KOLEY /NVR / LEADER / ZOLOTO / SANT

2 Installation Control Valve with WM-Gong.

MATHER & PLATT / ACE / HD /DE'S / TECHNICO / GEI

3

Single, Double headed landing Valve/Hydrant valve, two-way fire Brigades inlet, Hose reel Drum and Shut off nozzle, Gun metal branch pipe.

MINIMAX / NEWAGE / BHOGILAL / GEI /FIRE SHIELD / /G TECH / EXFLAME

4 Sprinkler Heads/Rosette plate MATHER & PLATT / HDFIRE PROTECT /

TYCO / VIKING

5 Sprinkler flexible pipe EASYFLEX / NVFLEX / VIKING

6 Rubber pipe for hose reel YULE / GETECH /MINIMAX / NEWAGE /

EXFLAME

7 RRL hose pipe with GM male and female coupling

JAYSHREE / NEWAGE / CRC /GEI GETECH /MINIMAX / EXFLAME

Sl. No.

ITEM DESCRIPTION Make/Brand of Materials

8 Pressure Gauge H GURU / FIEBIG / WIKA

9 Pressure Switch SWITZER / /HONEYWELL / DANFOSS /

BAUMER

10 Horizontal coupled centrifugal pump

KIRLOSKAR / MATHER &PLATT / KSB/ GRUNDFOS / SAM TURBO

11 Electrical Motor CROMPTON-GREAVES /ABB / SIEMENS / MARATHON

12 Engine KIRLOSKAR (KOEL) / CUMMINS / GREAVES / COTTON / ASHOKA

13 Battery EXIDE / AMARON / LUMINOUS

14 Battery Charger EXIDE / KELTRON/ HERENE ELECTRO CONTROL /ARGO /AE

15 DOL/Star Delta Starters L&T / SIEMENS / ABB / SCHNEIDER

16 Switch L&T / SIEMENS / KAYCEE

17 Portable Fire Extinguishers FIRESHIELD / MINIMAX / NEWAGE /GETECH

18 PC/Monitor/Keyboard HP/DELL

19 Flow Switch SYSTEM SENSOR / POTTER / SWITZER

20 Level Switch LEVCON / MINILEC

21 Fire Fighter Telephone Jack , Handset and Telephone Module

SIEMENS / COOPER /JOHNSON CONTROL / NOTIFIER

22 Amplifier NOTIFIER/EDWARDS/SIEMENS /BOSCH/ EV

23 PA Speaker BOSCH /HEINRICK/BOSE

24 Talkback system BOSCH / MATRIX /SYNTEL / PANASONIC /AVAYA

25 Digital voice Evacuation system NOTIFIER / EDWARDS /SIEMENS

LIST OF MATERIALS OF PREFERRED MAKES/BRANDS OF ELECTRICAL WORKS

Sl. No.

ITEM DESCRIPTION Make/Brand of Materials

A INTERNAL ELECTRIFICATION SYSTEM

1 MOULDED CASE CIRCUIT BREAKER (MCCB)

LEGRAND (DPX³) / SIEMENS (3VL) / SCHNEIDER (NSX) /ABB (TMAX) / L & T (DU SINE)

2 AIR CIRCUIT BREAKER LEGRAND (DMX³) / SIEMENS (3WL) /SCHNEIDER (MASTER PACT NW(7.0A)) /ABB EMAX (PR 122) / L&T (U POWER) OMEGA (MTX 3.5)

3 MCB/ELCB/ELMCB/RCCB/RCBO/DB

LEGRAND / SIEMENS / SCHNEIDER / ABB

4 MODULAR SWITCH, SOCKET, MODULAR PLATE, GI BOX & ACCESSORIES

SCHNEIDER(ZENCELO)/ LEGRAND (MYRIUS)/ CRABTREE (THAMES) / MK-(BLENZPLUS)

5 INDUSTRIAL SOCKET SIEMENS/ LEGRAND/ L&T/ ABB/ SCHNEIDER

6 RISING MAINS / BUS DUCT ABB/ SIEMENS/ SCHNEIDER / LEGRAND/ L&T

7 ISOLATORS FOR MOTORS LEGRAND / SIEMENS/ SCHNEIDER/ ABB/ L&T

8 PROTECTION RELAY L&T/ ABB/ SCHNEIDER/ LEGRAND/ SIEMENS

9 METERS - DIGITAL TYPE AE/ L&T/ SIEMENS/ ABB/ CONZERV

10 APFC RELAYS ALSTOM/ SCHNEIDER/ SIEMENS / L&T/ LEGRAND/ ABB

11 CT'S / PT'S AE/ KAPPA/ MATRIX/ GILBERT

12 LT PANELS/ SYNC PANELS/ CAPACITOR PANEL/ SUB PANELS

ADLEC / SPC ELECTROTECH / TRICOLITE/ AMBIT SWITCHGEAR/ RISHA CONTROL/ PRECISION

13 BRASS CABLE GLANDS/LUGS

DOWELLS/ COMMET/ GRIPWELL /RAYCHEM/ JAINSON

14 HT /LT CABLE (ALUMINIUM/ COPPER)

KEI/ POLYCAB/ RR KABLE/ GLOSTER/ HAVELLS

15 CONTROL CABLE (COPPER)

KEI/POLYCAB /RR KABLE/ GLOSTER/ HAVELLS

16 H.T. CABLE END TERMINATION

BIRLA 3 M/ REYCHEM/ FRONTEC/ DENSON

17 FIRE SURVIVAL CABLE HAVELLS/ RR KABEL/ POLYCAB/ KEI/ GLOSTER

18 MS CONDUIT WITH ACCESSORIES / GI CONDUIT (ISI MARKED)

BEC/ ATUL/ AKG/ JPC/ RMCON

19 PVC CONDUIT WITH BEC/ AKG/ JPC/ NORPACK

ACCESSORIES (ISI MARKED)

20 PVC INSULATED COPPER CONDUCTOR FRLS WIRE

HAVELLS/ POLYCAB/ RR KABLE/ KEI/ GLOSTER

21 RACEWAYS LEGRAND/ SCHNEIDER/ MK

22 CABLE TRAY MEM/OBO BETERMAN/ BEC/ MK/ LEGRAND

23 UPS SYSTEM EMERSON / MITSUBISHI / NUMERIC/ FUJI / PEGASUS

24 INVERTOR LUMINOUS / MICROTEK / SU-KAM

25 POLES HAVELLS/ BAJAJ/ CROMPTON/ KESELEC

26 INTERNAL AND EXTERNAL LIGHTING FIXTURES

PHILIPS/ WIPRO/ BAJAJ/CROMPTON

27 EXHAUST FANS / CEILING FAN / WALL MOUNTED FAN

CROMPTON/ HAVELLS/ ORIENT/ USHA

B ELV SYSTEM

1 FDA SYSTEM TYCO/ NOTIFIER/ HOCHIKI /BOSCH

2 PA SYSTEM BOSCH / TOA/ WORKS PRO / ATIES/ HONEYWELL

3 MDF BOX / KRONE NETRACK / KRONE / APW / ACTASSI

4 TELEPHONE WIRE DELTON /SKYLINE / FINOLEX

5 IP DOME, BULLET, PTZ CAMERA, NVR

PELCO / BOSCH / AXIS/ HONEYWELL

6 HARD DISK DRIVE WD/ SEAGATE/ TRANSCEND/ TOSHIBA

7 MS WINDOWS 2008 SERVER

HP / LENEVO / DELL

8 55" LCD DISPLAY SONY / PANASONIC / AAZTEC

9 IP BASED MASTER CONTROLLER/ INTER PHASE MODULE / POWER SUPPLY

IDCUBE-MERCURY/ MAXXESS/ MORPHO/ DDS

10 TIME ATTENDANCE-ACCESS CONTROL SOFTWARE/ VISITOR MANAGEMENT SOFTWARE

IDCUBE-MERCURY/ MAXXESS/ MORPHO/ HID

11 ELECTRO MAGNETIC LOCK

EBLECO/ TRIMEC/ VON DUPRIN/ ASSA ABLOY

12 TOUCHLESS REQUEST TO EXIT BUTTON

ASSA ABLOY/ TRIMEC/ VON DUPRIN

13 EMERGENCY DOOR RELEASE BUTTON

ASSA ABLOY/ TRIMEC/ VON DUPRIN

14 CAT-6A CORDS/ JACK

PANEL/ FIBER CABLE /LIU / IO/ PATCH CORDS / FACE PLATE / CAT 6A CABLE ETC.

3C3/ CORNING / PANDUIT/ ACTASSI

15 2-CONDUCTOR 4 CORE 20 TO 22 AWG CABLE/ RS485 / POWER CABLE

FINOLEX / EXCEL / DELTON/POLYCAB

16 BOOM BARRIER SOMFY/ IRAM/ NEPTUNE

17 WALL MOUNT RACK / CABLE MANAGER/PDU

RITTAL / VALRACK/ APW / NETRACK

18 50 PAIR RISER CABLE DELTON / SKYTONE /BELDEN

19 CORE SWITCH / LAYER 3 / WIRELESS LAN CONTROLLER / ROUTER / ACCESS POINT

CISCO / JUNIPER / ALLIED TELESIS/ EXTREME

20 RACK MOUNTABLE EPABX

PANASONIC / AVAYA / ALCATEL LUCENT/ CISCO

21 DIGITAL KEY PHONE/ IP PHONE / ANALOG PHONE

PANASONIC / AVAYA / ALCATEL LUCENT

22 16 PORT DIGITAL CARD / ANALOGUE CARD

PANASONIC / AVAYA / ALCATEL LUCENT/ CISCO

23 BMS SYSTEM SEIMENS/ HONEYWELL/ AZBIL/ BECKHOFF

24 IP DIRECT DIGITAL CONTROLLERS

SEIMENS/ HONEYWELL/ AZBIL/ BECKHOFF

25 BMS SYSTEM SENSORS SEIMENS/ HONEYWELL/ AZBIL/ BECKHOFF / GRAYSTONE/ /FILPRO

C AUDIO VISUAL SYSTEM

1 DISPLAY PANEL CHRISTIE/ NEC/ AAZTEC

2 WALL, CEILING AND SLANT MOUNT DISPLAY SCREEN BTECH/ CHIEF/ PEERLESS

3 HIGH QUALITY PTZ CAMERA AVONIC/ VADDIO/ DATAVIDEO

4 DIGITAL CONFERENCE SYSTEM TELEVIC/ SHURE/ BOSCH

5 SPEAKER QUEST/ TANNOY/ MARTIN AUDIO

6 POWER AMPLIFIER QUEST/ EXTRON/ POWERSOFT

7 CONTROL PROCESSOR CRESTRON/ AMX/ EXTRON

8 HDMI CABLE, DISPLAYPORT CABLE, USB 2.0TYPE–C CABLE, SPEAKER CABLE, CAT6A CABLE F/UTP, AUDIO/CONTROL CABLE,

KRAMER / KORDZ / BELDEN / CANARE / SOMMER

9 DESKTOP HIDDEN CONNECTION BOX

ALTENIX / EXTRON / AAZTEC

10 AV BRIDGE AVONIC / VADDIO / EXTRON

11 UNIVERSAL SWITCHER/ THREE-INPUT SWITCHER, AV MATRIX SWITCHER/ HDBASET TRANSMITTER AND RECEIVER

AMX / EXTRON / LIGHTWARE

12 ADVANCED DIGITAL AUDIO PROCESSOR

QSC / BIAMP / SYSTEMTRIX

13 CONNECTOR AND ACCESSORIES

MX / NUETRICK/ AMPHENOL

D EXTERNAL ELECTRIFICATION SYSTEM

1 ALTERNATOR STAMFORD/ LEROY SOMMER/KIRLOSKAR

2 ENGINE CUMMINS/ CATERPILLAR/ PERKINS/ KIRLOSKAR

3 HT PANELS ABB / SHNIEDER/ SIEMENS/L&T AND THEIR SYSTEM HOUSE CHANNEL PARTNER

4 TRANSFORMER VOLTAMP/ ABB /SCHNEIDER/MIRZAPUR

5 FIRE EXTINGUISHER SAFEGUARD/SAFEX/MINIMAX/LIFEGUARD

6 CHEMICAL EARTHING & LIGHTENING PROTECTION

NUTECH / EARTHTECH/ JMV/ TERCEL/DHRUVA PROTECH/ASHLOK/EMRALD

7 ENERGY MANAGEMENT SYSTEM

SCHNEIDER/ ABB/ SIEMENS/L&T

8 BATTERY CHARGER & BATTERY

AMARRAJA/ EXIDE/ HBL/ CHABI/ BCH/ MAHA MAI

9 LIFT SCHINDLER/ KONE/ JOHNSON/ MITSUBISHI/ OTIS

E SOLAR POWER GENERATION SYSTEM

1 SOLAR POWER GENERATION EQUIPMENTS

BHEL/TATA SOLAR/ ABB/ P2 POWER/ HAVELLS/ JAKSON/ SUDHIR

F HVAC SYSTEM

1 WATER COOLED SCREW CHILLERS WITH VFD

CARRIER/DAIKIN/TRANE/ YORK

2 PLANT ROOM MANAGER SAME AS CHILLERS

3 CHILLED WATER, CONDENSER WATER PUMP & HOT WATER PUMPS

XYLEM/GRUNDFOSS/ ARMSTRONG

4 COOLING TOWERS BELL/ ADVANCE/ PAHARPUR/ MIHIR

5 VFD DANFOS/ABB/SCHNEIDER/SIEMENS/FUJI

6 HOT WATER GENERATOR RAPIDCOOL / KEPL/ EMERALD

7 AIR HANDLING UNITS EDGETECH / ZECO/VTS/ WAVES/FLAKT

8 FAN COIL UNIT ZECO/ EDGETECH/ CARRIER/VTS

9 AIR PURIFICATION SYSTEM

PLASMA AIR/ AERISA/ GPS

10 CENTRIFUGAL FANS FOR AHU/ FRESH AIR / EXHAUST FAN

KRUGER / NICOTRA/ FLAKTWOOD/ AIRFLOW/ GREEN HECK

11 INLINE FANS CARYAIRE / SYSTEMAIR / GREENHECK / KRUGER/ AIRFLOW

12 PROPELLER FANS KHAITAN / BAJAJ / GEC/ CARYAIRE/KRUGER/AIRFLOW

13 AXIAL FLOW FAN SYSTEMAIR / GREENHECK / KRUGER/ AIR FLOW

14 PRECISION AC UNITS VERTIV/ SCHNEIDER/ FLAKT

15 CO2 SENSOR/ CO SENSOR SIEMENS/ HONEYWELL/ JOHNSON

16 FACTORY FABRICATED DUCTING

ZECO / ROLASTAR/ DUCTOFAB/ TECHNOFAB

17 G.I. SHEET METAL DUCT SAIL/ TATA/ JINDAL

18 ALUMINUM SHEET HINDALCO / BALCO/ NALCO

19 GRILLS/ DIFFUSERS / DAMPERS

CARYAIRE / SYSTEM AIR /AIR FLOW / RUSKIN TITUS

20 GI PIPE JINDAL HISSAR /TATA/ SAIL

21 MS PIPE JINDAL HISSAR / TATA/ SAIL

22 FLEXIBLE PIPE CONNECTION

RESISTOFLEX/ EASYFLEX/ DUNLOP

23 BUTTERFLY VALVES ADVANCE/AUDCO/ZOLOTO/LEADER /SANT

24 MOTORIZEDBUTTERFLYVALVEWITH ACTUATORS

ADVANCE/HONEYWELL/ZOLOTO/BELIMO

25 NONRETURN VALVES/ CHECK VALVES

ADVANCE /AUDCO/CASTLE/ZOLOTO

26 BALANCING VALVES ADVANCE/AUDCO/CASTLE/ZOLOTO

27 BALL / GATE/ GLOBE VALVES

EMERALD/ SANT / ADVANCE/ ZOLOTO/ RAPIDCOOL /LEADER

28 BALLVALVEWITH Y-STRAINER

EMERALD/ SANT / ADVANCE/ ZOLOTO

29 POT / Y STRAINER RAPID COOL / LEADER/ SANT/EMERALD/ ZOLOTO

30 PRESSURE GAUGES H.GURU/FIEBIG/ EMERALD/WAVEX

31 THERMOMETERS (WITH BRASS ENCASING)

TAYLOR/ H GURU/ FIEBIG/ DANFOSS/ HONEYWELL/ BELIMO

32 FLOW SWITCH RAPID COOL /SIEMENS/ ANERGY/ HONEYWELL/ JOHNSON CONTROL

33 AUTOMATIC AIR VENT RAPID COOL/ ANERGY/ FLAMCO

34 MICROCELLULAR CLOSED CELL NITRILE RUBBER THERMAL INSULATION

SUPREME / K FLEX /ARMAFLEX

35 EXPANDED POLYSTYRENE/ PREMOULDED TF THERMOCOLESECTIONFOR PIPE INSULATION

BEARDSELL LTD./ BASF / LLOYD

36 PUF PIPE SUPPORTS MALANPUR/ LLOYD/

37 VIBRATION ISOLATOR RESISTOFLEX/ DUNLOP / EASY FLEX

38 EXPANSION TANK (CLOSED TYPE)

ANERGY/ GRUNDFOSS/ EMERALD/ XYLEM/ ARMSTRONG

39 SUCTION GUIDE ANERGY / EMERALD/ RAPIDCOOL

40 FILTERS CAMFILFARR/PUROLATER/THERMADYNE

41 TWO WAY MODULATING VALVE

HONEYWELL/SIEMENS / DANFOSS / BELIMO/ ANERGY / RAPIDCONTROL/ JOHNSON CONTROL

42 ROOM THERMOSTAT/ AHU & FCU THERMOSTAT

HONEYWELL/SIEMENS/DANFOSS / BELIMO/ ANERGY / RAPID CONTROL/ JOHNSON CONTROL

43 HUMIDISTAT HONEYWELL / SIEMENS / DANFOSS / BELIMO/ ANERGY / RAPIDCONTROL

44 SAFETY THERMOSTAT FOR HEATER

HONEYWELL/SIEMENS/DANFOSS / BELIMO/ RAPIDCONTROL

45 DIAL THERMOMETER CAPILLARY TYPE

PENN/ TADINGTON

46 FIRE DAMPERS (UL LISTED)

RUSKIN TITUS / SYSTEM AIR/ CARYAIRE/ GREEN HECK/ MAPRO

Note :

1. The samples of the material shall have to be got approved by the Engineer-in-Charge before procurement at site for usage. In case Engineer-in-Charge feels that some material/brand is not meeting the project requirements or proper specifications, the same shall not be allowed even if its brand name is included in list of preferred make/ brand above. No claim of contractor on this account shall be entertained for difference in cost etc.

2. Material where no make/ brand has been mentioned, ISI samples shall be submitted

by the Contractor for approval of Engineer-in-Charge. For those class of materials, where no firm exists with ISI approval, sample of first quality material of the firm shall be submitted for the approval of the Engineer-in-Charge.

3. Any variation from the above mentioned makes/brands will require specific approval

of the Engineer-in-Charge.

4. It will be Contractor’s responsibility to ensure the quality of products listed in approved list of brands. Contractor will have to replace the defective and substandard materials at his own cost.

5. Contractor shall use one make item wise throughout the project in consultation with

Engineer-in-Charge.

SECTION 6

DRAWINGS

LIST OF TENDER DRAWINGS (Construction and Development works of RITES RPO Building at Gomti Nagar,

Lucknow)

Sl. No. DESCRIPTION

ARCHITECTURAL DRAWINGS

1 PLAN OF BASEMENT 2

2 PLAN OF BASEMENT 1

3 GROUND FLOOR PLAN

4 FIRST FLOOR PLAN

5 SECOND FLOOR PLAN

6 THIRD FLOOR TO SEVENTH FLOOR PLAN

7 EIGHT FLOOR PLAN

8 TERRACE PLAN

9 STAIR CASE DETAILS

10 LIFT DETILS

11 SECTION AA’

12 SECTION BB’

13 FRONT ELEVATION

14 SIDE ELEVATION

ELECTRICAL DRAWINGS

1 LAYOUT PLAN OF BASEMENT 2

2 LAYOUT PLAN OF BASEMENT 1

3 LAYOUT PLAN OF GROUND FLOOR

4 LAYOUT PLAN OF FIRST TO SEVENTH FLOOR

5 LAYOUT PLAN OF EIGHTH FLOOR

6 MAIN SINGLE LINE DIAGRAM

7 SINGLE LINE DIAGRAM FOR SUB PANEL

8 RISING MAIN SINGLE LINE DIAGRAM

HVAC DRAWING

1 BASEMENT 2 PLAN

2 BASEMENT 1 PLAN

3 GROUND FLOOR PLAN

4 FIRST TO SEVENTH FLOOR PLAN

5 EIGHTH FLOOR PLAN

6 SCHEMATIC DIAGRAM

7 CHILLED WATER SCHEMATIC DIAGRAM

8 CONDENSER WATER SCHEMATIC DIAGRAM

9 BASEMENT HVAC SECTION AA