TATA INSTITUTE OF FUNDAMENTAL RESEARCH

Homi Bhabha Road, Colaba, Mumbai – 400 005.

A Deemed University

Telephone : +91-22-2278 2316/2886/2887/2888 Email :

Purchase Fax : +91-22-2280 4566 :

Website : www.tifr.res.in :

:

PUBLIC TENDER NO. : TFR/PD/CA10-248/PUB

DUE DATE : 18.11.2010

TENDER FEE : Rs. 500/-

COST OF TENDER : Approx. Rs. 36 Lakh

EMD : Rs. 72,000/-

TYPE OF TENDER : TWO PART

------

DESCRIPTION OF MATERIAL

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 7 Nos. NEW SINGLE SKIN AIR HANDLING UNITS (AHUS) ALONG WITH ASSOCIATED DUCTING, INSULATION, PIPING, VALVES ETC. AT TIFR, COLABA, MUMBAI 400005.

------

Closing time and date : 13.00 Hours on 18.11.2010

Tender will be open at : 14.00 Hours on 18.11.2010

Both Technical Bid (Part A) and Commercial Bid (Part B) to be submitted within the due date and time in separate envelopes and marked on top as either Part A or Part B. These two sealed envelopes should be further put in one Master Envelope superscribed with the Tender No., Due Date in Bold Letters.

Please see attached sheet for conditions of tender.

P. S. MURTHY

Sr. Purchase Officer


TATA INSTITUTE OF FUNDAMENTAL RESEARCH

(Deemed University)

National Centre of the Government of India for Nuclear Science and Mathematics

HOMI BHABHA ROAD, COLABA, MUMBAI – 400 004

(PURCHASE SECTION)

Terms and Conditions

  1. PART “A” (Technical Bid) consisting of Technical Bid & Commercial Terms and PART “B” (Commercial Bid) consisting of only Price shall be submitted in separate sealed envlopes duly superscribed with the tender enquiry number, and the due date in bold letters, addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The envelopes should be clearly marked on top as either PART “A” or PART “B”. The two sealed covers should be further put in a master cover superscribed with the Tender Enquiry No., Due Date in bold letters, addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The sealed master envelop has to be delivered by hand/courier at the security Gate Officer of TIFR on or before 13.000 hrs on the due date specified. The technical bid will be opened in the presence of attending tenderers at 14.00 hrs on the due date in the Purchase Section.
  1. In case the PART ‘A’ and Part ‘B’ bids are not sealed in separate envelopes the tender will be rejected.
  1. The technical bid should not contain any indication of the price.
  1. After scrutiny of Technical Bids, Commercial bids of only those who are shortlisted on technical basis will be opened at on later date. The opening date, time and venue will be intimated to the technically successful bidder.
  1. Tender Forms can be obtained from the Purchase Section on payment of the tender fees (non-refundable) of Rs.500/- by cash/Demand Draft in favour of Tata Institute of Fundamental Research, Mumbai, to the cashier, Accounts Department on any working day between 11.00 a.m. to 12.30 p.m. and 1.00 p.m. to 3.00 p.m.
  1. The firm who wishes to download the specifications, terms and conditions may do so. While submitting the quotation, a DD of Rs.500/- for each tender drawn in favour of Tata Institute of Fundamental Research, Mumbai may please be enclosed along with Technical Bid. Foreign Suppliers prepare advance cheque for US$100/-.
  1. Quotations must be valid for a period of 180 days from the date of your quotation.
  1. Tenders containing correction, overwriting will not be considered.
  1. Tenderer should sign on all the pages of the technical bid and the price bid.
  1. Offer should be on the basis of Ex-works, duly packed airworthy.
  1. If equipment offered is to be imported, arrangements for import will be made by us.
  1. Tenders who do not comply with any of the above conditions are liable to be rejected.
  1. The Institute shall be under no obligation to accept the lowest or any other tender received in response to this tender notice and shall be entitled to reject any tender without assigning any reason whatsoever.
  1. We reserve the right to place the order for part/reduced quantity than what is specified in the tender.
  1. Our standard Payment terms are as follows:

AS PER PAGE NO. 17 OF TENDER DOCUMENT

  1. As per CVC guidelines No Agency commission will be paid by TIFR
  1. EMD – by Demand Draft / Pay Order in favour of Registrar, TIFR payable at Mumbai

and should be enclosed to technical bid.

PURCHASE OFFICER

TATA INSTITUTE OF FUNDAMENTAL RESEARCH
Technical Services

TENDER DOCUMENT

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

INDEX

Sr. No. Section Page

1. Conditions of Tender 5

2. General Conditions of Contract 7

3. General Information to bidders 12

4. Instruction to Bidders and Specific 15

Non-Technical Requirements

5. Basis of Design & Scope of Work 19

6. Technical Specifications 21

7. Technical Data sheet to be submitted by bidder 37

8. Bill of Quantities 40

9. List of approved make 43

Note: 1) Item No. 8 to be submitted along with Price Bid.

2) Items No. 6 & 7 to be submitted along with Technical Bid

______

CONDITIONS OF TENDER

  1. Quotations must be submitted in duplicate giving complete details; in particular, the offers should clearly specify applicable taxes, make, offered, warranty/guarantee terms, delivery period and delivery charges, if the price is ex-works/ex-Godown/ex-shop.

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

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

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

5.  This tender documents/form is not transferable.

6.  Tenders containing erasures or alterations will not be considered.

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

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

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

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

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

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

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

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

GENERAL CONDITIONS OF CONTRACT

1.0  Definition of Terms :

1.1.  In construing these general conditions and the specifications the following works shall have the meanings herein assigned to them unless there is something in the subject or context inconsistent with such works.

1.2  The term `Contractor’/`Supplier’/`Bidder’/`Vender’ shall mean the Tenderer whose tender has been accepted by the Owner and shall include the Tenderer’s heirs, successors and assignees approved by the Purchaser:

1.3  The `Purchaser’ shall mean Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005 and shall include the Purchaser’s heirs, successors and assignees.

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

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

1.6  The term `Particulars’ shall mean, the following :

a)  Specifications

b)  Drawing

c)  Sealed Pattern denoting a pattern sealed and signed by the Inspector.

d)  Proprietary make denoting the produce of an individual firm.

e)  Any other details governing the construction, manufacture and/or supply as existing for the contract.

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

1.8  The term `Specification’ shall mean the specifications annexed to or issued with these Conditions of Contract.

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

1.10  `Electrical Equipment’, `Stores’, `Work’ or `Works’ shall mean and include equipment and materials to be provided and work to be done by the Contractor under the Contract.

1.11  The `Contract’ shall mean acceptance of the work order placed on contractor/supplier under section (2) of these conditions and shall include these conditions of Contract, Specifications, Schedule, Drawing, Letter of Intent of the Purchaser and any subsequent amendments mutually agreed upon.

1.12  `Tests on Completion’ shall mean such tests are prescribed by the specifications or have been mutually agreed to between the Contractor/Supplier and the Purchaser to be made before the equipment is taken over by the Purchaser.

1.13  `Writing’ shall include any manuscript, typewritten or printed statement under or over signature or seal as the case may be. Words importing `person’ shall include firms, companies, corporations and association of individuals whether incorporate or not.

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

2.0  Contract:

2.1  Contractor/Supplier should send their acceptance letter on receipt of `Letter of Intent’ or work order within stipulated period. On expiry of said period or exorbitant delay in commencing or executing the work, the Purchaser shall not be liable to any claim from the Contractor/ Supplier for work entrusted to and may revoke the contract.

3.0  Work at Site:

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

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

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

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

4.0  Delays:

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

5.0 Taking Over:

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

6.0  Extension of Time:

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

7.0  Other Damages:

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