NATIONAL CENTRE FOR BIOLOGICAL SCIENCES Fabrication, supply, erection, installation, testing and commissioning of drive mechanism with wheels for conveyor facility at NCBS (including civil works). TENDER DOCUMENTS SCIENTIFIC, ENGINEERING SERVICES & MAINTENANCE DIVISION 2013 Tender Reference No: NCBS/SESM/E-In-C/Tr-002/2013-14 NATIONAL CENTRE FOR BIOLOGICAL SCIENCES Tata Institute of Fundamental Research GKVK Campus, Bellary Road, Bangalore - 560 065. Phone: 23666001/02 Fax: 23636662 0 NATIONAL CENTRE FOR BIOLOGICAL SCIENCES Tata Institute of Fundamental Research GKVK Campus, Bellary Road, Bangalore - 560 065. Phone: 23666001/02 Fax: 23636662 Tender ref. No: NCBS/SESM/E-In-C/Tr-002/2013-14 Sealed item rate tenders in TWO PARTS are invited on behalf of the Centre Director, NCBS, and, will be received in the Office of the Head SES&M, NCBS, from Contractors experienced in works of similar kind and magnitude for the following work :Name of work: Fabrication, supply, erection, installation, testing and commissioning of drive mechanism with wheels for conveyor facility at NCBS (including civil works). ESTIMATED VALUE OF WORK : RS.16,00,000/- EARNEST MONEY DEPOSIT : RS. 32,000/- PERIOD OF COMPLETION : ONE MONTH COST OF TENDER DOCUMENT : 500/- PRE-BID MEETING: All bidders to attend the PRE-BID MEETING on 06/09/2013 at 15.30Hrs., in the office of Head-SES&M, NCBS. It is important for the vendor to attend the pre-bid meeting to understand the exact requirements. Vendor Qualification for issue of tender documents. 1. The vendor should have completed similar work, minimum of one work, to the value of Rs.13,00,000 ( Thirteen lakhs) in the preceding five years Or Should have completed similar minimum of two works, to the value of Rs.9,60,000/(Nine lakhs sixty thousand only) each, in the preceding five years. Or Should have completed similar minimum of three works, to the value of Rs.6,50,000/- ( six lakhs fifty thousand only) each, in the preceding five years 2. The vendor should have the vertical boring machine having a tool radius of 1.3 m. 3. The vendor should have TIG welding facility in their premises. 4. The vendor should have MMAW or CO2 welding facility in their premises. 5. Vendor should have a process planning, manpower for the execution of this work. 1 Applications for tender document not accompanied by (i) Latest certificates with respect to work experience, (ii) In case of registered contractors currently valid registration certificate in appropriate class if available. (iii) Letter of authority, in case the application is through authorized person, are liable for rejection. Tender documents consisting of drawings, complete specifications, schedule of quantities for various items of work to be done and set of conditions of contract to be complied with by the tenderers whose tender may be accepted can be obtained from the office of the Head-SES&M, NCBS on any working day between 10:00 Hours to 16:00 Hours on payment of Rs.500/- in cash (non refundable) from 21/08/2013 to 05/09/2013. TENDER SUBMISSION: Tenders shall be submitted in two parts simultaneously in separate sealed covers, superscribed as “COVER-I” and “COVER-II”. Tenders will be received up to 14.00 hrs on 11/09/2013 at the above address. COVER-I of the tender will be opened on the same day at 15.00 hrs in the presence of attending tenderers. Opening of COVER-II (Price bid) will be intimated only to those tenderers who are qualified after evaluation of Technical Bid. Contents of COVER-1 (TECHNICAL BID): 1. EMD as specified above in the form of Demand Draft of a Scheduled Bank Guaranteed by the Reserve Bank of India, in favour of National Centre for Biological Sciences, TIFR Bangalore -65, No other mode of payment for EMD accepted. If the EMD is not enclosed to Techno Commercial Bid Cover, the offer will be summarily rejected 2. Entire Tender Document (Inclusive of Annexure-A and Annexure-B, AnnexureD), duly Signed & Sealed in every page by the contractor, along with technical information. Any deviations from the tender conditions, specifications, makes etc in Annexure-B. 3. Reference of similar completed and ongoing works. 4. Confirmation saying that Schedule-1(Annexure-C) is completely filled, and kept in the price bid. In case any deviations are intended from Departmental Conditions and specifications, the same shall be put in the “Techno Commercial Bid”. A list of works of similar nature and magnitude as mentioned above completed in the last 5 years and the works on hand shall also be placed in the cover containing “Techno-Commercial Bid”. The techno-commercial bid will be first opened on the due date and time of opening. The tenderers whose offers are found technically acceptable based on the technical evaluation, including, incase found necessary, inspection of works, executed/under execution by them, to ascertain the quality of work, workmanship, work culture etc., would be informed of the time and date of opening of “Price Bid”. Price bids with any other document, deviation condition; over all rebate, Conditional rebate shall be liable 2 for rejection. Price bids of those tenderers who have been technically qualified alone shall be opened. The offers of tenderers, which are not found suitable, will be informed accordingly. Contents of COVER-2 (PRICE BID): 1. PRICE BID(Annexure-C), duly filled up, as per the given format. Scope of Contract 1.1 The Contractor will, for the time being, provide services at National Centre for Biological Sciences UAS-GKVK Campus, Bellary Road, Bangalore – 560 065 a) b) c) d) Annexure – A - Specification for Aluminum and Glass filled Nlyon Annexure – B – Schedule of Deviations Annexure – C– Schedule of work and Bill of quantity. Annexure – D– Drawings(16Nos. enclosed) IMPORTANT NOTE: 1. If any tenderer withdraws his tender after the price bid is opened within the validity period or makes any modifications in the terms and conditions of the tender which are not acceptable to the Department, then the NCBS shall without prejudice to any/or other right or remedy be at liberty to forfeit 50% (Fifty Percent) of the earnest money absolutely. 2. Applications for tender document not accompanied by the following are liable for rejection; (i) Latest certificates with respect to work experience, (ii) In case of registered contractors currently valid registration certificate in appropriate class if available. (iii) Letter of authority, in case the application is through authorized person. 3. Tenders are to be on the printed form of the NCBS, which can be obtained on payment of the cost of documents mentioned above. The drawings issued with the tender documents should be returned along with the tender with the signature and seal of the firm. The Tenderers shall quote rates in figure as well as in words and amounts tendered by them. The amount for each item shall be worked out and requisite total given. All corrections shall be attested by the dated initials of the tenderer. Tenders with correction of rate/amount with correction fluid are liable for rejection. The contractors not tendering for this work after the purchase of the tender documents must return the tender documents and drawings within 15 days of the due date of receipt of the tender. documents will not be refunded. 3 However, the cost the tender 4. Tenders not accompanied by the following are liable to be summarily rejected. (i) Earnest Money Deposit through a Crossed Demand Draft or in any other approved form as in tender document shall be kept in Techno Commercial bid cover. (ii) In case of Contractors in the approved list of PWD, CPWD or MES, evidence showing the appropriate and eligible class to which they belong. (iii) Proof of technical, financial and organizational competence to execute the work of above nature and magnitude. (iv) Latest work experience certificate with respect to execution of similar works issued by client (in case of Government, autonomous bodies and institutions the certificate shall be issued from an officer not below the rank of Executive engineer or equivalent). 5. The Contractors whose tender/s is/ are accepted will be required to furnish Security Deposit/s (Including the Earnest Money Deposit/s) and performance guarantee for the due fulfillment of the contract/s as per details in clauses 1 and 1A of the conditions of Contract. 6. The acceptance of the tender will rest with the Centre Director, NCBS who does not bind himself to accept the lowest or any other tender. No reasons will be furnished for the acceptance or rejection of any tender. 7. Canvassing in connection with tender will result in disqualification. 8. Any tender which does not fulfill any of the prescribed conditions will be liable to be rejected. 9. NCBS reserves the right to cancel the tender / alter the scope or reduce quantum of work before issue of work order and the Tenderer shall not have any claim what so ever on this account. 10. Rates quoted by the Contractor in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if any discrepancy is found, the rates which correspond with the amount worked out by the Contractor shall be taken as correct. 11. If the amount of an item is not worked out by the Contractor or it does not correspond with the rate written either in figures or words, then the rate quoted by the Contractor in words shall be taken as correct. 4 12. Where the rates quotes by the Contractor in figures and in words tally but the amount is not worked out correctly the rate quoted by the Contractor will be taken as correct and not the amount. 13. In case rates are quoted only in words or only in figures, then the rate quoted will be considered and amount will be worked out accordingly. 14. It may be noted that the works are to be carried out without causing disturbance to the functioning of laboratories and other areas. Therefore works have to be taken up with great care. 15. It may be noted that in case of any exigency the works may have to be carried out, after / before general working hours, during late hours, General holidays, holidays on weekends etc. Any work causing noise shall be attended to, away from the laboratories at designated location. If it is site work such work shall be done prior / after regular working hours with due notification. Any work causing dust also to be executed with due care not to spread the dust to functional area by suitable barricading. The working site shall be kept always tidy particularly after completion of days work. The workers shall strictly adhere to strict discipline, security, safety norms of NCBS and shall ensure that there is minimum noise during execution of work. There shall be no damages to the flora of NCBS campus. Violation of any of these requirements shall attract strict action viz debarring entry of such person into NCBS campus, damages claim, termination of contract etc. The rate quoted shall take this into account, the above requirements. 16. Deployment of adequate number of work force and machineries to ensure completion of the work within the stipulated time schedule should be ensured. 17. Security Deposit: A sum at the rate of 10% of the gross amount of each running bill till the sum along with the sum already deposited as earnest money, will amount to security deposit of 10% of the tendered value of the work. Security Deposit will be released only after the completion of the defects liability period of 3 months after the date of completion of the work. HEAD – SES&M 5 Technical specification for the fabrication, supply, erection, installation including of civil works testing and commissioning of Drive mechanism with wheels in the conveyor room at NCBS. 1. The job involves procuring, testing, producing test certificate for the materials procured, fabrication, machining, proof assembly testing at vendor site, transportation, installation and commissioning of Drive mechanism with wheels. 2. All materials should confirm as per the standards given in the drawing and where ever necessary test certificates to be produced. The structural steel rolled section channels should confirm to IS: 2062 Grade B and as per ISMC specifications. Jindal steel and power/Lakshmi steels/SAIL/Mehta steel or equivalent. 3. All the structural steel plates for general structural purpose should confirm to IS: 2062-1999 Grade B specifications. 4. All aluminum should be of 6061/6351 designation W/P T6 grade, test certificate to be produced and to satisfy the attached mechanical properties in the Annexure. 5. All stainless steel materials are SS 304 grade. 6. All structural welding joints to be of MMAW or CO2 welding. All aluminum and Stainless steel welding joints are to be of TIG welding process only. All critical weld joints to be tested for dye penetrate test. 7. Dimensional tolerance to be strictly followed for the best assembly performance. 8. Successful vendor has to produce fabrication drawing and process drawing with methods of fabrication before commencement of the work. 9. On approval of the process drawing with methods of fabrication and the approval of fabrication drawing the vendor has to start the fabrication work. 10. Vendor has to arrange for the purchase, producing of technical specification, machining, fabrication, assembly, installation and commissioning of the following bought out items (in addition to the structural steel, stainless steel, Aluminum etc, for the fabrication) with guarantee and warranty for a period of minimum of one year from the date of commissioning of the system. a. Kateel Make Pneumatic operated disc brake system OR Equivalent system. b. Cast Nylon sheets for the rims of the wheels with 30% glass filled imported Nylon PA66. c. Jaw Flex coupling with Snap wrap Hytrel busing. d. SKF make bearings and bearing housings. (Plummer blocks) e. All hard ware items. f. Endless Nylogrip flat belt having strength of 50.5 HP/inch widths. 11. Drive motor will be issued from NCBS for initial testing and for final assembly. 12. All Structural steels are to be painted with two coats of Chromium oxide primer and two coats of approved shade and color of synthetic Enamel paint. 13. The work includes the necessary civil work for creating the foundation for the bearing housing stands, motor mounting stands and turnbuckle support stand. The foundation to be made with M25 concrete. 14. Stage inspection will be carried out by NCBS engineers. 15. Proof assembly of the wheel after final machining, Assembly concentricity and wobbling of the wheel at the periphery (should be less than 1 mm) along with mounting arrangement will be inspected at the vendor’s place before dispatch. 16. Delivery period within 30 days from the date of Work order. 6 ANNXURE -A SPECIFICATION FOR ALUMINUM AND GLASS FILLED NYLON TABLE-3 Wrought alloys : Chemical composition limits (per cent) Alloy (ISS) Equivalent Copper Magnesium Silicon Iron alloy (AA) U.S.A. Min. Max. Min. Max. Min. Max. Max Old New 1c 19000 1100 1200 0.10 - 0.05 - 1B 19500 1050 0.05 1E 19501 - * Others Remarks (Total) Min. Max. Max 0.5 0.6 0.1 0.05 0.1 0.1 Aluminium 99.0% Min Aluminium 99.0% Min - 0.25 0.4 0.05 0.1 Aluminium 99.5% Min Si+Fe 1.0 0.04 - 0.15 0.35 0.03 0.1 Aluminium 99.5% Min 1350 0.05 - 0.10 0.40 0.01 0.1 Aluminium 99.5% Min 19600 1060 0.05 - 0.25 0.35 0.03 0.1 Aluminium 99.6% Min 19700 1070 0.03 - 0.2 0.25 0.03 0.1 Aluminium 99.7% Min H 15 24345 2014 3.8 5.0 0.2 H 14 24534 2017 3.5 4.7 0.4 N3 Manganese 0.8 0.5 1.2 0.7 0.3 1.2 0.5 1.2 0.2 0.7 0.7 0.4 1.2 0.5 0.6 0.7 1.0 1.5 0.4 6.0 0.6 0.5 0.2 31000 3003 0.1 0.1 N21 43000 4043 0.1 0.2 4.5 N2 46000 4047 0.1 0.2 10.0 13.0 0.6 0.5 0.2 N4 52000 5052 0.1 1.7 2.6 0.6 0.5 0.5 0.4 Cr + Mn = 0.5% N5 53000 5086 0.1 2.8 4.0 0.6 0.5 0.5 0.4 Cr + Mn = 0.5% N6 55000 5056 0.1 4.5 5.6 0.6 0.7 0.5 0.4 Chromium upiD 0.25% N8 54300 5083 0.1 4.0 4.9 0.4 0.7 0.5 1.0 0.4 Chromium upiD 0.25% 0.15 0.4 0.7 1.2 0.4 0.8 0.7 0.2 0.8 0.4 **Cr =0.15-0.35% 0.15 0.4 0.8 1.2 0.4 0.8 0.7 0.15 0.4 Chromium 0.04 ID 0.35% 0.1 0.4 0.9 0.3 0.7 0.6 0.3 0.4 1.1 0.4 H 20 65032 - 6061 H9 63400 6063 6066 0.7 1.2 0.8 1.4 0.9 1.8 0.7 0.5 1.0 0.5 1.3 0.7 1.3 0.8 1.0 63401 6101 0.05 0.4 0.9 0.3 0.7 0.5 0.03 0.1 64401 6201 0.1 0.6 0.9 0.5 0.9 0.5 0.03 0.1 H 30 64430 6351 0.1 0.4 1.2 0.6 1.3 0.6 0.4 1.0 0.3 6082 0.1 0.6 1.2 0.7 1.3 0.5 0.4 1.0 0.3 Chromium upiD 0.25 % 0.2 0.7 0.4 Zinc 4.0 - 5.0 % 0.3 0.2 Zinc (5.1 -6.1)% &. 6442391E 74530 7039 7075 1.2 0.2 1.0 1.5 0.4 0.7 2.0 2.1 2.9 0.5 0.5 0.6 Chromlum(0.18-0.28)% * Titanium and/or other grain refining elements **Either Mn or Cr shall be present 7 TABLE-4 Wrought alloys : Mechanical properties Non - Heat Treatable Alloys Alloy AA Old (ISS) New (ISS) Temper Ultimate Tensile Strengttl Kgjmm• Min. 0.2% Proof Stress Max. Kg/mm• Elongation On 50 mm GL 1100[1q[19000] 0 - 11.0 - 25 1050[16][19500] 0 10.0 0 - 25 1060[19600] - 1070[19700] 0 4043[N21][43000] 0 4()47[N2] [46000] 0 5052[N4] [52000] 0 5086[N5] [53000] 9.5 - 25 15.0 - 24.5 - 18 0 - 26.5 - 16 5056[N6] [55000] 0 - 34.5 - 15 5083[N8] [54300] 0 - 35.5 - 13 9.5 13.0 25 18 12 Heat Treatable Alloys 2014 [H15] [24345] T4[W] T6 [WP] 39 49 - 24.0 43.0 10 6 2017 [H14] [24534] T4[W] 39 - 24.0 10 6063 [H9] [63400] T4[W] T6 [WP] 14 19 - 8.0 15.5 14 7 6061 [H20] [65032] M orO T4[W] T6 [WP] - 15.0 - - 19 28.5 16 14 7 6351[H30] [64430] M orO T4[W] T6 [WP] - 15 - - 19 31.5 - 12.0 27.5 0 - 20.5 T4[W] T6 [WP] 28 35 - 17.5 31.5 16 14 7 T4[W] T6 [WP] 14 20.5 - 8.0 17.0 12 10 6201 [644()1] T4[W] TB [WOP] 16 32 - 7.0 - 14 3 7039 [74530] T4[W] T6 [WP] 28 31.5 - 23.5 26.5 9 7 7075 T6 [WP] 54 - 46.5 6 6066 6101[91E] [63401] - 11.5 24.0 - 16 14 7 Properties indicated herein are typical properties and are given for information only. However properties of all ttle profiles in specific alloy shall be as per I.S. Specification. 8 1. 30% glass filled imported Nylon sheet specification. TYPICAL PROPERTIES of EXTRUDED NYLONS ASTM or UL test D792 D570 D638 D638 D638 D790 D790 D695 D695 D785 D256 D696 D648 D3418 C177 UL94 D149 D150 D150 D257 Nylatron GS Nylon 6/6 Nylon 6/6 Moly-Filled 30% Unfilled 6/6 Glass Property PHYSICAL Density (lb/in³) (g/cm³) Water Absorption, 24 hrs (%) Saturation (%) MECHANICAL Tensile Strength (psi) Tensile Modulus (psi) Tensile Elongation at Break (%) Flexural Strength (psi) Flexural Modulus (psi) Compressive Strength (psi) Compressive Modulus (psi) Hardness, Rockwell R 0.042 1.15 0.3 7.0 0.042 1.16 0.3 7.0 0.049 1.35 0.7 5.4 11,500 425,000 50 15,000 450,000 12,500 420,000 M85 / R115 0.6 12,500 480,000 25 17,000 460,000 16,000 420,000 27,000 1,400,000 3 39,000 1,200,000 - M85 / R115 M101 0.5 2.1 4.0 1.2 200 / 93 482 / 250 500 / 260 220 / 104 491 / 255 230 / 110 1.7 5.9 V-2 1.7 5.9 HB 350 530 - 3.5 0.02 > 1013 1015 IZOD Notched Impact (ft-lb/in) THERMAL Coefficient of Linear Thermal Expansion 5.5 (x 10-5 in./in./°F) Heat Deflection Temp (°F / °C) at 264 200 / 93 psi Melting Temperature (°F / °C) 500 / 260 Max Operating Temp (°F / °C) 210 / 99 Thermal Conductivity (BTU-in/ft²-hr-°F) 1.7 -4 (x 10 cal/cm-sec-°C) 5.9 Flammability Rating V-2 ELECTRICAL Dielectric Strength (V/mil) short time, 400 1/8" thick Dielectric Constant at 60 Hz 3.6 Dissipation Factor at 60 Hz 0.02 Volume Resistivity (ohm-cm) at 73°F, > 1013 50% RH 9 ANNEXURE – B SCHEDULE OF DEVIATIONS Sl. No. Requirement of the Centre Sl. No. As per schedule Name and Address of the Tenderer Deviation Proposed. Signature of the Tenderer 10 ANNEXURE – C Schedule-I SCHEDULE OF WORK AND BILL OF QUANTITY S.No. 1.00 2.00 3.00 4.00 5.00 QTY UNIT 1650 KG 500 KG 48 Nos 2 system sets. 4 sets DESCRIPTION. Fabrication, machining, drilling, tapping, welding, stress relieving, alignment, assembly, supply, erection (inclusive of civil work for the foundation) installation, testing and commissioning of Structural steel items, EN shafts, and plates, Drive mechanism with wheels as per the list of drawing given. Fabrication, supply erection, Installation, testing and commissioning of Aluminum and Stainless steel items Using TIG welding process, machining threading, assembly of entire parts as per the list of drawing given. Procure, Supply, Machining, drilling, fixing, assembly machining, and Assembly of 30% glass filled Imported Nylon blocks for making the rims of the wheel segments as per the detailes given in the drawing and the technical specification given in the Annuxure Procure, Supply and installation with necessary pneumatic pipe connection of not more than 10 meters with necessary coupling connector etc, of Kateel make disc brake systems as follows a. Pneumatic disc brakes – air applied /spring released Type Kba-PA1000 with sintered Brake pad and brake on and off switch with 2NO/2NC Make :Kateel. b. Pneumatic control panel with solenoid supply voltage 230 V A/C. c. Brake Disc Ø600 x 25mm thick with Hub with Installation & maintenance manuals and Test certificates for both brakes and Pneumatic Control Unit. Supply and installation of SKF deep groove ball bearing SKF 2317M and Plummer block of SKF make SKF/FSNL 520/617 with necessary hardware 11 Rate/ unit Rs. Ps. Toal Amount Rs. Ps. 6.00 7.00 Procure, Supply, machining, Assembly of Jaw flex coupling with Snap Wrap element of Hytrel material manufactured by M/s. Rathi transpower P.Ltd make model No. SW 2955 Procure, Supply, Installation, testing and commissioning of Endless Nylogrip flat belt made from Nylon and leather on both side having thickness 5.5mm Nylon and overall thickness 7.5 mm to 8.00 mm having modle Number LNL 5 having a strength of 50.4 HP per inch width of belt of 200 mm wide manufactured by M/s. Nylogrip belting company limited. one unit 18 meters Total Amount DATE SIGNATURE OF THE VENDOR ADDRESS COMPANY SEAL 12 Annexure-D Drawings Sl No 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 Title Motor Stand Sub-Assembly Bearing Housing Stand-1 Sub-Assembly Bearing Housing Stand-2 Sub-Assembly Bearing Housing Stand-2Parts Nylon Wheel Details Nylon Wheel Parts Shaft and Couplings Brake Disc Mounting Structure Brake Disc Mounting Structure Parts Brake Mounting Structure Collar and Keys Turn Buckles Turn Buckle-1 & Turn Buckle-2 Parts Turn Buckle Support Structure Foundation Bolts & Cylindrical GA of Drive Mechanism of Conveyor 13 Drawing No. 1203-22-01 1203-22-02 1203-22-03 1203-22-03-01 1203-22-04 1203-22-04-01 1203-22-06 1203-22-07 1203-22-07-01 1203-22-08 1203-22-09 1203-22-10 1203-22-10-01 1203-22-11 1203-22-12 1203-22