Sealed item rate tenders in TWO PARTS are invited on behalf of the

advertisement
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
Download