Você está na página 1de 102

KARNATAKA VETERINARY, ANIMAL AND FISHERIES SCIENCES UNIVERSITY, BIDAR

TENDER FOR EQUIPMENT And SPECIALIZED WORKS


NON TRANSFERABLE

Ref. No: TPC/KVAFSU/e-proc-42/G&S/PUB/2018-19/85/Dt-03.12.2018


OFFICE OF THE Coordinator
TENDER PROCESSING CELL, OPPOSITE KANNADA SABHANGANA, VETERINARY CAMPUS, HEBBAL,
BANGALORE-560 024

Telephone: 080- 23417554 Fax: 080-23417554

The Karnataka Veterinary, Animal & Fisheries Sciences University, Bidar has invited Tender of 60 days duration in two
cover system as per the Standard tender document from the reputed firms for Supply of Equipment and specialized works
to IAH&VB, Bangalore. The details of the, K/G-3 & K/W-4 Tender Notification, schedule, specifications are available in the
website www.eproc.karnataka.gov.in. The tender form fees, is as per the e-procurement portal NORMS. The EMD & Tender
processing fee shall be paid using e-procurement payment modes.

NOTIFICATION DATE: 03.12.2018


.LAST DATE FOR UPLOADING OF e-TENDER DOCUMENT: 05.04. 2019 TIME: 04.00 P M

1|Page
Check list:

Please upload the following documents ( in pdf format only)

A. TEHCHINCAL BID: ( TECHNICAL QUALIFICATION)

# Equipments
1 Valid MSME /NSIC /SSI Certificate issued by Government if applicable
2 GST registration certificate
3 GST paid receipt for any one month in last six months
4 Manufacturing license or Authorization Certificate from the Primary Manufacturer
5 For imported items, the authorization Certificate issued by Primary Manufacturer to subsidiary firm registered in India if
applicable
6 for Imported Items, Import License if applicable
7 Brochure Or Catalogue of the Goods Offered
8 Annual Turn Over Certificate or Trading and Profit & Loss Account for year 2016-17 or 2017-18 duly signed by the
Chartered Accountant
9 If it a company, valid Company registration certificate / valid contractor certificate-Class I for specialized works
10 Work done statement in related works ( Attach completion certificates) for specialized works
11 List of ongoing works for specialized works
12 Income Tax Returns Acknowledgement for year 2016-17 or 2017-18
13 Joint ventures / conditional tenders are NOT ACCEPTABLE for specialized works
14 Notarized Affidavit declaration by the Tenderer to the effect that the firm/company has not been
Black Listed in any State of India otherwise it will be treated as “Non-Responsive”. For specialized works
15 Agreement to abide by the terms and conditions of the tender with Seal and signature in Annexure – A
16 List of Goods /works Offered on Bidder’s Letter Head with Seal and signature in Annexure – B
17 Detailed specifications and warranty details of each item offered separately on Bidder’s Letter Head with Seal and
signature in Annexure –“ C” for goods and
Detailed specifications, BOQs (without price), design drawings if any of the tendered work offered separately on firms
letter head duly signed with company/firm seal ( Technical qualification) – Annexure. “B” for specialized works

2|Page
The price bid including GST, transportation, installation, excise, customs duty, freight, insurance and others has to be
uploaded on-line in eProtal. Every tenderer should quote only in one currency for each item that he has participated.
Multiple currencies per item is not allowed. Tenderer while uploading tenders for the imported items shall quote in foreign
currency and specify INR equivalent value ( foreign exchange value) as on the date of submission ( only for comparison
purpose). The conversion rate on the date of payment or puchase of sight draft will be considered. For all other items the
rates must be quoted in INR. Prices have to be quoted F.O.R. destination, i.e. IAH&VB, Hebbal, Bengaluru mentioned in
the specifications. All Institutions of KVAFSU are exempted from Central Excise duty and Customs duty and will issue
DSIR certificate wherever required .

2. a. Schedule of Events :

Last Date for Queries on or before 18.03.2019 Up to 04.00 PM


Replies to Queries 22.03.2019 Up to 04.00 PM
Last Date for Uploading of Tender documents on
e-procurement platform on or before 05.04.2019 up to 04.00 PM
Opening of Tenders Technical bid at Tender Processing Cell, Opp. Kannada
Sabhangana, Veterinary College campus, Hebbal, Bangalore-24 ( Next working
day, in case it is declared as a holiday). 11.04.2019 at 09.00 AM
Verification of uploaded tender documents with originals. Tenderer has to 11.04.2019 and 12.04.2019
personally come for verification of the original documents and submit one set of at 10.00 AM to 04.00 PM
notarized copies of the same at Tender Processing Cell, Opp. Kannada
Sabhangana, Veterinary College campus, Hebbal, Bangalore-24 ( Next working
day, in case it is declared as a holiday). Failing to do this, the firm will be
rejected.
Presentation by bidders for Equipment And Specialized Works 23.04.2019 at 10.00 AM
Opening of price bid ( Next working day, in case it is declared as a holiday) 03.05.2019 at 09.00 AM

3|Page
b. Venue: Office of the Coordinator, Tender Processing Cell, Opposite Kannada Sabhangana, Veterinary
College, Hebbal Campus, Bangalore -560 024. Ph: 080-23417554, Fax: 080-23417554.

c. Opening of Financial Bid / Commercial Bid:- Commercial bids of only those responsive Tenderers of
Technical bid who technically qualify will be opened on a date notified date (next working day in case the
Govt. Declares holiday) or on any further date to be notified / informed to the responsive bidders.

d. Validity of Tender – will be for 24 months (2 Years) from the date of award of the tender, which may be
extended by another 6 months if the purchaser desires so.

3. Required Tender documents shall be uploaded through e-tendering system using their user ID and to be addressed to
Office of the Coordinator, Tender Processing Cell, Opposite Kannada Sabhangana, Veterinary College Campus,
Hebbal, Bangalore -560 024. Ph: 080-23417554, Fax: 080-23417554.

4|Page
CONTACT INFORMATION:
For further clarifications on registration, online support for uploading of Tenders, or any payment related issues
please call Centralized e-Procurement Helpdesk on 080 – 23010900/23010901/ 22371090/22340060/22340948 or mail
to Helpdesk: hphelpdesk.blr@intarvo.com or hphelpdesk.blr@gmail.com Timings: 9:00 am to 9:00 Pm from Monday to Saturday
including government holidays (Take support on Kannada and
English)

Training details
A free Training schedule is organized by Center for e-Governance at Bangalore on all GOK Working Wednesday’s &
Saturday’s.

Training Date Training venue Batches Training duration

On all Govt of Karnataka working Training room no.1, Gate no.2, M S 1 10:30 am to 1:30 pm
Wednesday’s & Saturday’s Building, Bangalore – 01 2 2:30 pm to 5:30 pm
A free Training schedule is organized by Center for e-Governance at Dharwad on all GOK Working Monday’s.

Training Date Training venue

Regional centre, Centre for e-governance, Opposite AIR Dharwad,


On all Govt of Karnataka working Monday’s
PWD division compound, Dharwad – 580008.

Note: Enquiries regarding new payment options can be made on any working day at e-Procurement cell. (Room no.141,
Gate No.2, M S Building, Bangalore – 01).

5|Page
THIS TENDER DOCUMENT CONTAINS THE FOLLOWING
INDEX
Sl.No Contents Page No.
1. Section – I Invitation To Tenderers 07
2. Section – II Terms And Conditions 09
A. Technical Bid
B. Commercial Bid
SECTION -III
3 a. General Conditions
b. Quotations 12
4 Clarifications to Tenderers 14
5 Amendment of tender document 14
6 Security Deposit and contracts 14
7 Fall Clauses 16
8 Quality standards for specialized works 18
9 Quality, Testing & Inspection 19
10 Contract Documents and Information 19
11 Validity of Tender 19
12 Tender Evaluation 20
13 Orders and Delivery Schedules 20
14 Penalty Clause 20
15 Payment Clause 21
16 Replacement of Items 21
17 Black- Listing of Defaulting contractors 21
18 Termination of Contract 22
19 Disputes and Jurisdiction 22
20 Savings Clause 22
21 SECTION-IV Special Note 23
22 SECTION -V Detailed Specifications Of Equipments and Specialized Works 24
23 Annexure - A Agreement to abide as per terms and conditions by the tenderer. 60
24 Annexure - B Detailed specifications, BOQs (without price), design drawings if any of the 63
tendered work offered separately on firms letter head duly signed with company/firm seal
25 Annexure –C Price schedule 64

6|Page
TERMS AND CONDITIONS OF THE TENDER FOR SPECIALIZED WORKS AND EQUIPMENT

SECTION – I

INVITATION TO TENDERERS

1. The Coordinator, Tender Processing Cell, KVAFSU hereby invites Tenders under e-tendering system from FIRMS/
COMPANY WHO ARE QUALIFIED to take up SPECIALIZED WORKS AND Equipment as detailed in Section V of
this Tender with a validity period of 2 years from the date of completion and handing over of the project.
Note:- a. “A Qualified company/firm” is defined as a person / firm having own unit that performs all the manufacturing
and processing operations needed to complete the work and Testing the facility completed with a valid
license issued by competent authority.
b. The term “PURCHASER” means for the purpose of placing the Order, accepting or rejecting the goods,
making payments means, The Director, IAH&VB, Hebbal, Bangalore of KVAFSU as defined in Rule 2 of
“The Karnataka Transparency in Public Procurement Act 1999” hereinafter called “Act”.
c. The term ‘Authorized Signatory’, means a Proprietor / Proprietreix, or a Managing partner or an whole-
time employee, in executive cadre, in a Proprietorship Concern / Partnership Firm or a person who is
working as Managing Director / Director Finance / Director Marketing / General Manager / Assistant General
Manager / Manager / Company Secretary in the Tenderer Company, who has authority to take decision on
the spot with regard to all the aspects of the tender.

d. The term “TENDERER” means the person/company/firm participating in this tender.

e. The term “CONTRACTOR” refers to the successful Tenderer who has entered into an agreement with
the Director, IAH&VB, Hebbal, Bangalore of KVAFSU for the purpose of carrying out the SPECIALIZED
WORKS AND EQUIPMENT as mentioned in this tender. The Chairman, Tender Processing Cell,
KVAFSU shall be the Tendering Authority for the purpose of this tender.

f. Final Acceptance of this Tender is by the Tender Accepting Authority. (TAA) i.e. the Chairman of the
Tender Accepting Committee, KVAFSU, Bidar.

7|Page
g. Tenderer are free to quote for any or all of the items listed in Section V. The evaluation of tender will be
done as per Item basis, denoted by the item Code.

h. However, tendering authority reserves the right to evaluate the tender as per item basis or the entire
documents as a whole for the purpose of evaluation, in case, such an action is in the best interest of the
institution of KVAFSU.

i. Tenders of only those Tenderer who fulfill the Terms and Conditions of this tender will be considered for
evaluation. The tenders will undergo evaluation at every stage of processing and any tender found at any
stage, not in conformity with the stipulated tender conditions including specification / found to be defective
and incomplete documents / samples of the items found not in conformity with the specification or found
defective either physically or analytically will be rejected.

j. Joint ventures / conditional tenders are NOT ACCEPTABLE

Interested eligible tenderer may obtain further information from the Office of the Coordinator, Tender
Processing Cell, Opposite Kannada Sabhangana, Veterinary College, Hebbal Campus, Bangalore -
560 024. Ph: 080- 23417554, Fax: 080-23417554.

8|Page
SECTION-II :

TERMS AND CONDITIONS

I. ELIGIBLE TENDERERS:

1.1 The Tender shall be uploaded only if the Tenderer is agreeable to all the Terms and Conditions of this
Tender, which includes the Description and Specifications of the Items mentioned therein.

a. The Tenderer shall upload the tenders through e-tendering system using User’s ID and Digital Signature
certificate for Technical Bid and Commercial / Financial Bids.

b. Detailed specifications of Specialized works and Equipment required are listed with specific Code number in
Section V.

1.2 Irrespective of the terms and conditions the Tenderer may have specified, only the terms and conditions specified in
this tender shall be binding on the Tenderer and the tendering authority.

II. THE TENDERER SHALL UPLOAD THE TENDER IN THE MANNER DESCRIBED HERE UNDER: -

A-1 i) Earnest Money Deposit / Bid security


The Bidder / Tenderer non MSME /NSIC /SSI units should pay the Earnest Money Deposit (EMD) of
Rs.5000/- (Rs. Five thousand only) for each item in the e-Procurement portal using any of the following
payment modes:

ii) MSME/NSIC/SSI units should pay a nominal Earnest Money Deposit (EMD) of Rs. 50/- ( Rs. fifty only) for
each item manufactured by them in the e-Procurement portal using any of the following modes, subject to
uploading of the essential certificates issued from competent authorities.
Online payments:
i. Credit Card – Visa or Master card ( any bank)
ii. Debit Card – Visa, Master or Maestro card ( any bank)

9|Page
iii. Net banking – Selected Banks only
Offline Payments:
iv. NEFT / RTGS – Any nationalized bank
v. Remittance at the bank counter using challan ( ICICI bank only)
The Tenderer’s bid will be evaluated only on confirmation of receipt of the payment (EMD) in the Government of
Karnataka ‘s central pooling a/c held at ICICI Bank.
EMD amount will have to be submitted by the Tenderer taking into account the following conditions:
a. EMD will be accepted only in the form of electronic cash in any of the designated ICICI Bank, branches located
across the Country (and not through Bank Guarantee) and will be maintained in the Govt.’s central pooling
account at ICICI Bank until the warranty period is completed.
b. The entire EMD amount for a particular tender item has to be paid in a single transaction.
c. The EMD money received for all the tenders floated through the e-Procurement platform will be collected and
maintained in a central pooling account.

A-2. Refund of EMD.

The EMD amount will be kept in the central pooling account until the tender is awarded to the successful bidder.
Based on the instructions of Tender Accepting Authority (TAA) the EMD amount of all the unsuccessful Tenderers
will be refunded.

10 | P a g e
A-3. TECHNICAL BID SHALL CONTAIN DOCUMENTS LISTED AS UNDER

Sl. Equipments
No.
1 Valid MSME /NSIC /SSI Certificate issued by Government if applicable
2 GST registration certificate
3 GST paid receipt for any one month in last six months
4 Manufacturing license or Authorization Certificate from the Primary Manufacturer
5 For imported items, the authorization Certificate issued by Primary Manufacturer to subsidiary firm
registered in India if applicable
6 for Imported Items, Import License if applicable
7 Brochure Or Catalogue of the Goods Offered
8 Annual Turn Over Certificate or Trading and Profit & Loss Account for year 2016-17 or 2017-18 duly signed
by the Chartered Accountant
9 If it a company, valid Company registration certificate / valid contractor certificate-Class I for specialized
works
10 Work done statement in related works ( Attach completion certificates) for specialized works
11 List of ongoing works for specialized works
12 Income Tax Returns Acknowledgement for year 2016-17 or 2017-18
13 Joint ventures / conditional tenders are NOT ACCEPTABLE for specialized works
14 Notarized Affidavit declaration by the Tenderer to the effect that the firm/company has not been
Black Listed in any State of India otherwise it will be treated as “Non-Responsive”. For specialized works
15 Agreement to abide by the terms and conditions of the tender with Seal and signature in Annexure – A
16 List of Goods/ works Offered on Bidder’s Letter Head with Seal and signature in Annexure – B
17 Detailed specifications and warranty details of each item offered separately on Bidder’s Letter Head with
Seal and signature in Annexure –“ C” for goods and
Detailed specifications, BOQs (without price), design drawings if any of the tendered work offered
separately on firms letter head duly signed with company/firm seal ( Technical qualification) – Annexure.
“B” for specialized works

11 | P a g e
The Documents uploaded should be clearly visible failing which such documents shall not be considered.

The price bid including GST, transportation, installation, excise, customs duty, freight, insurance and others has to be
uploaded on-line in eProtal. Every tenderer should quote only in one currency for each item that he has participated.
Multiple currencies per item is not allowed. Tenderer while uploading tenders for the imported items shall quote in foreign
currency and specify INR equivalent value ( foreign exchange value) as on the date of submission ( only for comparison
purpose). The conversion rate on the date of payment or puchase of sight draft will be considered. For all other items the
rates must be quoted in INR. Prices have to be quoted F.O.R. destination, i.e. IAH&VB, Hebbal, Bengaluru mentioned in
the specifications. All Institutions of KVAFSU are exempted from Central Excise duty and Customs duty and will issue
DSIR certificate wherever required .

SECTION-- III:

III a. GENERAL CONDITIONS

i. The language of the Tender shall be in English. In case, the original documents are issued in vernacular,
the translation certified by the authority signing the original / by a notary should be uploaded along with the
original.

ii. The Tender Inviting authority may, at their discretion, extend the deadline for submission of Tenders, in
which case, all rights and obligations of the Tendering authority and the tenders subjected to the previous
deadline, will thereafter be subject to such extended deadline.

iii. The Tender Accepting authority reserves the right to accept or cancel or Re-tender the tender at any
point of time without assigning any reasons.

iv. Technical Bids will be opened on date:11.04.2019 at 09-00 a.m in the Office of the Coordinator, Tender
Processing Cell, Opposite Kannada Sabhangana, Veterinary College Campus, Hebbal, Bangalore
-560 024 in the presence of Tenderer or their authorized representative who may choose to be present.

12 | P a g e
v. Commercial Bids of only those companies which satisfy the standard criteria laid down on the basis
of the details furnished by the Tenderer in Technical Bids [under terms and conditions for Technical
bid (Section -II) will be opened on 03.05.2019 at 09.00 AM or any further date to be notified /informed to
the responsive bidders.

vi. Entry to participate in the Tender Opening Committee Meeting shall be restricted to only one person per
tenderer who shall be the “Authorized signatory” .

vii. The Tenderers or their Authorized Representative who are present shall produce the authorization letter and
sign in the concerned Register evidencing their presence during the opening of tenders.

viii. The Tenderer shall bear all costs associated with the preparation and submission of his tender and the
Tender Inviting authority / Purchaser will in no case be responsible or liable for these costs, regardless of the
conduct or out-come of the Tendering process.

III b. QUOTATIONS:
Tenders have been invited for undertaking SPECIALIZED WORKS AND EQUIPMENT. The Tenderers shall
quote the rates for each item as per BOQ and design drawing if any . The specifications of each item shall be as
per details given in section V.

i. The quotation shall be the rate inclusive of all taxes, FOB charges, excise duty, VAT, service tax etc., and
should be FOR destination.
ii. The quotation shall be in figures as well in words in a legible manner in English language
iii. All corrections shall be duly attested with full signature and seal
iv. Each page of the quotation shall be on company/ firm letter head and signed with seal of the firm/
company
v. The rates quoted when accepted will be binding on the Tenderer

13 | P a g e
IV. CLARIFICATION OF TENDER DOCUMENTS
A prospective Tenderer requiring any clarification /any queries regarding tender documents may notify the
purchaser through e-procurement platform only with in the specified date for queries mentioned in schedule
of events. The Purchaser will respond through e-Procurement platform to any request for clarification of the
tender documents.

V. AMENDMENT OF TENDER DOCUMENT.


i At any time prior to the deadline for submission of tenders, the purchaser may for any reason whether at its
own initiative or in response to clarification requested by a prospective tenderer, modify the tender
documents by amendment.
ii All prospective tenderer who have contested will be notified of the amendment through e-Procurement.
iii In order to allow prospective tenderer reasonable time in which to take the amendment into account in
preparing their tenders, the purchaser at its discretion may extend the deadline for the submission of
tenders

VII. SECURITY DEPOSIT AND CONTRACT.

a. The Tenderer whose offer is accepted, on being informed, should execute a Contract Agreement on Karnataka
Government Stamp Paper in duplicate of the value of Rs. 200-00 (Rupees Two Hundred Only – cost to be borne
by the Tenderer) as provided by Article 5 of the schedule of Karnataka Stamp Act. A copy of the contract agreement
will be given to the Tenderer. The Heads of the respective Institutions will provide the specimen form of the
agreement along with the intimation letter to provide the Bank Guarantee and agreement bond. In case L- I
default’s in executing a Contract agreement within the next 30 days of acceptance of his tender, his status as L-I
will stand cancelled and L-II tenderer will be invited to enter into Contract agreement. Consequently the EMD of the
L-I stand forfeited to the Karnataka Veterinary, Animal and Fisheries Sciences University, Bidar.
b. The Successful Tenderer whose offer is accepted as lowest shall be required to pay a Bank Guarantee as detailed
below:
i. Security Deposit 10 % of the total cost of the equipments / specialized works in the form of National
Bank Guarantee.
The Security Deposit should be furnished in respect of each Tendered item on or before the due date

14 | P a g e
fixed, in the form of National Bank Guarantee only, drawn in favour of the Assistant Comptroller of the
respective Institution/ Head of the Institution, who places orders for supply.
i. The agreement bond along with the specified “Security Deposit” should be submitted within Thirty (30) DAYS
from the date of receipt of the intimation of the Acceptance of Offer.
ii. Agreement not accompanied by the Security Deposit or any partial agreement deleting certain clauses /items,
will not be accepted, and will be deemed as non-submission of agreement and violation of the Tender
Condition and the Earnest Money Deposit of such Tenderer will be forfeited to the University without
notice. Further, such Tenderer ceases to have any rights whatever in this regard with respect to his tender or
the Contract issued thereon.
iii. The successful Tenderer shall furnish the security deposit in accordance with the Conditions of Contract with
in 30 days to the Institutional Heads of KVAFSU, who place orders for the supply of the goods.
iv. Failure of the successful Tenderer to comply with the requirement shall constitute sufficient grounds for the
annulment of the award and forfeiture of the earnest money deposit, in which event the Purchaser may
make the award to the next lowest evaluated Tenderer or call for new tenders.

c. The Earnest Money Deposit


i. EMD of such successful Tenderer, who fails to execute the Agreement / who fails to furnish the Security Deposit
within the stipulated period / who furnishes partial agreement deleting / altering the specified clauses will be
forfeited to the University and his tender will be rejected and the company will be Black Listed and he will be
liable for all damages caused including the liabilities to pay any difference between the prices accepted by him
and those ultimately paid for the procurement of the goods and services to the concerned. Such damages shall
be assessed by concerned authorities whose decision is final in the matter.
ii. The original agreement shall be with the Institutional Heads who place orders for the supply. The Tenderer shall
collect the signed copy of the agreement on his own. The purchaser will not be responsible for the loss of the
copy not collected by them.
d. Violation of any of the Clause of the Agreement shall be deemed as violation of Terms and Conditions of this
Tender.
e. The Tenderer is permitted to claim the Security Deposit on completion of the Warranty Period. The refund of the
Security Deposit shall be subject to satisfactory performance of the contract as per the terms and conditions of the
contract. The Security Deposit not claimed within two (2) years from the date of expiry of the contract shall be
forfeited without notice.

15 | P a g e
V. FALL CLAUSES
1. The price quoted shall not in any case exceed the maximum wholesale ceiling price (bulk), if any, fixed by the
Govt. of India / NPPA / State Government or the Whole Sale price fixed by the tenderer for General Market. The
Tenderer shall mention such fixed rates in the quotation sheet against each item quoted.
2. The rate quoted for the specialized works under this Tender, in no event shall be more than the lowest price
quoted at which the Tenderer carries out works of identical description to any other persons, State, Union
territory, Corporation, Board, University, Trust, Local authority, Company or any others including his own dealer/
distributor/, stockist/, agent

A. Contacting the Purchaser


i. No Tenderer shall contact The Coordinator, Tender Processing Cell, KVAFSU, Opposite Kannada
Sabhangana, Veterinary College campus, Hebbal, Bangalore -560 024 on any matter relating to this tender,
from the time of the tender opening to the time the Contract is awarded. If the tenderer wishes to bring
additional information to the notice of the purchaser should do so in writing during the queries period only
on e-platform.
ii. Any effort by a Tenderer to influence the Purchaser in its decisions on tender evaluation, tender comparison
or contract award may result in rejection of the Tenderer’s tender.

B. Post qualification
i. In the absence of pre-qualification, the Purchaser will determine to satisfaction whether the Tenderer that is
selected as having submitted the lowest evaluated responsive tender meets the criteria and is qualified
to perform the contract satisfactorily.
ii. The determination will take into account the Tenderer’s financial and technical capabilities. It will be
based upon an examination of the documentary evidence of the Tenderer’s qualifications submitted by the
Tenderer in the technical bid, as well as such other information as the Purchaser deems necessary and
appropriate.
iii. An affirmative determination will be a prerequisite for award of the Contract to the Tenderer. A
negative determination will result in rejection of the Tenderer’s tender, in which event the Purchaser will
proceed to the next lowest evaluated tender to make a similar determination of that Tenderer’s capabilities
to perform the contract satisfactorily.

16 | P a g e
C. Award Criteria
i. The Contract will be awarded to the successful Tenderer whose BOQs and design drawing quoted in
tender has been determined to be substantially responsive item wise and has been determined as
the lowest evaluated tender, provided further that the Tenderer is determined to be qualified to
perform the contract satisfactorily.
ii. Acceptance / Placing of orders is subjected to the availability/ release of grants.
iii. In case of the imported items, all constituent institutions of KVAFSU will make payment only through SIGHT
DRAFT. If LC is to be considered, the entire LC charges should be borne by the tenderer. The successful
Tenderers are required to supply the item on CIF value at the designated destination only and the firm
should arrange to take delivery of the equipment on behalf of the institutions on arrival at the air port / sea
port and should provide the required documents to the respective institutions from where orders of supply
are issued and obtain necessary certificates (DSIR) for customs clearance.

D. Purchaser’s right to vary quantities at the Time of Award


The Purchaser reserves the right to increase or decrease by 25% of the quantity of goods and services
originally specified in the Schedule of Requirements without any change in unit price or other terms and
conditions subject to availability of budgetary grants and also depending upon exigencies and emergency
conditions demanding the requirement of a particular item/ works.
E. Right to accept any Tender and to reject any or all Tenders:
The right to accept or reject any tender, and to annul the tendering process and reject all tenders at any time
prior to contract award, without there by incurring any liability to the affected Tenderer or Tenderers is
reserved.
F. Notification of Award
i. Prior to the expiration of the period of tender validity, the Purchaser will notify the successful tenderer through
e-Procurement plat form its tender has been accepted.
ii. The notification of award will constitute the formation of the contract.
G. Signing of Contract
i. The purchaser will send the Tenderer the Contract Form provided in the tender documents, incorporating all
agreement between the parties.
ii. Within 30 days of receipt of the Contract Form, the successful tenderer shall sign with date of Contract and
return it to the Purchaser

17 | P a g e
H. Security Deposit
i. The successful Tenderer shall furnish the security deposit in accordance with the Conditions of Contract
with in 30 days to the respective Institutional Heads of KVAFSU, who place orders for the supply of the
goods.
ii. Failure of the successful Tenderer to comply with the requirement shall constitute sufficient grounds for the
annulment of the award and forfeiture of the earnest money deposit, in which event the Purchaser may
make the award to the next lowest evaluated Tenderer or call for new tenders.

I. Corrupt or Fraudulent Practices:


The KVASFU requires that Tenderers / Suppliers / Contractors observe the highest standard of ethics during
the procurement and execution of Government financed contracts. In pursuance of this policy, the KVAFSU:
a. Defines, for the purposes of this provision, the terms set forth as follows:
i. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence
the action of a public official in the procurement process or in contract execution’; and
ii. “fraudulent practice’ means a misrepresentation of facts in order to influence a procurement process
or the execution of a contract to the determent of the KVAFSU and includes collusive practice among
tenderers (prior to or after tender submission) designed to establish tender prices at artificial non-
competitive levels and to deprive the KVAFSU of the benefits of free and open competition;
b. Will reject a proposal for award if it determines that the Tenderer recommended for award has engaged in
corrupt or fraudulent practices in competing for the contract in question;
c. will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Government
financed contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in
competing for, or in executing, a Government financed contract.

VI. QUALITY STANDARDS FOR SPECIALIZED WORKS AND EQUIPMENT.


i. The Specialized Works and Equipment shall conform to the Quality Standards including the standards
specified
ii. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to
weather conditions, prevailing in the Karnataka State during transit and storage.
iii. The goods shall be packed using virgin packing materials in such a manner as to ensure delivery in good
condition.

18 | P a g e
iv. Supplies with smudged, corrected, over-written or masked labels due to whatever reason will be rejected.
v. All equipments supplied with the works should be accompanied by printed brochures and user’s manual

VII. QUALITY, TESTING AND INSPECTION


i. “Purchaser” or the officers of the KVAFSU reserves the right to test the items selected at random of
the consignment received either at the time of receiving the goods or at any time during the period of carrying
out the assigned work according to approved BOQs and design drawing

VIII. CONTRACT DOCUMENTS AND INFORMATION; INSPECTION AND AUDIT BY THE KVAFSU
i. The Supplier shall not, without the Purchaser’s prior written consent, disclose the contract, or any provision
thereof, or any specification, sample or information furnished by or on behalf of the Purchaser in connection
therewith, to any person other than a person employed by the supplier in performance of the Contract.
Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be
necessary for purposes of such performance.
ii. The supplier shall not without the Purchaser’s prior written consent make use of any document or information
enumerated in except for purpose of performing the Contract.
iii. Any document, other than the Contract itself, enumerated in shall remain the property of the Purchaser and
shall be returned to the Purchaser on completion of the Supplier’s performance under the Contract if so
required by the Purchaser.
Iv. The supplier shall permit the KVAFSU to inspect the Supplier’s accounts and records relating to the
performance of the Supplier and to have them audited by auditors appointed by the KVAFSU ( if so required )

IX. VALIDITY OF TENDER


The rates quoted shall be valid for the period not less than 24 months (2 years) from the date of award of tender
which may further be extended by another 6 months if purchaser so desires.

19 | P a g e
X. TENDER EVALUATION
i. Tenderer evaluation will be done by the Tender Scrutiny Committee.
ii. The “Purchaser” after due evaluation will have option to prepare item-wise selection in the order of priority as
under
a. First Preference awardee L1
b. Second Preference awardee L2
c. Third Preference awardee L3
The “Purchaser” will call upon the successful Tenderer, the acceptance of item / items and rate offered in the
Tender, indicating the category L 1, L 2 & L 3 under which their offer is accepted for the purpose of the accepting
Tender, requesting them to furnish a Security Deposit and to execute the agreement with in specified period. The
“Purchaser” shall exercise his options to purchase in the same order L1, L 2 & L 3, indicated for each item.

iii. If the L1 contractor fails to execute the order, then the L 2 / L 3 will be opted in the order of priority and the
difference of cost, if any will be recovered from the defaulting contractors.
iv. The Tender Accepting Authority (TAA) before passing the order of accepting a tender may negotiate with
lowest tender L 1. as per KTPP Act Circular No. 1359/SOFC/2001(p-2) dated 3/12/2002 vide 3.1
negotiations.
v. For imported items conversion rate on the date of opening of the tender will be considered uniformly for
all the items for the purpose of comparison only and the conversion rate on the date of payment will
considered while placing orders.
XI. ORDERS AND DELIVERY
The Contractor shall carry out the Specialized Works and Equipment to the required at the destination on the F. O.
R basis within a period of 90 days from the date of order, otherwise the orders stands automatically cancelled.
However the purchaser may for valid reasons, may extend the period by a maximum of another 30 days

XII. PENALTY CLAUSE: (Delays in the suppliers Performance / Non Supply)


In case the specialized work is not completed fully, the “Purchaser” reserves the right to cancel the order for non
performance and liable for forfeiture of Security Deposit to the KVAFSU and subsequent cancellation of the Contract.

20 | P a g e
i. The difference of cost due to purchase from the next alternate source like L 2, L 3 or open market in the same
order of preference shall be recoverable from the Contractor
ii. However, the contractor for the items to be imported are permitted to supply the equipment with in 90 days without
penalty and a penalty at 3% for the belated supply shall be recovered and the total time taken for supplies with
penalty shall not exceed 120 days from the date of receipt of the supply order. If the supply exceeds 120 days the
contractor should inform the purchaser about the delay in writing and get his consent . If not the contractor is
liable for cancellation, blacklisting and forfeiture of EMD / Security Deposit without notice.
iii. In case the supply is not completed, the Purchaser reserves the right to cancel the order and proceed with the
purchase of the same item/works from L- II or L- III or from the open market in the order of preference as
specified .
XIII. PAYMENT CLAUSE:

i. No advance payment will be made towards the supply of materials. Payment will be made only after
the supplies are effected and installed as per the supply order.
ii. Payment shall be made in Indian Rupees / the currency in which the tenderer has quoted.
iii. Advance payment will be considered for those works whose accepted value exceeds Rs. 100 lakhs / custom
made equipments

XIV. REPLACEMENT OF ITEMS


Items supplied in damaged or soiled condition or found “not in conformity” with the accepted specification, will not
be accepted and shall be replaced at no extra cost to the place within 30 days from the date of receipt of intimation,
failing which the “Purchaser” shall be free to proceed with the purchase from alternate sources.
i. In case of dispute, regarding the non-conformity with the specifications, the decision of The TAA, KVAFSU
is final.

XV . BLACK-LISTING OF DEFAULTING TENDERERS

a. The Purchaser reserves the right to BLACK-LIST any Tenderer either in whole or in part limiting to specified
product / products, for breach of any of the Terms & conditions of the tender.
b. Such blacklisted tenderer and his establishment will not be eligible to participate in any of the KVAFSU
Tenders for subsequent 5 years.

21 | P a g e
c. KVAFSU reserves the right to reject the tender of blacklisted companies and those companies whose past
performance with KVAFSU / any similar agencies / Veterinary Institutions was poor due to delayed and
erratic supplies, frequent quality failures etc.,

XVI. TERMINATION OF CONTRACT UNDER SPECIAL CIRCUMSTANCES

The “Purchaser”, by written notice sent to the supplier, may terminate the contract, in whole or in part, at any time
for its convenience. The notice of termination shall specify that termination is for the purchasers convenience, the extent
to which performance of the supplier under the contract is terminated, and the date upon which such termination becomes
effective.

XVII. DISPUTES AND JURISDICTION


In the event of any dispute arising out of the Terms and conditions of the Tender, such disputes would be subject to
the jurisdiction of courts in Bangalore.

XVIII. SAVING CLAUSE PROTECTION OF ACTION TAKEN IN GOOD FAITH :- No suit, prosecution or any legal
proceedings shall lie against the “Purchaser” or KVAFSU or any officer of the KVAFSU for anything which is done
in good faith or intended to be done in pursuance of this Tender.

22 | P a g e
SECTION IV
SPECIAL NOTE (SPECIAL CONDITIONS OF THE CONTRACT)
The following special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a
conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause
number of the General Conditions is indicated in parentheses

1. Definitions (GCC Clause I)


a. The Purchaser -The Heads of Institutions of KVAFSU, Bidar
b. The Supplier is -________________________________________________________
THE PURCHASER SHALL RESERVE THE RIGHT TO PURCHASE THE SPECIALIZED WORKS AND EQUIPMENT
OVER AND ABOVE THE QUANTITY MENTIONED IN THIS TENDER, DURING THE TENDER PERIOD.
1. IN ALL THE ABOVE CONDITIONS, THE DECISION OF THE TENDER ACCEPTING AUTHORITY, KVAFSU,
BIDAR SHALL BE FINAL AND BINDING.
2. The appellate authority is the Vice-Chancellor of KVAFSU, Bidar

23 | P a g e
SECTION – V

Ref. No: TPC/KVAFSU/e-proc-42/G&S/PUB/2018-19/85/Dt-03.12.2018

# Item No ITEM NAME AND SPECIFICATION QTY


INSTITUTE OF ANIMAL HEALTH AND VETERINARY BIOLOGICALS, HEBBAL, BANGALORE

1 KW-4-4201 CREATING CLASS CONDITION ROOM AND CONTAINMENT FACILITY TO RKVY (R&D) BUILDING:- 1 No

1. Design, Supply, Installation, and Commissioning ( SITC ) and Validation of containment (Biosafety
Level-3 Laboratory) laboratory.
Lab design should follow WHO Standard for bio-safety, European standard for Reasearch and development
lab for microbiological and biotechnology works.
Scope of Work:
Includes Design, Supply, Installation, Testing, Commissioning (SITC) and Validation of the BSL-3 Laboratory on
Turnkey Basis. HVAC system including complete air management system for maintaining the lab environment as
per the biosafety guidelines, all related internal lighting and wiring work with suitableUPS for smooth and safe
operation of the BSL-3 lab Any other work related to civil/mechanical/electrical should be treated as a part of
scope of the bidder.
Design strategies should include:

1. Uses of 100 % fresh air with no recirculation for BSL 3 lab .

2. Recirculation through HEPA with 30% fresh air for Non BSL-3 lab area.
3. Managed directional flow to ensure air always flows toward the highest area of containment
4. Negative Pressure monitoring and control
5. Maintenance of constant temperature of 22+/- 2 Degree C and humidity at 55+/-5 %

6. ACPH in BSL -3 lab more than 12

24 | P a g e
7. Supply air should haveThree Stage Filtration..
8. Exhaust air through HEPA filters with safe Bag In Bag Out arrangement
9. ( BIBO ) in BSL 3 and NON BSL 3 area will have recirculation through HEPA.
10. Audible and visual alarms to alert personnel if a system fails.
11. Temperatures 22±2 ° C and Relative humidity 55±5% should be maintained
in the BSL 3 Lab, Entry, Exit airlock, PR/CR,Corridor and Autoclave room.

The necessary civil and electrical should be done as per the specifications. The class validation of bio-safety
Laboratory shall be done through a third party agency and report has to be submitted. Equipment’s used for
validation should have valid traceable calibration certificates.

The firm should have trained/certified Bio-safety professionals/Engineers by any International Bio-safety
Association and a copy of certificate to be enclosed with tender. One engineer should be permanently stationed at
site for first six months after the commencement of laboratory operations to look after the routine maintenance of
the Lab. Thereafter, regular maintenance shall continue and the rates shall be quoted for maintenance charges for
five years.

Supply, Install, Test, Commission & Validation of the following:

1) Complete HVAC System including Heat loads, Checking & Confirmation to the design enclosed.
2) Wall Panels, Ceiling Panels & Doors as per the General specifications listed.
3) Electrical Works, Complete including Cabling.
4) Intelligent Dedicated BMS System
5) Door Interlocking
6) Access Control
7) Clean room Equipment – Pass Box, Double Door Autoclave, Safety shower

25 | P a g e
The various guidelines issued by CDC, NIH & ASHRAE Standards have to be followed for design parameters of
the lab.

Laboratories should remain at a higher negative pressure in relation to the corridors/Airlocks and other non-
laboratory spaces. The following pressure gradient condition should be maintained in various areas of the
laboratory as per proposed BSL 3 Lab layout.
Area Pressure Gradient
Preparation Room, Change Room Washing Room, Atm.
Fumigation Room

Entry Airlock 1 -10 Pa


Entry Airlock 2 -20 Pa
Exit Airlock 1 -20 Pa
Exit Airlock 2 -10 Pa
BSL 3 lab -40 Pa
Shower Room -10 Pa

Provisions for the separate area for the following activities :

BSL 3 Lab area or work area, Autoclave room, Change Room, Preparation room, Entry Airlock 1, Entry Airlock
2, Exit Airlock 1, Exit Airlock 2 and Fumigation Room.

1. MODULAR WALL PANELS, CEILING PANELS & DOORS

The entire lab as per the layout shall be made with clean room modular partitions as per the following
specification:
A) Wall panels cladding:
Standard wall partitions are a composite construction of two skins of PCGI/PCGI over an GI frame work.
Standard panels have an overall thickness of 60 - 75 mm. The Partition seams are sealed by silicone with a
perfectly flush finishing. PUF insulation material is sandwiched between the two skin layers.

26 | P a g e
Self-supporting wall provided in modular units consisting of external skin in PCGI/ PCGI which will be
0.6mm thick.
Movable Wall Includes
a) Puff Insulation 40kg/m³
b) Silicon Sealant

B) Walk able Ceiling panels :


False ceiling panels should be 50mm thick and have a composite construction of two skins of PCGI /
PCGI.
Ceiling includes:
a) PUF insulation 40 Kg/m3
b) Sheet Thickness 0.6mm
c) Silicon sealant

C) Wall Panels for internal partition:


Standard wall partitions are a composite construction of two skins of PCGI/PCGI over an GI frame work.
Standard panels have an overall thickness of 60 - 75 mm. The Partition seams are sealed by silicone with a
perfectly flush finishing. PUF insulation material is sandwiched between the two skin layers.
Self-supporting wall provided in modular units consisting of external skin in PCGI/ PCGI which will be
0.6mm thick.
Movable Wall Includes
a) Puff Insulation 40kg/m³
b) Silicon Sealant

D) Coving :Extruded aluminium powder coated minimum 50 mm, clip on covings for the entire wall to wall,
wall to ceiling joints, wall to floor.

E) 3D/ Internal/External corner coves

F) View Panel: Double glazed view panels made of 5mm thick Float glass in wall panels , Double adhesive
tape and silicon sealant

27 | P a g e
G) Doors:Doors are designed to fit flush into the wall panel system on both sides and are supplied in different
dimensions. Doors are fabricated from galvanized iron sheets duly powder coated. Shutter has sheet
thickness of 0.6mm and the frame of 1.2mm. Standard 50 mm panel has frame width of 50 mm and shutter
width of 46mm.

a) Shutter Thickness: 46 mm thick


b) Stainless steel hinges
c) Stainless Steel 'D' type of handles on pull side
d) Stainless steel push plates on push side.
e) Dorma make standard arm door closure (TS-68)
f) View panel along with self-adhesive tape and silicon sealant
g) Both side key operated locking arrangement
h) Automatic door bottom seal at the bottom
i) Stainless Steel kick plates

H) Cutouts: Cutouts and reinforcement surrounding the cutout in the ceiling panel for fixing SA
diffuser/filters/ light fixtures in the ceiling panel.

Cut outs in wall panel for fixing the electrical module boxes for power, UPS sockets and magnehelic
gauges/ digital display devices for pressure and temp monitoring - Sockets and switches not in our scope.

I) Diffuser plates, electrical Light fittings and any other cut outs for utilities whether punctured through the
wall or ceiling must be sealed with silicon sealant.

2. EPOXY FLOORING

Flooring shall be of 5 mm (3 mm + 2mm) of self-levelling industrial epoxy including screed compound for
adhesion, 3 mm semisolid cladding of EPOXY will be applied over a uniform cemented flooring and 2 mm semi-
liquid epoxy over 3 mm hardened surface with bubble free perfect smooth finishing completed in three steps:
Cementing (Uniform Flooring), Hardening (3 mm epoxy) and smoothening (2mm epoxy). Epoxy used for this
application will be self-levelling and clean room compatible.

28 | P a g e
3. HEATING VENTILATION & AIR-CONDITIONING (HVAC) SYSTEM

The HVAC system shall be designed and installed to maintain the approved inside conditions of temperature,
humidity, air-change rate (ACPH), air filtration through HEPA filters, room/zone differential pressure gradient and
Conditions. The HVAC System shall be designed and provided to maintain the following conditions:
Inside Temperature: 220+/- 20 C
RH: 55 +/-5 %
Sound level : 50-60db
100% fresh air no re-circulation
ACPH more than 12

The HVAC system shall include the following items of works, complete in all respect, as required and approved.

a) Refrigeration Unit/ Chiller Unit:

The Refrigeration Unit shall be DX type Air cooled, skid mounted and complete in all respect. The tonnage of DX
type systems should be calculated based on the heat load calculation. Room sizes as per the enclosed layout with room
height of approx. 8 ft, Air changes required to meet the laboratory conditions mentioned above & the equipment kept in
laboratory etc. should be used to for Heat load calculation.

Necessary redundancy should be provided by additional standby Dx unit (n+1)

Air Handling Units: The Air Handling units shall be designed and provided to supply conditioned air to the
Laboratory and support areas.

AHU for BSL 3 lab- 02 No ( 1 working + 1 Standby motor )


AHU for Non BSL 3 lab – 01 No ( 1 working + 1 Standby motor)

The Air Handling Units shall be Double Skin type and shall be complete with blower, motor, drive set, DX
cooling, pre-filter, drain tray etc. complete in all respect.

29 | P a g e
The 3 stage Filtration (as per WHO/BMBL guidelines) for supply air

The 3-stage pre-filtration system is specifically and effectively protecting the BSL-3 containment rooms.
a) The first stage shall be for 10 micron particulate size
b) Second stage shall be for 5 micron particulate size
c) Third stage shall be for 1 micron particulate size.

Air Handling Unit (AHU):

Modular Outdoor type Double skin Air Handling Units of 43+/-2 mm thick
PUF injected panels with 24 gauge GI inner skin and pre-coated GI outer skin
all as per specification including fan with TEFC motor. AHU shall have Air
intake louver combined with pre filter , Fine Filter section ,Semi HEPA filter section , Coil section with 8 row deep
DX - type cooling coil , Fan section with imported DIDW centrifugal backward curved fan, Drive set with V-belt &
Motor (EFF-1) (1w+1s).

AHU motor shall be compatible for working with VFD. Necessary vibration isolators & supporting arrangement. Fresh
air intake arrangement, necessary water drain & air purge valves wherever required etc.

AHU should have internal energy conservative lighting integrated with door interlocking.

b) Exhaust Blowers:

A separate dedicated Exhaust Blower shall be designed and provided for exhaust from the BSL 3 lab and for Non
BSL- 3 area.

DOUBLE SKIN FLOOR MOUNTED EXHAUST AIR UNIT SHALL HAVE:

Flanged type opening for return air duct connection.


Fan section with imported DIDW centrifugal backward curved fan, Drive set with V belt & Motor (EFF-1)
30 | P a g e
(1w+1s). 25+/-2 mm thick PUF injected panels with 24 gauge GI inner skin and pre-coated GI outer skin with
TWIN Motor 1W+1S
The exhaust blowers shall be Centrifugal type blowers complete with blower casing, SISW blowers, drive set,
base frame etc. complete in all respect.

The Class II B2 Bio-Safety cabinets shall have separate dedicated Exhaust Blower.
Exhaust Blower for Fumigation room.
Exhaust Blower for Autoclave room.

C) Exhaust Air Filtration

The exhaust air from the BSL-3 Laboratory shall be filtered through dedicated set of HEPA filter Bank. The
HEPA filter shall have 99.97% efficiency for 0.3 micron particulates.

HEPA FILTERS Specifications: -

Frame - Aluminium.
Type - Flange Type.
Media - Micro Fibre Glass (Imported).
Sealing of media - By means of epoxy.
Efficiency - > 99.97% down to 0.3 micron particle size.
I.P.D. - 15 mm WG.
F.P.D. - 50 mm WG.
Separators - Aluminium

The HEPA filters shall be installed in BIBO assembly for easy and safe replacement.
Design, supply and installation of BIBO Unit complete with Bag clamping ring with shock cord for filter change.
Elastic bagging ring mouth and cam lock arrangement for filter sealing Ports to be provided across filter for
pressure gauge connection.DOP port to be provided across HEPA Filter at upstream and downstream. BIBO Unit
should be complete with 2 banks of H-13 HEPA Filtration in series, Box type filters in aluminium anodized

31 | P a g e
construction and submicron Glass Fibre Media. Bag for BIBO Unit should be in Food grade PVC construction
with Synching strap for each bag.
Main body of CRCA 18 G Sheet (duly powder coated) cladded on rectangular pipe work.

4. Supply and Exhaust/Return Air Ducting:

GI Ducting complete with MS painted flanges, all joints sealed with RTD silicon sealant with MS painted supports
as per IS-266 with Zinc deposition 120gms/sqm.
Zero leaks as the requirement for bio-safety Laboratory.
Supply and Exhaust/Return Air Duct Insulation:

Supply Installation Testing and Commissioning of 18 mm Cross Linked XLPE Form insulation material, fire
class ‘O’ .The adhesive should be applied at site after thoroughly cleaning the duct.

5. Building Management System and Controls:

A customized Building Management System shall be designed and provided to control the operation of HVAC
system and to monitor the laboratory operating parameters in the BSL- 3 Lab rooms/zones pressure, supply air
quantity in each room, BSC Cabinet status, AHU status, exhaust blower status, VFD status, Room temperature &
RH.

The BMS Control System shall comprise of:

a) VFD for Air Handling Units and Exhaust Blowers


b) Air Flow Control Valve with Integral Airflow Measurement for BSL-3 Lab room.
c) Motorized Dampers with Open /Close Actuator for BSC Exhaust Blowers
d) Fresh Air Damper with Proportionating Actuator
e) Return Air Damper with Proportionating Actuator
f) Exhaust Air Damper with Proportionating Actuator
g) Pressure, Temperature & RH Sensors in BSL- 3 Lab Room
The above components shall be fully integrated with the BMS to provide control and monitoring of the BSL- 3
Laboratory operating conditions. The Building Management System shall be designed and provided to allow

32 | P a g e
START/STOP operation of the Complete HVAC system in AUTO Mode and the System shall have the provision
to over-ride the parameters (password
Protected) and to enable START/STOP operation of the HVAC system in MANUAL mode as well.
The Building Management System shall be complete with PLC’s, Sensors, Controllers, power and control wiring,
Software and other associated field devices and hardware, complete in all respect, as per requirement and
approved design. The HVAC system start and stop sequence shall be interlocked to provide the ON and OFF
functions such that it should prevent positive pressurization of the BSL-3 Laboratory, at any point of time.

6. ELECTRICAL WORK

Complete electrical power distribution system scheme for the proposed BSL-3 Laboratory. The
electricalDistribution system shall be designed and installed as per relevant Standards and Guidelines.

Work include main power distribution panel, sub-distribution boards and panels complete with required
switchgears,Breakers, circuit breakers, power and control wiring etc. complete as required and approved, for
power distribution system for the proposed BSL-3Laboratory.

The scope of work shall include internal lighting and power, cabling/wiring for HVAC System, Bio-safety
cabinets, door interlocks and BMS etc. complete in all respect.

LT Panel

Main Electrical LT Panel with 200 amps bus bar and sub panels for HVAC, Power System and BSL 3 Lab
Equipment. Panels shall have aluminium bus bar and required breakers and necessary tripping arrangement. (Free
floor mounted, indoor type, front operated, Top/Bottom cable entry, IP-65 Degree of Protection panels made out
of powder coated sheet steel, PVC colour coded. With MCCB and VFD enclosure with ventilation fan. Suitable
for AHUs and exhaust units and PDB / LDB, & control system) -

Electrical power Cabling 1.1 KV grade PVC/ XLPE insulated aluminium/ copper conductor armoured/

33 | P a g e
Unarmoured cables on cable tray.(Copper / Aluminium armoured / Flexible cables), control cables (copper), (for
plug points and Power Sockets)

AHU Starter Panel : Including VFD and its Control Circuit for Supply AHU and Exhaust Blower , Condensing
units etc.
7. Backup Power System

A dedicated UPS with Batteries shall be provided for providing Un-interrupted power supply to the BMS and
Door Interlock System. The UPS shall be capable to give approx. 10-15 minutes of power backup, in case of
mains power failure.

8. Internal Light Points, Fittings and Fixtures

The Electrical fittings and fixtures in the BSL-3 facility shall be sealed type, leak proof and capable to withstand
chemical exposures during laboratory fumigation.
All the light points, power points, light and power sockets shall be fully wired with switches, sockets, connections
complete in all respect as per approved designs and drawings.

9. Communication Facility

The proposed BSL-3 facility rooms shall be provided with Data and Voice points for communication. The Data
and Voice points shall be fully wired and complete with I/O points.

10. AIR CONTROL DEVICES

a) DIFFUSERS: Supply and installation of removable core, heavy gauge, powder coated Supply Air and
Return air Ceiling Diffuser with internally operated Enamel painted opposed blade volume control damper.

34 | P a g e
b) DAMPERS: Supply and installation of Galvanised Sheet powder coated Volume control dampers for
supply and return ducting. The scope of work includes providing of supports, bolts, nuts, gaskets and all
accessories

c) Motorised Volume control Damper

Motorised Volume control Damper with Modulating Electrical Actuator

d) Fire Dampers
Fusible link type fire dampers with limit switch in SA/RA ducts, with auxiliary switch / contactor, control
wiring & interlocking for switching OFF the respective AHU / FDV in case of fire.

11. Door Interlock System and Access Control for the facility

The door interlock and access control system shall be provided with combination of Biometric identification/ proximity
card based access, and push button based system for exit. The system shall be complete with access logic controllers,
door electromagnets, proximity cards and card reader/s, biometric identification, door release push buttons, emergency
door release buttons, PC communicator, control and power wiring and cabling and other required accessories,
hardware, and software. The access control system shall be powered through UPS supply for uninterrupted operation
even during mains power failure. The door Electromagnetic Lock shall be suitable for installation on doors/frames.

12. CCTV System

CCTV System shall be provided for surveillance of the Laboratory. The CCTV system shall be complete with
wall/ceiling mounted, associated power and control cabling etc. and required hardware and software. The output of the
CCTV system cameras shall be displayed on LCD monitor.

13. TECHNICAL SPECIFICATION OF ECTRO-MECHANICAL ITEM OF


DECONTAMINATION SYSTEMS
Desired Capacity: 350 ltr. /Day
The system should be complete with following items:

35 | P a g e
1. Two nos. Decontamination Tanks, each of 500 Ltr. capacity
2. Motorized valve connected with liquid level sensor through control panel
3. Disinfectant Chemical storage tank
4. Disinfectant Chemical dosing pump
5. Non return valves
6. Interconnecting piping including piping for chemical dosing
7. Pumps for discharging decontaminated effluent into sewer/drain (1W+1S)
8. Power and control cabling/wiring for pumps and motorized valves with control panel

Plumbing lines as per requirement

14. BIOSAFETY LABORATORY VALIDATION, TESTING AND DOCUMENTATION.-(IQ,PQ AND OQ)


Party external validation certificates

15. PASS BOX

Pass Boxes shall be provided at required locations for transfer of samples, chemicals and materials into the
laboratory Pass box with UV to be provided at Preparation Room and Exit Airlock. The Pass Box shall be
constructed in SS 304 . The corners inside the Pass Box chamber shall be coved for easy cleaning. The unit shall
be complete with, door electromagnets, door interlock, UV Lamp with timer, necessary wiring, controls and all
other accessories.

The pass box dimension shall be approx. 610mm x 610 mm x 610 mm.

16. Double Door High Pressure Autoclave/Steam sterilizer-optional

Microprocessor control steam sterilizer to cater sterile services of department & hospital. Should be based on minimal
consumption of water and energy Microprocessor based control panel which control all the functions of sterilization
automatically with pneumatic walls and fitting Normal working pressure range should be 1.2kg/cm2 at 121 c or
2.1kg/cm2 at 135 c approx. Jacket should be constructed of heavy duty 304 L grade stainless steel, as minimum

36 | P a g e
standard. Door should be constructed of heavy duty 304 grade(minimum) stainless steel should be provided with
good quality gasket silicon leak proof. And based on hinge for self- alignment. Doors should have one automatic lock
and one manual lock withthe feature of operating at pressure in chamber of 0.37kg/cm2. The digital display at front
panel.
Processed load should meet international standard for safety for all concerned and occupation safety.

17. Safety shower with eye washer

This contains mainly two types of showers i.e. one for Face protection at lower level and Second for Full Body protection.

• Both the shower can either be operated simultaneously or singularly as per the requirements
• Shower are fitted with pull chain for Body

Material of construction:
Pipe: GI (C-Class) heavy grade confirming to IS: 1239
Self-closing valve: Gun Metal
Bowl for eyewash: Highly visible yellow anti corrosive plastic
Eye wash nozzles: Highly visible yellow anti corrosive plastic
Shower head: Highly visible yellow anti corrosive plastic
Pull chain - MS Galvanized

18. The company can visit the site and accordingly design the BSL-3 lab as per the
Requirements mentioned above.

2 KW-4-4202 DESIGNING AND EXECUTION OF ANIMAL CHALLENGE FACILITY AS PER GMP FOR QUALITY CONTROL LAB:- 1 No
TITLE: UPGRADATION OF VACCINE QUALITY CONTROL
LABORATORYAND BUILDING UP OF ANIMAL CHALLENGE
FACILITY, AS PER GMP FOR SUPPLY OFHIGH QUALITY
VACCINES TO LIVESTOCK AND POULTRY FARMING
COMMUNITY- PHASE - I

37 | P a g e
The tender has been invited to provide the design and execution for upgradation of existing
Quality control laboratory and establishment of animal challenge facility as per cGMP for testing
of the veterinary biologicals produced by IAH & VB, Hebbal, Bangalore. The tenderer have to
design the facility to conduct Safety and potency test for the above biological as per c-GMP and
after approval the firm has to execute the facility as per the approved drawings.

The facility should be developed at most care that the animal care staff maintains high standards
of Bio security to protect the animals from pathogenic organisms that can be transferred by
humans and to avoid the escape of pathogenic organisms to environment.

Scope of the work:

The Tender has to provide:


L
ay
o
ut
dr
a
w
in
g,
st
ru
ct

38 | P a g e
ur
al
de
si
g
n,
co
nt
ai
n
m
en
t
fa
ci
lit
y,
de
ta
il
ed
dr
a
w

39 | P a g e
in
g
fo
r
ut
ili
ti
es
li
ke
st
ea
m
,
w
at
er
,
el
ec
tri
ca
l,
re

40 | P a g e
fri
ge
ra
ti
o
n,
H
V
A
C
an
d
ef
fl
ue
nt
tr
ea
t
m
en
t.
D
ra

41 | P a g e
w
in
g
s
h
o
ul
d
in
cl
u
d
e
p
er
s
o
n
al
a
n
d
m
at

42 | P a g e
er
ia
l
m
o
v
e
m
e
nt
a
n
d
d
et
ai
le
d
dr
a
w
in
g
of

43 | P a g e
Z
o
n
al
cl
as
si
fi
c
at
io
n

I. L
i
s
t

o
f

B
O
Q
s
,

44 | P a g e
a
l
l

o
t
h
e
r

d
e
t
a
i
l
s

r
e
q
u
i
r
e
d

45 | P a g e
f
o
r

t
h
e

p
r
o
j
e
c
t

e
x
e
c
u
t
i
o
n
.

46 | P a g e
II. E
x
e
c
u
t
i
o
n

o
f

t
h
e

p
r
o
j
e
c
t

47 | P a g e
n

s
p
e
c
i
f
i
e
d

f
a
r
e

a
s

p
e
r

t
h
e

48 | P a g e
a
p
p
r
o
v
e
d

d
r
a
w
i
n
g
s
.
III. T
h
e

a
n
i
m

49 | P a g e
a
l

t
e
s
t
i
n
g

f
a
c
i
l
i
t
y

s
h
o
u
l
d

50 | P a g e
b
e

d
e
s
i
g
n
e
d

t
o

h
o
u
s
e

a
n
i
m
a
l

51 | P a g e
s

i
n

a
n

a
p
p
r
o
p
r
i
a
t
e

s
p
e
c
i
e
s

52 | P a g e
s
p
e
c
i
f
i
c

e
n
v
i
r
o
n
m
e
n
t

t
h
a
t

53 | P a g e
m
e
e
t
s

C
P
C
S
E
A

g
u
i
d
e
l
i
n
e
s

a
n
d

54 | P a g e
a
p
p
r
o
v
e
d

b
y

l
i
c
e
n
s
e

i
s
s
u
i
n

55 | P a g e
g

a
u
t
h
o
r
i
t
y
.

I.

R
eq
ui
re
m
en
ts
of
th
e
pr

56 | P a g e
oj
ec
t

T
he
de
si
g
n
of
th
e
an
i
m
al
ch
al
le
n
ge
fa
ci
lit
y
sh

57 | P a g e
o
ul
d
in
cl
u
de
fo
ll
o
w
in
g
re
q
ui
re
m
en
ts.
L
ay
o
ut
dr
a

58 | P a g e
w
in
g,
st
ru
ct
ur
al
de
si
g
n,
co
nt
ai
n
m
en
t
fa
ci
lit
y,
de

59 | P a g e
ta
il
ed
dr
a
w
in
g
fo
r
ut
ili
ti
es
li
ke
st
ea
m
,
w
at
er
,

60 | P a g e
el
ec
tri
ca
l,
re
fri
ge
ra
ti
o
n,
H
V
A
C
an
d
ef
fl
ue
nt
tr
ea

61 | P a g e
t
m
en
t.
D
ra
w
in
g
s
h
o
ul
d
in
cl
u
d
e
p
er
s
o
n

62 | P a g e
al
a
n
d
m
at
er
ia
l
m
o
v
e
m
e
nt
a
n
d
d
et
ai
le
d

63 | P a g e
dr
a
w
in
g
of
Z
o
n
al
cl
as
si
fi
c
at
io
n

I. L
i
s
t

64 | P a g e
f

B
O
Q
s
,

a
l
l

o
t
h
e
r

d
e
t
a
i
l
s

65 | P a g e
e
q
u
i
r
e
d

f
o
r

t
h
e

p
r
o
j
e
c
t

e
x
e

66 | P a g e
c
u
t
i
o
n
.

II. E
x
e
c
u
t
i
o
n

o
f

t
h
e

p
r

67 | P a g e
o
j
e
c
t

i
n

s
p
e
c
i
f
i
e
d

f
a
r
e

a
s

68 | P a g e
p
e
r

t
h
e

a
p
p
r
o
v
e
d

d
r
a
w
i
n
g
s
.
III. T

69 | P a g e
h
e

a
n
i
m
a
l

t
e
s
t
i
n
g

f
a
c
i
l
i
t
y

70 | P a g e
s
h
o
u
l
d

b
e

d
e
s
i
g
n
e
d

t
o

h
o
u
s
e

71 | P a g e
a
n
i
m
a
l
s

i
n

a
n

a
p
p
r
o
p
r
i
a
t
e

72 | P a g e
s
p
e
c
i
e
s

s
p
e
c
i
f
i
c

e
n
v
i
r
o
n
m
e
n

73 | P a g e
t

t
h
a
t

m
e
e
t
s

C
P
C
S
E
A

g
u
i
d
e
l
i

74 | P a g e
n
e
s

a
n
d

a
p
p
r
o
v
e
d

b
y

l
i
c
e
n
s
e

75 | P a g e
i
s
s
u
i
n
g

a
u
t
h
o
r
i
t
y
.

I.

R
eq
ui
re

76 | P a g e
m
en
ts
of
th
e
pr
oj
ec
t

T
he
de
si
g
n
of
th
e
an
i
m
al
ch
al
le

77 | P a g e
n
ge
fa
ci
lit
y
sh
o
ul
d
in
cl
u
de
fo
ll
o
w
in
g
re
q
ui
re
m
en
ts.

78 | P a g e
3 KW-4-4203 SUPPLY AND COMMISSIONING OF DRUPS SYSTEM TO GMP FACILITY:- 1 No

TECHNICAL SPECIFICATIONS FOR 300 kW Integrated UPS- (Battery-Less) With


flywheel Energy Storage Unit (DYNAMIC ROTARY ENERGY STORAGE UPS
SYSTEM) AND
THE INTEGRATED CRITICAL POWER CONDITIONING UNIT (ICPCU)

I. GENERAL INSTRUCTIONS
a. Only Manufacturer, OEM's or agencies authorized by the OEM's shall quote.
b. Offer received by traders, agents or contractors will not be considered.
c. The OEM should have minimum of 10 years of experience of similar work.
d. Pre-qualification document to be enclosed
 List of major contracts executed in India preferably at Bangalore.
 Companies / Personnel Profile.
 Organization Chart.
 Peripheral information.
 Appropriate license.
 Income-Tax clearance certificate.
e. The bidder should read our documents carefully and then tender their offer in two Part.

II. Part one: Techno- Commercial.


The Techno-Commercial offer shall contain all the technical compliance statement including system details /
data / information asked in our documents. Literature, original Catalogues/documents supporting the
compliance, bidder’s Commercial terms and conditions to be furnished. The part one should consist of all the
technical details without price details. All the information asked should be furnished in the part one. Price
value should be mentioned in Part -two

79 | P a g e
III. Part two: Financial bid
This should contain parties’ best competitive price offer. (in FE & INR as applicable)
Tax / duties & other levies details must be mentioned clearly.
The cost of the item shall be furnished in the Financial bid only.
NOTE:
a. Clause by Clause Technical Specification compliance for our specification document should be
furnished along with the bill of material.
b. Deviations, if any, shall be indicated in the offer.
c. Better features other than specified shall be highlighted
d. Better features other than specified shall be highlighted, if any necessary for the system& operation.
IV. Spares:
a. Supplier must give list of spares & consumable to be maintained at site all time with price (to
be mentioned in price bid only) valid for three years.
b. Price List of serviceable & on site replaceable components, such as, PCB’s, IGBT, other
semiconductor devices, power & control contactor, power supplies, monitoring display meters
etc.

V. digital Maintenance Tool:


Supplier shall also supply necessary tools required to carry out general maintenance and downloading
necessary parameters for recording & analysis. Uploading necessary data into the system during
maintenance.
VI. Warranty
a. Against defects in material and workmanship
b. 24 months from the date of supply and acceptance.

VII. Comprehensive Maintenance after Warranty Period


Supplier must submit offer for AMC after expiry of warranty period for the full life of the equipment

80 | P a g e
(minimum 15 yrs.)
VIII. TRAINING
Training on the operation and general maintenance of the system shall be provided to IAH & VB
personnel by the vendor free of cost at site.
IX. SAFETY
The electrical installation shall satisfy the requirement of Indian Electrically Rules as amended up to date
relevant IS code of practices and Indian electricity act. In addition, other rules of regulations applicable to
the work shall be followed. It shall be the responsibility of the contractor to comply with all the safety
norms and fulfill all the relevant acts. IAH & VB will not be responsible for any untoward accidents for the
party’s working personnel.
X. WORK INSTRUCTIONS

The qualified engineers & technicians shall do the installation works.


Only the qualified electricians shall do the other Electrical works.
The party shall bring all the necessary tools and instruments required for erection, installation,
commissioning and testing.
For all electrical works, such as crimping, terminal connections, tinning right size and proper tools shall be
used.
XI. WORK SCHEDULE

Submission of PDR document after acceptance of PO:------ 15 Days


Review and clearance of PDR:----------------------------------------- 10 Days
Delivery of materials at site from the date of site clearance: 60 Days
Erection / Installation:------------------------------------------------------- 45 Days
Testing & Commissioning and acceptance:----------------------- 15 Days
Submission of all documentation:-------------------------------------- 15 Days

XII. DOCUMENTATION
a. Three sets of Operation & Maintenance instruction manual.
b. Three sets of Service manual with detailed power and control wiring diagram, circuit diagram.
c. Three sets of original Spare parts catalogue with part numbers

81 | P a g e
d. List of recommended spares.
e. Three sets in original Handing over document & as- build drawings in Auto CAD with soft copy in CD

TECHNICAL SPECIFICATIONS FOR 300 kW Integrated UPS- (Battery-Less) With


flywheel Energy Storage Unit
----------------------------------------------------------------------------------------------------------------------
1. SCOPE:
Design, Supply, Delivery, installation, testing & commissioning of fully on – line Uninterruptible Power Supply
system with built in vertical flywheel energy storage unit of a 50 Hz, 333kVA / 300kW, 415 volts three phase four
wire low maintenance power conditioning unit named as Integrated Critical Power Conditioning unit, (ICPCU)
The system should be based on duel conversion technology & should be highly fault tolerant IGBT architecture
designed to protect all critical loads.
2. General:
The Integrated Critical Power Conditioning unit, (ICPCU) shall be capable of operating within environments
where small footprint and low maintenance interventions are important and in critical power applications where
long-term autonomy from mains disturbances are addressed through associated standby generation capacity.
The system shall be able to operate independently for a period of at least 20 seconds at its full rating (100% load)
and shall have capabilities to support the users load of stable and fully regulated power when integrated within a
standby generation application.
The ICPCU shall meet the characteristics of a true VFI (Voltage and Frequency Independent) UPS following the
EN 62040-3/IEC 62040-3 standard but shall offer a range of operating modes to balance the requirements of
power conditioning and energy efficient operation. The modes should be consistent with the VI and VFD
specification of IEC 62040.
The ICPCU shall be capable of operating as a stand-alone unit but shall have provisions for operating as a
parallel system of up to minimum of 6 units with all necessary interface connections and ancillary items such that
it can be easily and economically expanded with minimum disruption for increased capacity or to provide a fully
redundant system.
When operating as a parallel system, a facility to operate in an Enhanced Redundancy Mode (ERM) shall be
provided to enable further energy savings to be achieved through the standby operation of non-required units.
The ICPCU and all associated equipment and components shall be manufactured in accordance with the EN

82 | P a g e
62040/IEC 62040 standards by a manufacturer who is ISO 9001 certified and with over 20 years’ experience in
the design manufacturing and servicing of UPS systems.
To facilitate remote monitoring of the ICPCU, a Smart Phone Application (App) based on either the Android or
iOS platform shall be available to enable remote access to real-time high-level operational data.
3. System Description and Operating Modes
Each IPCM system shall comprise the following major components: -
I. One rectifier.
II. One static inverter.
III. One static switch. (Automatic Bypass)
IV. Maintenance Bypass (Manual)
V. One Kinetic Energy Store
VI. One Cooling System
VII. One main control and alarm panel complete with mimic diagram and TFT or LED display

4. Description
The ICPCU shall be capable of operating in a range of modes which best address the requirements for power
conditioning and operational efficiency as further described below.
4.1 Total Power Protection:
In this mode, an extremely high priority on protecting the supply quality and the load and a high level of efficiency
is also required. The ICPCU shall operates in the highest UPS classification (VFI) and should permanently
operate in VFI mode regardless of the incoming supply conditions.
4.2 Voltage Protection:
In this mode, a high-level of protection to the load but will accept operation in VI mode to deliver some additional
level of energy saving within the system.
4.3 Disturbance Protection:
In this mode of operation, maximising energy savings is needed even if some risk to the supply quality received
by his load.

83 | P a g e
5. Maintenance Capabilities
The ICPCU should be designed with the objective of reduced maintenance requirements and minimised
intervention. Consumables such as dust filters, grease refill containers and cooling fans should be changeable
on-line without having to shut down the unit.
Flywheel bearings and dc-link capacitors should have a replacement interval of at least 10 years.
During routine maintenance, the mode of operation should be capable of being adjusted based on actual and
historical mains quality conditions to enhance efficiency and improve the TCO over the total period of operation.
6. Major Component:
Rectifier
The rectifier will be supplied from the public mains supply or from the standby generating set. Its function is to
supply both the inverter and the energy storage system. It should utilise IGBT technology in order to limit current
distortion of the input current to < 3% and to ensure problem-free Diesel operation.
7. AUXILLARY D.C OUTPUT:
For starting of captive system (500 KVA D.G) 24 volts DC output from system rectifier should be made available
at all time.
8. Inverter
The inverter shall generate a three-phase supply with controlled voltage and frequency. In normal operation, the
inverter is supplied by the rectifier. In the event of a mains failure it is supplied by the energy storage. The inverter
in turn supplies the load.
The output stages of the inverter shall be pulse-width modulated at high variable frequency in order to obtain an
exact sinusoidal output voltage, even with a non-linear load.
Regulation should be microprocessor-controlled in order to correct deviations during load changes. As a result, a
voltage tolerance of ± 1% static and ± 3% dynamic can be maintained, even with a 100% change in load. A
phase-angle adjuster in the microprocessor should ensures synchronicity between the reference sine signal and
the bypass network, so the latter is continuously available in the parallel standby position.
8.1 The inverter should comprise the following main components:
 Fully-transistorised three-phase inverter bridge employing IGBT technology

84 | P a g e
 Output filter capacitors for reducing the distortion factor to < 1% for a linear load and < 3% for a
non-linear load.
 Outgoing contactor for connecting and disconnecting the inverter output
 Inverter controller for monitoring and control
8.2 Static Switch (Automatic Bypass)
The static switch should automatically supply the load without a break from the public mains supply in the event
of a failure, if the inverter exceeds the voltage tolerances of ± 10%, because, for example, there is an excessive
overload, there is a short-circuit at the load or the inverter is not available.
After the above-mentioned criteria no longer apply, the automatic bypass should switch back without a break to
inverter operation.
A power conditioning choke shall be provided in series with the static switch to provide effective disturbance
protection whilst this path is enabled.
The static switch should comprise dual thyristor modules for uninterruptible changeover from inverter operation to
bypass operation. The changeover from inverter to bypass operation and vice versa should be implemented
automatically as well as manually and shall be always without a break. The rated output of the automatic bypass
shall correspond to the total output of the ICPCU system. In the parallel mode with other ICPCU modules, each
module shall have its own automatic mains bypass. The bypass mode must be capable of being disabled when
the ICPCU is supplied by a standby generating set.
The Static switch shall have a current capacity of 20 times rated current for 10ms.
9. Kinetic Energy Storage:
The Kinetic Energy Storage unit should be integrated within the ICPCU providing minimum 6 MJ of stored energy
to deliver a maximum continuous discharge rate of 300 kW for minimum duration of 20 seconds.
The flywheel should be a medium speed device operating a vacuum to ensure the smallest possible idle losses.
The flywheel should be in the form of a vertical rotor supported by a reliable ball bearing arrangement where the
safety of the flywheel is not dependent on the functioning of active controlled bearings.
The flywheel should be charged and discharged by a synchronous machine integrated within the flywheel.
The K.E Storage shall support an UPS output power of 300kW / 330KVA for minimum duration of 20s.
Design life time shall be at least 15 years. Bearing exchange shall be required only once during design life time.

85 | P a g e
The K.E storage shall support the frequency stabilisation in genset operation. An 100% load step (load
acceptance or load drop) shall not lead to a frequency deviation > ±1%
10. AUTO START FACILITY
The IPCU system should have the feature of “AUTO START”. In event of standby power fails to come up within
specified period & the ICPCU system may trip due to loss of input power. After resumption of input power the
ICPCU should start automatically & restore output power without any external intervention.
11. Cooling System:
In order to ensure an adequate cooling of the semiconductors of the power section and the flywheel at rated
device output power, liquid cooling technology should be utilised. The heat sinks of rectifier, inverter, K.E Storage
converter and the lower bearing unit, as well as the housing and the inner diameter of the stator core of the
flywheel should be cooled by a coolant in a closed-loop cooling circuit.
The cooling of control electronics, Bypass thyristors and chokes is to be achieved by the air flow of the fans to the
heat exchanger. These fans should be temperature-dependent controlled.
The cooling circuit pipework should be of stainless steel construction to achieve the best possible reliability. A
closed system is required to ensure a change or topping up the coolant level over the total lifetime of the ICPCU
is not necessary.
The cooling concept shall be a sealed liquid cooling with sufficient fans for the heat exchanger.
12. Main Control and Alarm Panel
The operator control and information unit shall be ergonomically arranged on the front panel of the ICPCU and
consist of a capacitive touch panel with a minimum image resolution of 1280 * 800 pixels and a size of at least 12
inches.
All switching operations should be initiated from this touch panel with unintentional inputs or switching operations
prevented by a two-step operation with a sliding movement on the touch screen in the second step.
The mimic diagram shown on the touch panel should change in accordance with the IPCU operation mode and
should show all important measurements of input and output power and the instantaneous capacity of the kinetic
energy storage module. Faults and service status should be indicated separately.
Connections for external communication to the touch panel should be available on the printed circuit board of the
panel itself. These should include Ethernet connection, USB connection and SD-Card slot.

86 | P a g e
At least 1200 operating and status messages, with date and time, should be stored in chronological order in the
event memory and capable of being read out in the display, printed out via a printer or copied to an external
device in "comma-separated values". (csv) file format.
13. Communications and Monitoring
13.1 Remote Application (App)
The ICPCU shall support a remote application capability enabling high-level operational data and status
information to be available via a smart device in a secure environment. This application shall provide real-time
system monitoring and should enable event/alarm notifications to be presented on this device by push notification
services. This functionality should be available through an application supported by both Android and iOS
platforms.
13.2 System Interfaces
All operating and status messages available on the front screen shall be available for external applications.
13.3 Standard I/O Card
For remote indication/remote signalling the following shall be made available on the built-in standard I/O card:

7 digital inputs
3 analogue inputs
6 potential free changeover contacts
14. Mechanical Design
The ICPCU should be supplied in two rugged steel cabinets. One cabinet containing the flywheel and the heat
exchanger system with all fans and pumps. The second cabinet containing the electronics and the power stage.
The cabinets should be designed for single transportation with the aid of a fork lift or pallet truck and combined on
site to form the integrated ICPCU system.
Installation and all other commissioning and maintenance operations should require front access only and the
ICPCU shall have standard cable entries enabling both top or bottom cable access.
The air duct outlet of the cooling should provide outlet either on the top or on the back of the unit.
The ICPCU should be available in a RAL 9005 powder coating in matt fine structure and an appropriate primer
used to provide corrosion protection.

87 | P a g e
14.1 Environmental Compatibility
In a standard configuration, the ICPCU must meet the EN 62040-2 or IEC 62040-2 EMC interference suppression
requirements class C3.
The ICPCU should be able to operate in an ambient temperature of 0 – 40 °C with a daily mean value of < 35°C.
With a small derating, an extended operating temperature up to 50°C should be available. The ambient humidity
should be 5 – 95% (no condensation).
The noise level shall not exceed an allowable sound pressure level of 70 dB(A) measured at a height of 1 metre
and at 1 metre from the cabinet surface, with the IPCU under full load and with maximum fan speed.
15. Electrical Characteristics

a. Output
Rated power (@0.9 PF) 300 KW / 333 KVA
Load Power factor range (without derating) 0.9 lead to 0 lag
Rated voltage: 415 volts a.c
Stored energy 6000 Kws
VFI Mode (Full protection)
Voltage regulation
Including 100% unbalanced loads ±1%
with 100% load change and < 10ms recovery ±3%
Voltage THD @ linear load & non-linear load <1/3 %
Frequency regulation ± 1% (adjustable)
Short-circuit capability Up to 3x In
b. VI Mode (Voltage protection)
Voltage regulation (@± 5% input voltage tolerance) ± 2 %
Frequency regulation % synchronised to input

c. VFD Mode (Disturbance protection)


Voltage tolerance ± 15 % (adjustable)

88 | P a g e
Frequency regulation % synchronised to input
Input
Rated frequency 50 Hz
Frequency tolerance ± 10 % (adjustable)
d. VFI Mode (Full protection)
Voltage tolerance ± 15 %
Power factor 0.99
Current THD <3%
e. VI Mode (Voltage protection)
Voltage tolerance ± 5 % (adjustable)
VFD Mode (Disturbance protection)
Voltage tolerance ± 15 % (adjustable)

16. General Data


Sl.No SPECIFICATION DATA / VALUE
a. UPS performance classification VFI SS 111
b. Ambient temperature (daily mean average < 35°C)°C 0 – 50 (> 40 @ reduced load)
c. Ambient humidity (without condensation) 5% - 95%
d. Installation altitude without any derating above mean 1000 Meter
sea level)
e. Noise level (at distance of 1 m) dB(A) 70
f. Radio interference level (IEC 62040-2, Class 3
VDE 0558-520)
g. Colour To be mentioned RAL……..?
h. Weight including energy store To be mentioned kGs……..?

89 | P a g e
i. Dimensions (w x d x h) To be mentioned in m.m ……..?
j. Overload capability (3ph and 1ph) VI / VFD 2000% for 100ms / 150% for
600s
VFI 150% for 60s / 125% for 600s
k. Cable connection Bottom
l. Cable connection terminal Suitable for copper cable
m. Parallel configuration Multi module minimum 06.
n. Display / GUI 12“touch screen
o. Communication SD, USB, Ethernet, remote APP, SNMP,
Modbus, TCP/IP, Webserver OPC.
p. Operating Mode: Manual, Self learning, Auto, Remote
q. ERM mode deployment Criteria Manual / Auto / Remote

17. Efficiency according to IEC 62040-3


01 VFI Mode :
at 25 % load > 95 %
at 50 % load > 96 %
at 75 % load > 96 %
at 100 % load > 96 %
02 VI Mode :
at 25 % load > 95.5 %
at 50 % load > 97.5%
at 75 % load > 98 %
at 100 % load > 98 %
03 VFD Mode:
at 25 % load >98.5 %
at 50 % load > 99 %
at 75 % load > 99 %

90 | P a g e
at 100 % load > 99 %
18. FLYWHEEL ENERGY STORAGE
Flywheel Runtime (% Load) 100% - 20s
75% - 27s
50% - 40s
25% - 80s
19. Grounding / Earthing
Type Two-point ground in accordance with the recommendations of IEEE
Standard and the requirements of the IS & NEC.
Panel earth bus High-purity electrolyte copper E-Cu 57 bus bar of size 40x6 mm
should be run all along the width of the panel at front or rear bottom
surface.

20. Pre-dispatch acceptance:


Party must furnish factory test data for scrutiny & verification 15 days before dispatch.

21. Testing and acceptance at site:


The ICPCU shall be tested at site as per standards applicable. Heat run test shall be carried out after
final commissioning for 42 hrs. continuously on load. The supplier shall arrange for required manpower
(Not less than 2 person / shift)
The supplier shall also arrange for necessary recording instrument (power analyzer, A.C / D.C Clamp
meter etc.) during acceptance test.
Mains & Standby Power shall be made available by IAH & VB customer including all consumable.
Any deviations from the specifications or in testing should be attended & offered for re-testing
22. Documentation
a. Party to submit the PDR document for approval within 15 days after receiving the
purchase order.

91 | P a g e
b. PDR document should contain –SLD, GA drawing, Structural details, Power & Control
circuit drawing and Delivery schedule.
c. Installation & Commissioning Manual.
d. Operating Manuals.
e. Routine / Acceptance test results as per standard.
f. Document should be supplied in duplicate with hardbound cover having printed title.
g.
h. The entire document is to be copied & supplied in CD.

4 KG-3-4204 FREEZE DRYER:- 1 No


SPECIFICATIONS FOR FREEZE DRYER

REGULATORY COMPLIANCES:
Construction of the unit according should be in accordance with the latest GMP/FDA including GAMP, CFR 210, CFR 21 part 11 and
should be ISO 9001 certified.

CONSTRUCTION
• The freeze dryer should be supplied for integration into sterile room wall.
• The front panel in the sterile room should be made of ground stainless steel and should be provided with a stainless steel frame
with a masked screw connection to cover the joint between the front panel and the sterile room wall.
• Ice condenser should be mounted, in close proximity, so that the unit is compact and occupies minimal space.
• The unit should have provision to determine end point of freeze drying.
• The opening between drying chamber and ice condenser chamber should be such to enable for unobstructed flow of water vapor
from the product chamber to the ice condenser.
• The design should be such that there is no pressure drop between drying chamber and ice condenser chamber so that it should be
possible to dry sensitive products with low eutectic range which are difficult to dry otherwise.
• High efficiency and economic operation of the unit is desirable.
• Construction of the unit should facilitate accessibility of the Ice condenser and chamber of the unit for cleaning, disinfection and
validation.
• The drying chamber and the ice condenser chamber should be separate vessels and assembled as an integrated unit. Leak rate of
the entire unit should not be greater than: 5 x 10-3 mbar.l / sec.

92 | P a g e
• The unit has to be compatable to VHP-Generator, SS door & door sealing, flange connections (inlet and outlet) with manual
diaphragm valve, connections on the right side along with CIP – Cleaning equipment consisting of tubing, valves and nozzles in
the chambers, for connection of an external medium,

• for automatic cleaning of the entire drying chamber and ice condenser chamber of the unit according to ISO 13408. Cleaning by
direct flow and drain method, parallel run of nozzle fittings.

• Temperature of water: +80°C, including water ring pump for drying of the chamber post CIP.
• Overall dimension:
• The unit should be designed such that it should be accommodated in a space of area
• 6ft (L) X 4.5ft (depth) X 6.5ft (Ht) including access to maintenance of all components.

REFRIGERATION SYSTEM
• The machine should have two independent refrigeration systems with water cooled heat exchangers and equipped with Industrial
Type, Semi – Hermetically sealed compressors.
• Refrigerator 1 (two-stage); Power consumption 4 Kw / 5.5 HP approx.
• Refrigerator 2 (single-stage, 1.2 kW /1.6 HP) approx.
• Two stage refrigerators must have two cooling circuits, one for cooling the shelves (pre-freezing), second for cooling the ice
condenser (drying).
• It should be possible to carry out the complete drying process even with just one refrigerator(Two stage) in the event of malfunction
in the single stage refrigerator.
• Following devices must be equipped for ensuring operational reliability of the refrigerating system.
• Approved pressure control devices according to safety regulations (BGV D4 or equivalent)
• Thermal overload switches for the drive motors.
• An excess current release to protect the motor in the event of overload and failure of one phase of the mains supply.
• Electrical heating of the crankcase if the compressors are not in operation
• Automatic switch off in case of failure of the cooling water supply
• Depending on the refrigerator load, the cooling water supply should be automatically regulated by a valve controlled by the
pressure of the refrigerant
• The pressure control device should automatically switch off the refrigerators in case of a lack of cooling water.
• Depending on the process phase, the power of the refrigerator should be adjusted appropriately via an output controller.
• It should be possible to use both refrigerators simultaneously for fast cooling of shelves.

ICE CONDENSER DESIGN


• Surface finish: Average peak to valley height Ra = 0.4μm according to DIN 3142
• All installations in the ice condenser chamber should be made of stainless steel PTFE or appropriate sealing materials like silicone

93 | P a g e
or EPDM. All parts which come into contact with the product should be made of materials free of nonferrous metals and should be
cGMP compliant for injectables.
• Ice condenser coils should be mounted inside the condenser and not externally for efficient heat transfer; Material of construction:
stainless steel, pipes straight bead welded according to DIN 2463.
• Ice condenser capacity: max. 25 kg
• Ice condenser temperature: approx. -80°C.
• It should be possible to close the intermediate valve during the defrosting process for simultaneous loading of the shelves.
• It should be possible to defrost the ice condenser with warm water or steam.
• It should be possible to activate the defrosting process from the control panel on the control unit and proceed automatically.
Defrosting system for the ice condenser should be equipped with following components:

• A ring of piping for spraying the ice condenser with warm water should be provided above the coils
• 1 pneumatically operated diaphragm valve DN 25 or equivalent at the bottom of the ice condenser chamber for draining the
condensate• 1 pneumatically operated valve DN 15 or equivalent for warm water supply
• 1 pneumatically operated diaphragm valve DN 15 or equivalent for aeration and de-aeration of the ice condenser chamber
• Level switch for detecting the water level – full and empty
• Necessary piping and the electric control system
• Interchangeable sieve fitted in the drain in order to protect the drain valve against dirt or particles.

DRYING CHAMBER & DOOR


• The internal dimensions of the drying chamber > 750 mm X 650 mm X 800 mm.
• Stainless Steel (AISI 316 Ti)
• Surface finish: Average peak to valley height Ra = 0.4μm according to DIN 3142.
• Chamber inner finish 320 grit.
• Final Vacuum: 1 x 10-3 mbar.
• Leak rate: 5 x 10-3 mbar l / sec.
• The unit should be compatible for VHP-generator for sterilization i place with necessary valves for operation.
• The unit should have provision for CIP to carryout automatic cleaning and drying of chamber and ice condenser as per ISO: 13408
with necessary accessories like pump,valve,tubings,etc.
• The unit should have hydraulic stoppering device for insitu stoppering of vials at the end of cycle with necessary safety devices as
per international standards.
• The drying chamber must be fitted with the following stainless steel connections:
• DN 25 sterile clamp connections for external sensors (Calibration, Validation)
• The Chamber Door should be equipped with the following:
• Access door, hinged at the right of the chamber with app 180 ° opening
• 80 mm SS door with solid stainless steel frame, view glass and light.
• Door Locks: 2 swivelling ball-bearing turn-lock fasteners

TEMPERATURE CONTROLLED SHELVES


• The drying conditions should be identical on all shelves.
• Material of construction: Stainless Steel (AISI 316 Ti)
• Surface finish: average Ra = 0.4μm according to DIN 3142

94 | P a g e
• Evenness: parallel surfaces +/- 0.5 mm
• Shelf area for loading product around 1.30 to 1.4 m2
• Distance between the shelves approx. 85 mm with 5 + 1 shelves.
• Usable dimensions of shelves at least: Width: 450 mm X Depth: 600 mm.
• The shelves should be welded with rectangular channels embedded inside, guiding the heat transfer fluid for good temperature
control.
• The shelves should be equipped with stoppers for the trays / frames as well as flexible stainless steel connecting hoses.
• Temperature distribution should be uniform on the entire shelf area.
• Temperature differences: in static state should be +/- 1K on all shelves
• The temperature of the shelves should be controllable in a range between -60°C to +50°C.
• For maximum operational reliability, the freeze dryer should be equipped with two circulation pumps for pumping the heat transfer
fluid and operate alternately. The change-over from one circulation pump to the other should be carried out automatically or
manually.
• In case of failure due to the switching-off of the excess current release or differential pressure switch, the changeover should occur
automatically.

LIQUID CIRCULATION PUMPS FOR SHELF TEMPERATURE CONTROL


• Temperature range -60 to +50°C
• Fluid type: Silicone oil Syltherm HF
• Pipeline material: SS / Cu
• Circulation pump: 1 piece, Grundfoss
• Heating power: 1 x 4000W / standard.

AERATION DEVICE
• The aeration device aerates the drying chamber and the ice condenser chamber with sterile air respectively nitrogen or another
inert gas. This device should have stainless steel pipe connections with following valves:
VACUUM SYSTEM
• The two-stage oil sealed rotary vane pump with a gas ballast device to pump off all condensable vapors. It should be equipped
high vacuum safety valve to prevent oil reflux into the vacuum pipe and the chamber.
• Technical data for the vacuum pump:
• Nominal pumping capacity per pump: 20 m3/h at 50 Hz
• Final total pressure without gas ballast: < 3 x 10-3 mbar
• Final total pressure with gas ballast: < 5 x 10-3 mbar
• Time of evacuate to 0.1 mbar < 30 minutes without product Shelf temperature control system
• The vacuum pump should be built into the freeze dryer and should be easily accessible for service.
• For operational reliability the vacuum pump should be equipped with:
• Thermal overload switch for the drive motor
• An excess current release to protect the motor in the event of overload and failure of one phase of the mains supply.

EXHAUST FILTER
• The vacuum pump should be equipped with an exhaust filter for separating oil mist for prevention of air pollution caused by oil mist

95 | P a g e
HYDRAULICALLY OPERATED VIAL SEALING DEVICE:
• The electro-hydraulic intermediate valve and the stoppering device built into the freeze dryer should be bottom driven and located
in the ice condenser. The closing pressure on the shelf should be adjustable up to 20 N/cm2.

PRESSURE REGULATOR
 An electromagnetically operated valve should be installed in the suction pipe between the vacuum pump and the ice condenser to
regulate the working pressure in the freeze dryer during the main drying phase.
 It should have the ability to set the threshold values anywhere between 75 and 0.001 mbar.
 The pressure control valve must be closed when the vacuum pump warms up (phase: preparation).
 Pressure switch with signal to the SCADA system.

 Air suction volume 120 L/min


 Maximum pressure: 8 bar
 Volume of pressure vessel: 10 L
The freeze dryer should have provision to operate individually all the systems ( Hydralic, Vacuum, Refrigeration, Aeration, CIP,
etc.,) in case of emergency.

PROCESS & CONTROL SYSTEMS WITH ONLINE UPS


 PLC Process & Control System Siemens Simatic S7 or equivalent for Manual and programmed operation.
 System clock for control of process times and maintenance intervals, Error message system
 The control-cabinet in the operating area should include the main control PLC.
 Touch screen TFT-display (Industrial PC with Operating System WINDOWS; process colour laser printer
 S7-Profibus - DP- Station for analogue-sensor-measurement and binary feedback information
 Control system for sterile room:
 This control panel would be installed near the door of the freeze dryer, to enable the operator to activate routine functions e.g.
loading / unloading, cleaning etc.
 Class of protection: IP 65/Nema 6
 4-line display with up 20 letters per line
 Navigation in display using cursor keys
 Display of vacuum pressure in mbar, temperature display for product, shelves, ice condenser.
 With user keys installed in the display of the control panel on site:
 Integrated lighted stainless steel keys for: open /close door
 Lift / lower hydraulic system
 Start / Stop aeration
 Open / Close condenser drain
 Start / Stop defrosting
 Lyocontrol system: for determination of product freezing / eutectic range and additionally supervises the actual product resistance
value during main or final drying to avoid product melting.

96 | P a g e
USER INTERFACE SOFTWARE
 User interface SCADA-software designed for touch operation
 Must have following capabilities:
 Administration of up to 32 freeze drying programs / recipes
 Manual and programmed mode
 Shelf temperature indication and control
 Condenser temperature display
 Product temperature indication and control
 Automatic Lyocontrol
 Vacuum Safety Pressure
 Shelf Temperature comparison with product temperature,
 Automatic test at the end of the final drying process,
 Control of the drying process.
 Control of stoppering pressure in the SCADA-system
 Adjust closing pressure from the freeze dryer recipe
 Mimic diagram showing name and part no. of compressors, valves, pumps in operation.
 Automatic compression of files
 Zoom functions, scales should be freely expandable
 Direct export of the zoomed process graph in PDF & Excel
 Pass word levels
 Support-bar for automatic creation of all needed files in a support-directory, for assistance needed from manufacturer.

REMOTE OPERATION
 Remote PC including software: Remote PC including software for freeze dyer via analogue modem ISDN, DSL or LAN for remote
control of the freeze dryer; scope of delivery should include: communication software, desktop with monitor or Notebook-PC, with
operating system and colour graphics laser printer.

PROBES & SENSORS


 Wireless product temperature measurement probe. Probe should not have plugs and wires to avoid cleaning and contact problems.

Sensors:
 Machine is to be equipped with following sensors as standard:
 1 x shelf inlet temperature (PT 100)
 1 x shelf outlet temperature (PT 100)
 1 x Vacuum Sensor (Type Pirani)
 2 x ice condenser temperature (PT 100)
 1 x Lyosensor (1x PT 100 + 1 x Rx)
 PT100 sensors to be provided 2 nos for eachshelves

LOADING TRAYS

97 | P a g e
 Stainless steel product loading frames along with necessary pull out
Bottoms for loading vials on the shelves.

TRAINING, TESTING & INSTALLATION


 Testing of the equipment & training for three persons at manufacturer’s factory.
 Installation and start up and function check of the machine at site.

INSTALLATION, COMMISSIONING & START-UP.

IQ/OQ DOCUMENTATION FOR VALIDATION

SITE ACCEPTANCE TEST

Compatible Chiller Unit to be supplied with the machine along with necessary connections.

ANNEXURE – A

98 | P a g e
AGREEMENT

Ref. No: TPC/KVAFSU/e-proc-42/G&S/PUB/2018-19/85/Dt-03.12.2018

To:
The Coordinator
Tender Processing Cell,
Opposite Kannada Sabhangana, Affix the
Veterinary campus, Hebbal, Photograph of the
BANGALORE-560 024 person signing the
document with seal
& Signature

Sir,
Having examined the tender documents in connection with Specialized Works to your University under 2018-19,
called by you, I/We, the undersigned offer to take up Specialized Works in conformity with the terms and
conditions of the tender at the rates quoted if the contract is awarded in my/our favour.

I/We understand that the quotation offered shall be valid for a period of 2 years from the date of acceptance of
offer which may further be extended by another six months if required by you.

I/We undertake if our quotation is accepted I/We will enter into Contract to deliver the goods accordingly.

I/We agree to abide by this tender for the period as above & during the extended period, in case of extension.

I/We undertake to deposit Security Deposit amount in accordance with the terms and conditions of the tender if our
offer is accepted.

99 | P a g e
I/We until a formal contract is prepared and executed, the tender together with your written acceptance thereof and
your notification of award, shall constitute a binding contract between us

I/We understand that, in competing for (and, if award is made to us, in executing) the above contract, we will strictly
observe the laws against fraud and corruption in force in India namely, “Prevention of corruption Act 1988”.

I/We understand that you are not bound to accept the lowest or any quotations you may receive.

Place: Phone No. (Off) ___________ (Res) ____________

Date: Fax No. ______________


Signature

Name & address of the person signing the tender form Signature ________________________
Name in capital

NOTE: 1) The quotations shall be indicated in the format attached.


2) Quotations not in the format will be rejected.
3) Duly authorized to sign tender for and on behalf of ___________________________________________
In what capacity Seal of the Firm

ANNEXURE –B

100 | P a g e
Ref. No: TPC/KVAFSU/e-proc-42/G&S/PUB/2018-19/85/Dt-03.12.2018
List of Quoted items

ANNEXURE –C

101 | P a g e
Ref. No: TPC/KVAFSU/e-proc-42/G&S/PUB/2018-19/85/Dt-03.12.2018
DETAILED SPECIFICATIONS, BOQS (WITHOUT PRICE) PER UNIT AND DRAWINGS WHERE EVER
NECESSARY OF THE TENDERED WORK OFFERED SEPARATELY ON FIRMS LETTER HEAD DULY
SIGNED WITH COMPANY/ FIRM SEAL.

102 | P a g e

Você também pode gostar