- Home
- >
- Tender
- >
- Kerala Tender
- >
- Department of ELECTRONICS TECHNOLOGY PARKS
- >
NTID 43951461
ProcXpert
Share Your purchase requirement, Our ProcXpert team will Connect you to right Supplier.
Inquiry NowSupply Installation Testing in Thiruvananthapuram - Complete Tender Details
Find eligibility criteria, important deadlines, bidding requirements, and download official documents for "Supply Installation Testing " in Thiruvananthapuram, India.
ELECTRONICS TECHNOLOGY PARKS
Thiruvananthapuram, Kerala, India
NTID 43951461
- Opening Date : Wed 25th February, 2026
- Closing Date : Tue 24th February, 2026
- ₹ 37768500.00
- NTID 43951461
Tender Description
Documents
Get Complete Tender Details Now - Download the Document!
Download Now – Only ₹200-
Document-1
721.3 kBOil_India_ExtraDoc...Oil_India_ExtraDocument-GCO0449P23.pdf
-
Document-2
721.3 kBOil_India_ExtraDoc...Oil_India_ExtraDocument-GCO0449P23.pdf
Costs
-
EMD
100000.00 -
Document Cost
8850.00 -
Estimated Cost
37768500.00
BOQ Items Total Items : 256 | Total Qty : 19483.46
| # | Item | Quantity | Units |
|---|---|---|---|
| 1 | Air Cooled Chillers. Supply, Installation, Testing, and Commissioning (SITC) of modular air-cooled DC Inverter EVI Scroll Chillers, each with a minimum capacity of 36 TR and capable of operating at a minimum capacity of 6 TR (unloading up to 15% of full load). The system must meet all tender specifications, ensuring optimal energy performance, durability, and operational efficiency as specified in the tender document. The quoted cost shall be inclusive of customs duty, sea/air freight charges, port clearance charges, local transportation costs, and all expenses associated with supply installation testing and commissioning. Factory acceptance testing for one chiller module at the manufacturing facility shall cover four operating points (100%, 75%, 50%, and also for 6TR). The scope also includes the supply and installation of 1-inch spring isolators for vibration isolation, as well as a Smart View Controller with a minimum of 7-inch touchscreen interface that supports software upgrades via USB. All testing, commissioning, and performance verification must ensure compliance with the specified energy performance as specified in the tender document for 24 months. The entire scope of work must adhere to the detailed specifications outlined in tender document reference no. ETPK/PH-I/2025-26/AT-284. Approved Makes : Trane/ York/ Carrier. | 4.000 | Nos |
| 2 | Variable Primary Pumps Supply, Installation, Testing, and Commissioning of split coupled vertical in-line pumps, single stage, single suction type, with integrated VFD. Pumps should be with rigid spacer type coupling of high tensile aluminium alloy, shall be split to allow removal from pump and motor shafts, leaving space between the shafts sufficient to replace all mechanical seal components without disturbing the pump or motor. The pumps shall have Sensorless control, Flow Readout, Constant Flow and Constant Pressure functionality. The duty point of the pump shall be defined in the pump curve and shall be capable of performing satisfactorily over a wide range of speed, allowing a speed variation from 30 % to 100 %. The pumps shall be supplied with suction guide & Triple duty valve. Pumps shall be provided with inbuilt VFDs capable of displaying real-time operational data including flow, head, power consumption, speed, efficiency, vibration, and alarms. In case of externally mounted VFDs, the vendor shall provide suitable inline flow meters, differential pressure sensors, and vibration sensors, with the controller capable of displaying flow, head, efficiency, and vibration on the HMI panel. The system shall also support seamless connectivity with the Building Management System (BMS). Certified factory performance curves must clearly show flow, head, power consumption, and efficiency across the operating range, and must indicate minimum and maximum head limits suitable for variable primary operation. A Factory Acceptance Test (FAT) shall be conducted at the OEM facility for all pumps prior to dispatch. Each pump shall be VFD-controlled. Motors shall be IE4 or IE5 energy-efficient, totally enclosed fan-cooled (TEFC) type, Class F insulated (temperature rise limited to Class B), non-overloading across the entire pump curve, and designed for continuous operation with VFDs. Each pump shall have a pressure rating of PN-16, a motor power of 2.2 kW (minimum 3.0 HP), operate at 3 Phase, 415V. The pump shall run at a speed of 3113 rpm, capable of handling a flow rate of 103 USgpm against a head of 30 Meters (Approx - has to be finalised after submission of detailed head calculation with 10% derate). All works must comply with relevant standards for performance and safety, including ISO 9001 and IEC/IS standards. Minimum pump efficiency 70%. Part load efficiency shall be maintained at minimum 60% across 50% to 100% flow range. Transparent data respect to Performance curve for multiple pumps show casing maximum system redundancy and required system redundancy for the application. Efficiency degradation at part load shall be minimized through staged pump operation. A primary variable pump controller shall manage all pump speed variations and staging sequencing. The controller shall have redundant Sensorless control capability. Approved Makes : Armstrong/Grundfoss/Xylem | 4.000 | Nos |
| 3 | Supply, Installation, Testing, and Commissioning (SITC) of a Variable Primary Pump Control Station capable of operating under one of the following configurations, as selected by the contractor: Sensorless Control: For sensorless operation, the control station must incorporate advanced algorithms for pressure and flow control, eliminating the need for external sensors. The contractor must ensure full compatibility and functionality of the sensorless design, including all necessary programming and integration with the system. Sensor-Based Control: For sensor-based operation, the contractor shall provide and install all required components, including differential pressure (DP) sensors, wiring, and communication interfaces to the Variable Frequency Drive (VFD). This includes all necessary programming, calibration, and testing to ensure accurate flow and pressure control. The system shall include a motor rated at 2.2 kW (approximately 3.0 HP), a VFD with a bypass mechanism, a connectivity kit, and smart control software for real-time monitoring and optimization. It must support integration with the Building Automation System (BAS) or operate as a standalone system. The pump configuration shall be headered, designed to meet the specific system requirements efficiently. The contractor must specify the selected control approach (sensorless or sensor-based) during the technical submission stage and include all associated costs in this BOQ line item. Under no circumstances shall both approaches (sensorless and sensor-based) be quoted or executed simultaneously. All works must comply with relevant standards for performance and safety, including ISO 9001 and IEC/IS standards, and be executed as per the detailed specifications outlined in the tender document reference ETPK/PH-I/2025-26/AT-284. VFD Make: ABB-ACH580/Danfoss-FC102/Yaskawa-HV600 Sensor Make: Danfoss/ABB/ Siemens. | 1.000 | Lot |
| 4 | Supply, install, test, and commission a closed expansion tank with a membrane, having a capacity of 100 liters, rated for PN10, designed to handle system pressure regulation and thermal expansion in a closed-loop chilled water system. The tank shall be installed as per the project requirements and must not include required insulation or additional fittings to ensure there is no energy loss and system is working with optimal energy efficiancies. A safety valve, rated for PN16, shall be provided for pressure safety. The scope shall also include a gas charging pipe with three adaptors for efficient system pressurization. The contractor shall install a pressurization unit complete with a double pump system (2 CMH, 25mWC), an IP55-rated control panel with a pressure transmitter and flow meter, and all necessary interconnecting piping, wiring, and a protective canopy for outdoor installation. The pressurization unit shall be rated for PN10 and designed to maintain system pressure reliably under varying operational conditions. All components must adhere to relevant standards for quality, durability, and performance and must be installed in accordance with the tender specifications and site requirements. Testing and commissioning shall ensure leak-free operation and compatibility with the overall system design. The contractor shall provide all necessary certifications and compliance documentation upon completion. Make: CIMM/ITT/Anergy | 1.000 | Lot |
| 5 | Supply, Installation, Testing, and Commissioning (SITC) of eco-friendly, triple-layer PPR (Polypropylene Random Copolymer) pipes, certified as per IS 15801: 2008 and constructed from NSF-approved raw material, with a pressure rating of PN16. The scope of work includes connecting the air-cooled chillers, pumps, expansion tanks, and other associated equipment/valves/meters etc as per the direction of engineer in charge. The cost shall include all necessary PPR PN20 (minimum) fittings and accessories, such as 90 and 45 elbows, couplers, equal tees, slip-on flanges, flange cores, metal inserts, bolts, and nuts, as well as fabricated fittings, where required, to meet the system design requirements. All pipes and fittings must be compatible with heat fusion or mechanical connections, as applicable, and shall include proper supports, hangers, and clamps to ensure durability, withstand vibrations associated with rated pressures, and prevent sagging. The system shall be pressure-tested to 1.5 times the working pressure to verify its integrity and ensure leak-free operation. The contractor shall complete all interconnections in compliance with the tender specifications, ensuring the system adheres to all relevant standards and maintains reliability and efficiency, as outlined in the tender document ETPK/PH-I/2025-26/AT-284. The scope of work includes cutting, forming, and making all required openings in walls, ceilings, and floors for routing of pipes. This shall also include repacking, sealing, and restoring all openings to match the original finish using approved materials after completion of pipe installation. The scope further includes the supply, installation, and fixing of all necessary wall brackets, angles, clamps, hangers, and supports to ensure proper and secure installation of piping. For HVAC pipes insulated with nitrile rubber and supported on MS supports, suitable high-density PUF (polyurethane foam) saddles of appropriate sizes shall be provided. The PUF saddles shall be factory-fabricated, load-bearing type with a minimum density of 80 kg/m , accurately sized to suit the outer diameter of the insulated pipes. The saddles shall ensure uniform load distribution and shall prevent compression, deformation, or damage to the insulation. Pipe supports shall be provided at the specified intervals and shall include all necessary fixtures and hardware to ensure a complete, secure, and durable installation. For HVAC pipes insulated with nitrile rubber and supported using hanger rods with clamps, suitable gaskets of minimum 8 mm thickness shall be provided between the pipe and the support to prevent compression or damage to the insulation. Approved Makes : KPT / Prince / Supreme/ Huliot / Aquatherm |
Purchase Access To Download Selected Documents
₹ 200
Select this PlanFor a one-time fee, you get unrestricted access to all documents and for a minimum of one year.
UNLIMITED
DOWNLOAD
Select this Plan
₹ 7000
Plan
Standard Plane
Day/Month
Standard Plane
Sales: +91 7383 93 4054