Upload
others
View
15
Download
0
Embed Size (px)
Citation preview
समी -कडकटर लबो रटरी Semi-Conductor Laboratory
अतिरकष िवभाग भारत सरकार Government of Ind ia Depar tment o f Space
सकटर -72 सा अ िस नगर (मोहाली ) -160071 चडीगढ़ क समीप (पजाब ) भारत
Sector -72 SAS Nagar (Mohal i ) -160071 Near Chandigarh (Punjab) Ind ia
फोनPhone +91-172-229 616683 फक स Fax +91-172-2237410
ईमलEmail hpssclgovin Website wwwsclgovin
िनिवदा सचना सख या एससीएलपीटी151 िदनाक Dated 10072019
TENDER NOTICE No SCLPT151
िन दशक एससीएल क िलए एव उनकी ओर स समी- कडक टर लबो रटरी क परमख करय एव भण डार िन न क िलए दो भाग म ऑन लाइन िनिवदा आमितरत करत ह
For and on behal f of The Director Head-Purchase amp Stores Semi-Conductor Laboratory (SCL) inv i tes Onl ine TWO part Tender for the fo l lowing
करमस
Sr No
िनिवदा सखया
Tender Number
िववरण Descr ip t ion सखया Quant i t y
1
एससीएल पीएस5
2019E0144501 SCLPS5 2019E0144501
एससीएल एसएएस नगर पजाब म फब लाइन म अित-परारिभक चतावनी एि परटर मोक िडटकशन (वीईएसडीए) परणाली की िडजाइन िव तत इजीिनयिरग थापना परीकषण और कमीशिनग िनिवदा द ता वज म दी गई िव तत जानकारी क अनसार
Des ign Deta i led Engineer ing Ins ta l lat ion Test ing and Commiss ioning of Very Ear ly Warning Aspi rator Smoke Detec t ion (VESDA) System in the Fab l ine at SCL SAS Nagar Punjab as per deta i ls g iven in Tender Document
01 No
िनिवदा द तावज डाउनलोड क िलए िदनाक और समय Date amp Time for download of Tender Form
श Starts 11072019 स from 1701 बजhrs (IST)
समा तEnds 13082019 तक at 1100 बजhrs (IST)
ऑन लाइन िनिवदा को दो भाग म पर तत करन की ितिथ एव समय Date amp Time of Submission of Online Tenders in TWO Parts
श Starts 11072019 स from 1702 बजhrs (IST)
समा तEnds 13082019 तक at 1130 बजhrs (IST)
ऑन लाइन िनिवदाए खोलन की ितिथ एव समय (तकनीकी भाग) Date amp Time of Opening of Online Tenders (Technical part)
20082019 स from 1100 बजhrs (IST)
नोटNote
1 उप कत िनिवदा क िनिवदा द ता वज को e- tender por ta l ht tps eprocure isrogov in स दख सकत ह और एससीएल की वबसाइट wwwsc l gov in इसरो की वबसाइट www is roorg सीपीपी पोटर ल (h t tp eprocuregov in ) स डाउनलोड कर सकत ह
Tender Document of above mentioned Tender can be accessed at e-tender portal httpseprocureisrogovin and can be downloaded from SCL website (wwwsclgovin) ISRO website (wwwisrogovin) CPP Portal (httpeprocuregovin)
परमख करय एव भडार परभागHead Purchase amp Stores Division
Tender No SCLPS52019E0144501 1
TenderDetailsTender No SCLPS52019E0144501
Tender Date 10072019
Purchase Entity Pur_Entity5
TenderNotice
E‐Procurement Tender No SCLPS52019E0145501 dated July 10 2019 SEMI‐CONDUCTOR
LABORATORY [SCL] invites ONLINE offers in TWO part system through e‐tender portal
httpseprocureisrogovin for Design Detailed Engineering Installation Testing and Commissioning of
Very Early Warning Aspirator Smoke Detection (VESDA) System in the Fab line at SCL SAS Nagar Punjab
Tender Documents can be downloaded from July 11 2019 ‐ 1701 hrs to August 13 upto 1100 hrs The
vendors need to get enrolled in the e‐tender portal to access tender and submit their offer online
Vendors need to have Digital Signature Certificate as detailed on our e‐portal and corporate e‐mail ID to
register on the above portal Only online tenders will be accepted No ManualPostalcouriere‐mailfax
tender will be entertained Please note Tender fee shall not be applicable for tenders submitted on‐line
through this portal
Vendors interested to participate in this e‐Tender are required to register themselves as vendors if not
already registered in our e‐procurement portal httpseprocureisrogovin by downloading plugins and
help demos listed on the home page of the e‐procurement link mentioned above to complete the
vendor registration process They can seek help from help desk +91 20 2531 5555 Mobile No91679
69601 (Email supportisronextenderscom) also the home page of e‐procurement portal may be
accessed for any technical help for registration and subsequent process Vendors may please note that
without registering in our E‐procurement portal they will not be able to quote for this tender
Tender No SCLPS52019E0144501 2
TenderAttachmentsTechnical Write‐upDrawings
Attachment ‐ I
IDT00230100000000000isro05401jpg
Attachment ‐ II
IDT00230100000000000isro05402pdf
Attachment ‐ III
Attachment ‐ IV
Attachment ‐ V
Instructions to Tenderers (PT)
1Interested tenderers may at their option login to httpeprocureisrogovin and submit offers as per
details of notification
2This being a two part tender ‐Technical and Commercial part separate the Technical part should not
contain Pricing information The tenders containing Price details in Technical part will be treated as
unsolicited offers and rejected
3 Request for the extension of the due date will not be considered
4 SCL reserves the right to accept or reject any or all the tenders in part or full without assigning any
reasons thereof The bidder is at liberty to seek information related to bidding conditions bidding
process andor rejection of its bid
5 In this tender either the Indian Agent on behalf of the PrincipalOEM or the PrincipalOEM itself can
bid but both cannot bid simultaneously for the same item Indian agents while quoting on behalf of
their principals shall provide necessary latest authorization letter obtained from their
PrincipalsManufacturers in their bid
6 If an agent submits bid on behalf of the PrincipalOEM the same agent shall not submit a bid on
behalf of another PrincipalOEM in the tender for the same item If submitted all offers submitted by
the said agent shall be excluded from the procurement process
7 Late tenders delayed tenders fax quotations and e‐mail quotations are not considered
Bids submitted other than EGPS mode shall not be considered
8 SCL reserves the right to verify all claims made by the bidder
Tender No SCLPS52019E0144501 3
9 SCL reserves the right to change any milestone date of the tendering activity tender schedule
10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected
11 If tender opening date happens to be a public holiday tender will be opened on the next working
day and interested bidders may depute their representatives to attend the Tender Opening with proper
authorization
12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
14 It is to be noted that the drawings specifications end‐use etc given by the purchaser are
confidential and shall not be disclosed to any third party
15 Prices are required to be quoted according to the units indicated in the tender When quotations are
given in terms of units other than those specified in the tender form relationship between the two sets
of units must be furnished
16 The quote should indicate quantity wise unit rate separately which have to be filled online The
Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated
and indicated in the column provided in online forms explicitly
17 Bidders are expected to comply with commercial and other terms and conditions given in vendor
specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in
the vendor specified terms column
18 All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the unraced technical offer bidder are advised not to
quote any rate with BOQ provide in technical specification document
19 Specifications Stores offered should strictly confirm to our specifications Deviations if any should
be clearly indicated by the tenderer in his bid The tenderer should also indicate the MakeType number
of the stores offered and provide catalogues technical literature along with the quotations Test
Certificates wherever necessary should be forwarded along with supplies
20 The tenderer should provide the name of his bankers as well as the latest Income‐Tax clearance
certificate duly countersigned by the Income‐Tax Officer of the Circle concerned under the seal of his
office if required by the Purchaser during evaluation of tender
21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the
orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner
whatsoever to any other party save with the previous written consent of the purchaser Such consent
Tender No SCLPS52019E0144501 4
by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation
duty or responsibility under the Purchase Order Contract
22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act
23 The authority of the person submitting the tender if called for should be produced
24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir
authorized representatives who may like to attend the tender opening against presentation of
Authorization letter Due to any breakdown in serverlink bid opening will be continued on the
following dates
The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders
only
25 PROCEDURE FOR EVALUATION OF TENDERS
Technical Evaluation Criteria
Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall
be considered to be technically qualified
Evaluation of Price Bids
The following elements shall be considered for evaluation of Priced Commercial offer
a Price quoted by the bidder in the price bid template for meeting the functionalities given in the
Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance
with the Payment Terms prescribed in this tender document In the event the bidder offers Payment
Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base
Rate of SBI prevailing on the date of opening of price bids
c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the
rate 05 percent of the LC value towards confirmation charges
d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the
bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India
26 The bid should contain the following information‐
a Agency Commission Bidders are required to provide the following information in respect of their
authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for
consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the
contact person A letter from the Manufacturersupplier in the current date certifying that the said
Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian
Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under
the proposed purchase The amount of agency commission included in the price and payable to Indian
Tender No SCLPS52019E0144501 5
Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in
Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date
of placement of the Purchase Order and which shall not be subject to any further exchange variations
The payment will be released to the Indian Agents within 30 days from the date of acceptance of the
goods
b Details of any technical service if required for erection assembly commissioning and
demonstration
27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer
country
28 The details of Import License will be furnished in the Purchase Order
29 Instructionoperation manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documentscorrespondence should be in English Language
only
30 Part shipment is not allowed unless specifically agreed to by us
31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any
Agency nominated by us
32 RECOVERY OF SUM DUE
Whenever any claim for the payment of whether liquidated or not money arising out of or under this
Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in
part or whole the security deposited by the Contractor if a security is taken against the Contract In the
event of the security being insufficient or if no security has been taken from the Contractor then the
balance or the total sum recoverable as the case may be shall be deducted from any sum then due or
which at any time thereafter may become due to the Contractor under this or any other Contract with
the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor
shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or
makes any claim whether liquidated or not against the Contractor under any other Contract with the
purchaser the payment of all moneys payable under the Contract to the Contractor including the
security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid
by the Contractor
33 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
34TECHNICAL DOCUMENTATION
Tender No SCLPS52019E0144501 6
The Contractor shall provide installation operation maintenance and programming manual All
documentation shall be in English language
35 CONTRACTORS DEFAULT LIABILITY
The purchaser may upon written notice of default to the Contractor terminate the Contract in
whole or in part in circumstances detailed hereunder
a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the
time specified in the Contractagreement or within the period for which extension has been
granted by the Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
In the event the Purchaser terminates the Contract in whole or in part as provided in this tender
document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he
may deem appropriate stores similar to that terminated and the Contractor shall be liable to the
Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as
defined in Clause 24 until such reasonable time as may be required for the final supply of stores
A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any
other rights provided in this Article may require the Contractor to transfer title and deliver to the
Purchaser under any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b) Such partially completed stores
drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor
has specifically produced or acquired for the performance of the Contract as terminated The Purchaser
shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the
purchaser and for manufacturing material delivered and accepted
B) In the event the Purchaser does not terminate the Contract as provided in this tender document the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in this tender document until the stores are
accepted
Tender No SCLPS52019E0144501 7
BidTemplatesPART A General specifications‐ I
Item Specifications ‐I
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Introduction
bull The intent of these
specifications is to Design
amp Implement Very Early
Warning Aspirator Smoke
Detection (VESDA) system
(consisting of Aspirator
Smoke Detection
detectors High Level
Interface gateways
Sounders power supplies
Aspiration system
communication network
cables Server PCs
sampling pipes Software
etc) in the wafer fab lines
at SCL so as to augment
the existing smoke
detection system
comprising of ionization
type addressable smoke
detectors The fab lines
have clean rooms laid out
in a Bay amp Chase
configuration The Air
management in the clean
Tender No SCLPS52019E0144501 8
rooms is such that there is
downward unidirectional
airflow in the clean rooms
and through the raised
floor the air returns
upwards into the adjoining
grey areas and finally to
the Return Air handlers for
recirculation The ACPH
(Air changes per Hour) is
typically 400‐550 The
clean room layout
depicting clean bays and
grey areas is at Annexure‐I
of this document
bull It is envisaged to install
Detector sampling pipes at
a height of about 35m
from the raised floor in the
grey areas Also the
sampling pipes wherever
required shall be provided
below the raised floor to
optimally cover all the
spaces
bull The selected vendor
shall undertake design
detailed engineering of
the Aspiration system
including piping layout etc
to realize an efficient
Aspiration smoke
Tender No SCLPS52019E0144501 9
detection system in the
fab lines at SCL
2 Scope of Work
bullTo conduct site visit at
SCL and collect necessary
data required for
designing detailed
engineering and
implementation of the
system
bullVendor shall submit
design and detailed
drawings of the offered
System for review and
approval of SCL prior to
execution of work Vendor
shall implement the
system as per SCL
approved design and
drawings
bullAspirating type smoke
detectors shall be
compatible for clean room
environment in SCL This
shall be confirmed in
writing by the OEM
bullThe work shall include
supply of Aspirating type
smoke detectors High
Level Interface (HLI)
Tender No SCLPS52019E0144501 10
Gateways sounders
power supplies Aspiration
system communication
network cables Server
PCs sampling pipes and
installation of complete
Aspiration system along
with calibration and
software integration and
any other itemmaterial
required for realizing the
System meeting the
specifications
bullInstallation Testing and
commissioning of the
Aspiration smoke
detection system shall be
carried out as per the OEM
guidelines by the selected
vendor (OEM) In case the
selected Vendor happens
to be the OEMrsquos
authorized System
Integrator for this work
the implementation shall
be done as per the OEMrsquos
guidelines and under the
supervision of OEMrsquos
representative
bullDemonstrating the
performance which shall
include operation of all
Tender No SCLPS52019E0144501 11
detectors in test mode
This shall also include
creating artificial fire zone
for testing and
Annunciation of Aspiration
smoke detection system
for all faults as per SCL
requirement
bullIn view of the need for
maintaining continuity of
operations in SCLrsquos fab
minimal shutdown shall be
permitted within which
the vendor has to
complete the job
bullAny other item required
to be executed to
complete the work as per
the detailed technical
specifications
3 Period of Completion
Time allowed for
completion of the entire
work comprising of
Design detailed
engineering supply
installation testing and
commissioning of the
Aspiration smoke
Tender No SCLPS52019E0144501 12
detection system shall be
five (5) months to be
reckoned from the 7th day
of issue of the Purchase
Order by SCL The prices
shall remain firm for the
entire duration of the
contract including
extended period if any
No cost escalation shall be
applicable for the work
4 Drawings Data and
Manuals after receipt of
Purchase Order The
Vendor shall prepare and
submit following
drawingdocuments for
review and approval of
SCLrsquos concerned
Engineer(s) prior to start
of the work The Vendor
shall incorporate SCLrsquos
commentsobservations
and resubmit
drawingsdocuments
stated below for approval
bullMake type Model and
catalogue of all
components along with
technical leaflets and test
certificates etc within 15
days of receipt of the issue
Tender No SCLPS52019E0144501 13
of the Purchase Order by
SCL
bullGA drawings of
detectors Drawings
showing pipe layout and
all other equipment
forming part of the
system
bullDesign calculations for air
sampling holes spacing
orientation based upon
Factory Mutual (FM) listed
software tool
bullChecks list test to be
conduct during erection
testing amp commissioning
of the individual detectors
as per applicable
standards
bullAny other
drawingdocument
relevant to work as per
requirement
5 Deviation Any deviation
from the tendered
specifications shall be
clearly mentioned in the
Techno‐commercial bid for
SCL evaluation In case the
deviation is not acceptable
Tender No SCLPS52019E0144501 14
to SCL the Vendor shall
have to comply with the
tendered specifications
6 Electricity for installation
Electricity required for the
work shall be provided by
SCL at no charge basis to
the vendor
7 General Information The
Contractor may conduct
site visit to SCL to have a
fair assessment of the
work involved
8 Storage space Space for
storage of material
procured by the vendor
for incorporation in the
work shall be provided by
SCL within its premises
9 Safety In the course of the
work personnel working
in the system at site
should take utmost care
for their safety and work
purely at individuals
partyrsquos risk SCL will not be
responsible for any
untoward accidents for
the individual partyrsquos
working personnel The
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 1
TenderDetailsTender No SCLPS52019E0144501
Tender Date 10072019
Purchase Entity Pur_Entity5
TenderNotice
E‐Procurement Tender No SCLPS52019E0145501 dated July 10 2019 SEMI‐CONDUCTOR
LABORATORY [SCL] invites ONLINE offers in TWO part system through e‐tender portal
httpseprocureisrogovin for Design Detailed Engineering Installation Testing and Commissioning of
Very Early Warning Aspirator Smoke Detection (VESDA) System in the Fab line at SCL SAS Nagar Punjab
Tender Documents can be downloaded from July 11 2019 ‐ 1701 hrs to August 13 upto 1100 hrs The
vendors need to get enrolled in the e‐tender portal to access tender and submit their offer online
Vendors need to have Digital Signature Certificate as detailed on our e‐portal and corporate e‐mail ID to
register on the above portal Only online tenders will be accepted No ManualPostalcouriere‐mailfax
tender will be entertained Please note Tender fee shall not be applicable for tenders submitted on‐line
through this portal
Vendors interested to participate in this e‐Tender are required to register themselves as vendors if not
already registered in our e‐procurement portal httpseprocureisrogovin by downloading plugins and
help demos listed on the home page of the e‐procurement link mentioned above to complete the
vendor registration process They can seek help from help desk +91 20 2531 5555 Mobile No91679
69601 (Email supportisronextenderscom) also the home page of e‐procurement portal may be
accessed for any technical help for registration and subsequent process Vendors may please note that
without registering in our E‐procurement portal they will not be able to quote for this tender
Tender No SCLPS52019E0144501 2
TenderAttachmentsTechnical Write‐upDrawings
Attachment ‐ I
IDT00230100000000000isro05401jpg
Attachment ‐ II
IDT00230100000000000isro05402pdf
Attachment ‐ III
Attachment ‐ IV
Attachment ‐ V
Instructions to Tenderers (PT)
1Interested tenderers may at their option login to httpeprocureisrogovin and submit offers as per
details of notification
2This being a two part tender ‐Technical and Commercial part separate the Technical part should not
contain Pricing information The tenders containing Price details in Technical part will be treated as
unsolicited offers and rejected
3 Request for the extension of the due date will not be considered
4 SCL reserves the right to accept or reject any or all the tenders in part or full without assigning any
reasons thereof The bidder is at liberty to seek information related to bidding conditions bidding
process andor rejection of its bid
5 In this tender either the Indian Agent on behalf of the PrincipalOEM or the PrincipalOEM itself can
bid but both cannot bid simultaneously for the same item Indian agents while quoting on behalf of
their principals shall provide necessary latest authorization letter obtained from their
PrincipalsManufacturers in their bid
6 If an agent submits bid on behalf of the PrincipalOEM the same agent shall not submit a bid on
behalf of another PrincipalOEM in the tender for the same item If submitted all offers submitted by
the said agent shall be excluded from the procurement process
7 Late tenders delayed tenders fax quotations and e‐mail quotations are not considered
Bids submitted other than EGPS mode shall not be considered
8 SCL reserves the right to verify all claims made by the bidder
Tender No SCLPS52019E0144501 3
9 SCL reserves the right to change any milestone date of the tendering activity tender schedule
10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected
11 If tender opening date happens to be a public holiday tender will be opened on the next working
day and interested bidders may depute their representatives to attend the Tender Opening with proper
authorization
12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
14 It is to be noted that the drawings specifications end‐use etc given by the purchaser are
confidential and shall not be disclosed to any third party
15 Prices are required to be quoted according to the units indicated in the tender When quotations are
given in terms of units other than those specified in the tender form relationship between the two sets
of units must be furnished
16 The quote should indicate quantity wise unit rate separately which have to be filled online The
Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated
and indicated in the column provided in online forms explicitly
17 Bidders are expected to comply with commercial and other terms and conditions given in vendor
specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in
the vendor specified terms column
18 All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the unraced technical offer bidder are advised not to
quote any rate with BOQ provide in technical specification document
19 Specifications Stores offered should strictly confirm to our specifications Deviations if any should
be clearly indicated by the tenderer in his bid The tenderer should also indicate the MakeType number
of the stores offered and provide catalogues technical literature along with the quotations Test
Certificates wherever necessary should be forwarded along with supplies
20 The tenderer should provide the name of his bankers as well as the latest Income‐Tax clearance
certificate duly countersigned by the Income‐Tax Officer of the Circle concerned under the seal of his
office if required by the Purchaser during evaluation of tender
21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the
orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner
whatsoever to any other party save with the previous written consent of the purchaser Such consent
Tender No SCLPS52019E0144501 4
by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation
duty or responsibility under the Purchase Order Contract
22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act
23 The authority of the person submitting the tender if called for should be produced
24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir
authorized representatives who may like to attend the tender opening against presentation of
Authorization letter Due to any breakdown in serverlink bid opening will be continued on the
following dates
The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders
only
25 PROCEDURE FOR EVALUATION OF TENDERS
Technical Evaluation Criteria
Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall
be considered to be technically qualified
Evaluation of Price Bids
The following elements shall be considered for evaluation of Priced Commercial offer
a Price quoted by the bidder in the price bid template for meeting the functionalities given in the
Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance
with the Payment Terms prescribed in this tender document In the event the bidder offers Payment
Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base
Rate of SBI prevailing on the date of opening of price bids
c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the
rate 05 percent of the LC value towards confirmation charges
d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the
bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India
26 The bid should contain the following information‐
a Agency Commission Bidders are required to provide the following information in respect of their
authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for
consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the
contact person A letter from the Manufacturersupplier in the current date certifying that the said
Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian
Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under
the proposed purchase The amount of agency commission included in the price and payable to Indian
Tender No SCLPS52019E0144501 5
Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in
Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date
of placement of the Purchase Order and which shall not be subject to any further exchange variations
The payment will be released to the Indian Agents within 30 days from the date of acceptance of the
goods
b Details of any technical service if required for erection assembly commissioning and
demonstration
27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer
country
28 The details of Import License will be furnished in the Purchase Order
29 Instructionoperation manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documentscorrespondence should be in English Language
only
30 Part shipment is not allowed unless specifically agreed to by us
31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any
Agency nominated by us
32 RECOVERY OF SUM DUE
Whenever any claim for the payment of whether liquidated or not money arising out of or under this
Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in
part or whole the security deposited by the Contractor if a security is taken against the Contract In the
event of the security being insufficient or if no security has been taken from the Contractor then the
balance or the total sum recoverable as the case may be shall be deducted from any sum then due or
which at any time thereafter may become due to the Contractor under this or any other Contract with
the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor
shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or
makes any claim whether liquidated or not against the Contractor under any other Contract with the
purchaser the payment of all moneys payable under the Contract to the Contractor including the
security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid
by the Contractor
33 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
34TECHNICAL DOCUMENTATION
Tender No SCLPS52019E0144501 6
The Contractor shall provide installation operation maintenance and programming manual All
documentation shall be in English language
35 CONTRACTORS DEFAULT LIABILITY
The purchaser may upon written notice of default to the Contractor terminate the Contract in
whole or in part in circumstances detailed hereunder
a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the
time specified in the Contractagreement or within the period for which extension has been
granted by the Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
In the event the Purchaser terminates the Contract in whole or in part as provided in this tender
document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he
may deem appropriate stores similar to that terminated and the Contractor shall be liable to the
Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as
defined in Clause 24 until such reasonable time as may be required for the final supply of stores
A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any
other rights provided in this Article may require the Contractor to transfer title and deliver to the
Purchaser under any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b) Such partially completed stores
drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor
has specifically produced or acquired for the performance of the Contract as terminated The Purchaser
shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the
purchaser and for manufacturing material delivered and accepted
B) In the event the Purchaser does not terminate the Contract as provided in this tender document the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in this tender document until the stores are
accepted
Tender No SCLPS52019E0144501 7
BidTemplatesPART A General specifications‐ I
Item Specifications ‐I
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Introduction
bull The intent of these
specifications is to Design
amp Implement Very Early
Warning Aspirator Smoke
Detection (VESDA) system
(consisting of Aspirator
Smoke Detection
detectors High Level
Interface gateways
Sounders power supplies
Aspiration system
communication network
cables Server PCs
sampling pipes Software
etc) in the wafer fab lines
at SCL so as to augment
the existing smoke
detection system
comprising of ionization
type addressable smoke
detectors The fab lines
have clean rooms laid out
in a Bay amp Chase
configuration The Air
management in the clean
Tender No SCLPS52019E0144501 8
rooms is such that there is
downward unidirectional
airflow in the clean rooms
and through the raised
floor the air returns
upwards into the adjoining
grey areas and finally to
the Return Air handlers for
recirculation The ACPH
(Air changes per Hour) is
typically 400‐550 The
clean room layout
depicting clean bays and
grey areas is at Annexure‐I
of this document
bull It is envisaged to install
Detector sampling pipes at
a height of about 35m
from the raised floor in the
grey areas Also the
sampling pipes wherever
required shall be provided
below the raised floor to
optimally cover all the
spaces
bull The selected vendor
shall undertake design
detailed engineering of
the Aspiration system
including piping layout etc
to realize an efficient
Aspiration smoke
Tender No SCLPS52019E0144501 9
detection system in the
fab lines at SCL
2 Scope of Work
bullTo conduct site visit at
SCL and collect necessary
data required for
designing detailed
engineering and
implementation of the
system
bullVendor shall submit
design and detailed
drawings of the offered
System for review and
approval of SCL prior to
execution of work Vendor
shall implement the
system as per SCL
approved design and
drawings
bullAspirating type smoke
detectors shall be
compatible for clean room
environment in SCL This
shall be confirmed in
writing by the OEM
bullThe work shall include
supply of Aspirating type
smoke detectors High
Level Interface (HLI)
Tender No SCLPS52019E0144501 10
Gateways sounders
power supplies Aspiration
system communication
network cables Server
PCs sampling pipes and
installation of complete
Aspiration system along
with calibration and
software integration and
any other itemmaterial
required for realizing the
System meeting the
specifications
bullInstallation Testing and
commissioning of the
Aspiration smoke
detection system shall be
carried out as per the OEM
guidelines by the selected
vendor (OEM) In case the
selected Vendor happens
to be the OEMrsquos
authorized System
Integrator for this work
the implementation shall
be done as per the OEMrsquos
guidelines and under the
supervision of OEMrsquos
representative
bullDemonstrating the
performance which shall
include operation of all
Tender No SCLPS52019E0144501 11
detectors in test mode
This shall also include
creating artificial fire zone
for testing and
Annunciation of Aspiration
smoke detection system
for all faults as per SCL
requirement
bullIn view of the need for
maintaining continuity of
operations in SCLrsquos fab
minimal shutdown shall be
permitted within which
the vendor has to
complete the job
bullAny other item required
to be executed to
complete the work as per
the detailed technical
specifications
3 Period of Completion
Time allowed for
completion of the entire
work comprising of
Design detailed
engineering supply
installation testing and
commissioning of the
Aspiration smoke
Tender No SCLPS52019E0144501 12
detection system shall be
five (5) months to be
reckoned from the 7th day
of issue of the Purchase
Order by SCL The prices
shall remain firm for the
entire duration of the
contract including
extended period if any
No cost escalation shall be
applicable for the work
4 Drawings Data and
Manuals after receipt of
Purchase Order The
Vendor shall prepare and
submit following
drawingdocuments for
review and approval of
SCLrsquos concerned
Engineer(s) prior to start
of the work The Vendor
shall incorporate SCLrsquos
commentsobservations
and resubmit
drawingsdocuments
stated below for approval
bullMake type Model and
catalogue of all
components along with
technical leaflets and test
certificates etc within 15
days of receipt of the issue
Tender No SCLPS52019E0144501 13
of the Purchase Order by
SCL
bullGA drawings of
detectors Drawings
showing pipe layout and
all other equipment
forming part of the
system
bullDesign calculations for air
sampling holes spacing
orientation based upon
Factory Mutual (FM) listed
software tool
bullChecks list test to be
conduct during erection
testing amp commissioning
of the individual detectors
as per applicable
standards
bullAny other
drawingdocument
relevant to work as per
requirement
5 Deviation Any deviation
from the tendered
specifications shall be
clearly mentioned in the
Techno‐commercial bid for
SCL evaluation In case the
deviation is not acceptable
Tender No SCLPS52019E0144501 14
to SCL the Vendor shall
have to comply with the
tendered specifications
6 Electricity for installation
Electricity required for the
work shall be provided by
SCL at no charge basis to
the vendor
7 General Information The
Contractor may conduct
site visit to SCL to have a
fair assessment of the
work involved
8 Storage space Space for
storage of material
procured by the vendor
for incorporation in the
work shall be provided by
SCL within its premises
9 Safety In the course of the
work personnel working
in the system at site
should take utmost care
for their safety and work
purely at individuals
partyrsquos risk SCL will not be
responsible for any
untoward accidents for
the individual partyrsquos
working personnel The
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 2
TenderAttachmentsTechnical Write‐upDrawings
Attachment ‐ I
IDT00230100000000000isro05401jpg
Attachment ‐ II
IDT00230100000000000isro05402pdf
Attachment ‐ III
Attachment ‐ IV
Attachment ‐ V
Instructions to Tenderers (PT)
1Interested tenderers may at their option login to httpeprocureisrogovin and submit offers as per
details of notification
2This being a two part tender ‐Technical and Commercial part separate the Technical part should not
contain Pricing information The tenders containing Price details in Technical part will be treated as
unsolicited offers and rejected
3 Request for the extension of the due date will not be considered
4 SCL reserves the right to accept or reject any or all the tenders in part or full without assigning any
reasons thereof The bidder is at liberty to seek information related to bidding conditions bidding
process andor rejection of its bid
5 In this tender either the Indian Agent on behalf of the PrincipalOEM or the PrincipalOEM itself can
bid but both cannot bid simultaneously for the same item Indian agents while quoting on behalf of
their principals shall provide necessary latest authorization letter obtained from their
PrincipalsManufacturers in their bid
6 If an agent submits bid on behalf of the PrincipalOEM the same agent shall not submit a bid on
behalf of another PrincipalOEM in the tender for the same item If submitted all offers submitted by
the said agent shall be excluded from the procurement process
7 Late tenders delayed tenders fax quotations and e‐mail quotations are not considered
Bids submitted other than EGPS mode shall not be considered
8 SCL reserves the right to verify all claims made by the bidder
Tender No SCLPS52019E0144501 3
9 SCL reserves the right to change any milestone date of the tendering activity tender schedule
10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected
11 If tender opening date happens to be a public holiday tender will be opened on the next working
day and interested bidders may depute their representatives to attend the Tender Opening with proper
authorization
12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
14 It is to be noted that the drawings specifications end‐use etc given by the purchaser are
confidential and shall not be disclosed to any third party
15 Prices are required to be quoted according to the units indicated in the tender When quotations are
given in terms of units other than those specified in the tender form relationship between the two sets
of units must be furnished
16 The quote should indicate quantity wise unit rate separately which have to be filled online The
Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated
and indicated in the column provided in online forms explicitly
17 Bidders are expected to comply with commercial and other terms and conditions given in vendor
specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in
the vendor specified terms column
18 All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the unraced technical offer bidder are advised not to
quote any rate with BOQ provide in technical specification document
19 Specifications Stores offered should strictly confirm to our specifications Deviations if any should
be clearly indicated by the tenderer in his bid The tenderer should also indicate the MakeType number
of the stores offered and provide catalogues technical literature along with the quotations Test
Certificates wherever necessary should be forwarded along with supplies
20 The tenderer should provide the name of his bankers as well as the latest Income‐Tax clearance
certificate duly countersigned by the Income‐Tax Officer of the Circle concerned under the seal of his
office if required by the Purchaser during evaluation of tender
21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the
orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner
whatsoever to any other party save with the previous written consent of the purchaser Such consent
Tender No SCLPS52019E0144501 4
by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation
duty or responsibility under the Purchase Order Contract
22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act
23 The authority of the person submitting the tender if called for should be produced
24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir
authorized representatives who may like to attend the tender opening against presentation of
Authorization letter Due to any breakdown in serverlink bid opening will be continued on the
following dates
The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders
only
25 PROCEDURE FOR EVALUATION OF TENDERS
Technical Evaluation Criteria
Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall
be considered to be technically qualified
Evaluation of Price Bids
The following elements shall be considered for evaluation of Priced Commercial offer
a Price quoted by the bidder in the price bid template for meeting the functionalities given in the
Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance
with the Payment Terms prescribed in this tender document In the event the bidder offers Payment
Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base
Rate of SBI prevailing on the date of opening of price bids
c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the
rate 05 percent of the LC value towards confirmation charges
d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the
bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India
26 The bid should contain the following information‐
a Agency Commission Bidders are required to provide the following information in respect of their
authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for
consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the
contact person A letter from the Manufacturersupplier in the current date certifying that the said
Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian
Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under
the proposed purchase The amount of agency commission included in the price and payable to Indian
Tender No SCLPS52019E0144501 5
Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in
Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date
of placement of the Purchase Order and which shall not be subject to any further exchange variations
The payment will be released to the Indian Agents within 30 days from the date of acceptance of the
goods
b Details of any technical service if required for erection assembly commissioning and
demonstration
27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer
country
28 The details of Import License will be furnished in the Purchase Order
29 Instructionoperation manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documentscorrespondence should be in English Language
only
30 Part shipment is not allowed unless specifically agreed to by us
31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any
Agency nominated by us
32 RECOVERY OF SUM DUE
Whenever any claim for the payment of whether liquidated or not money arising out of or under this
Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in
part or whole the security deposited by the Contractor if a security is taken against the Contract In the
event of the security being insufficient or if no security has been taken from the Contractor then the
balance or the total sum recoverable as the case may be shall be deducted from any sum then due or
which at any time thereafter may become due to the Contractor under this or any other Contract with
the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor
shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or
makes any claim whether liquidated or not against the Contractor under any other Contract with the
purchaser the payment of all moneys payable under the Contract to the Contractor including the
security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid
by the Contractor
33 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
34TECHNICAL DOCUMENTATION
Tender No SCLPS52019E0144501 6
The Contractor shall provide installation operation maintenance and programming manual All
documentation shall be in English language
35 CONTRACTORS DEFAULT LIABILITY
The purchaser may upon written notice of default to the Contractor terminate the Contract in
whole or in part in circumstances detailed hereunder
a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the
time specified in the Contractagreement or within the period for which extension has been
granted by the Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
In the event the Purchaser terminates the Contract in whole or in part as provided in this tender
document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he
may deem appropriate stores similar to that terminated and the Contractor shall be liable to the
Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as
defined in Clause 24 until such reasonable time as may be required for the final supply of stores
A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any
other rights provided in this Article may require the Contractor to transfer title and deliver to the
Purchaser under any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b) Such partially completed stores
drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor
has specifically produced or acquired for the performance of the Contract as terminated The Purchaser
shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the
purchaser and for manufacturing material delivered and accepted
B) In the event the Purchaser does not terminate the Contract as provided in this tender document the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in this tender document until the stores are
accepted
Tender No SCLPS52019E0144501 7
BidTemplatesPART A General specifications‐ I
Item Specifications ‐I
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Introduction
bull The intent of these
specifications is to Design
amp Implement Very Early
Warning Aspirator Smoke
Detection (VESDA) system
(consisting of Aspirator
Smoke Detection
detectors High Level
Interface gateways
Sounders power supplies
Aspiration system
communication network
cables Server PCs
sampling pipes Software
etc) in the wafer fab lines
at SCL so as to augment
the existing smoke
detection system
comprising of ionization
type addressable smoke
detectors The fab lines
have clean rooms laid out
in a Bay amp Chase
configuration The Air
management in the clean
Tender No SCLPS52019E0144501 8
rooms is such that there is
downward unidirectional
airflow in the clean rooms
and through the raised
floor the air returns
upwards into the adjoining
grey areas and finally to
the Return Air handlers for
recirculation The ACPH
(Air changes per Hour) is
typically 400‐550 The
clean room layout
depicting clean bays and
grey areas is at Annexure‐I
of this document
bull It is envisaged to install
Detector sampling pipes at
a height of about 35m
from the raised floor in the
grey areas Also the
sampling pipes wherever
required shall be provided
below the raised floor to
optimally cover all the
spaces
bull The selected vendor
shall undertake design
detailed engineering of
the Aspiration system
including piping layout etc
to realize an efficient
Aspiration smoke
Tender No SCLPS52019E0144501 9
detection system in the
fab lines at SCL
2 Scope of Work
bullTo conduct site visit at
SCL and collect necessary
data required for
designing detailed
engineering and
implementation of the
system
bullVendor shall submit
design and detailed
drawings of the offered
System for review and
approval of SCL prior to
execution of work Vendor
shall implement the
system as per SCL
approved design and
drawings
bullAspirating type smoke
detectors shall be
compatible for clean room
environment in SCL This
shall be confirmed in
writing by the OEM
bullThe work shall include
supply of Aspirating type
smoke detectors High
Level Interface (HLI)
Tender No SCLPS52019E0144501 10
Gateways sounders
power supplies Aspiration
system communication
network cables Server
PCs sampling pipes and
installation of complete
Aspiration system along
with calibration and
software integration and
any other itemmaterial
required for realizing the
System meeting the
specifications
bullInstallation Testing and
commissioning of the
Aspiration smoke
detection system shall be
carried out as per the OEM
guidelines by the selected
vendor (OEM) In case the
selected Vendor happens
to be the OEMrsquos
authorized System
Integrator for this work
the implementation shall
be done as per the OEMrsquos
guidelines and under the
supervision of OEMrsquos
representative
bullDemonstrating the
performance which shall
include operation of all
Tender No SCLPS52019E0144501 11
detectors in test mode
This shall also include
creating artificial fire zone
for testing and
Annunciation of Aspiration
smoke detection system
for all faults as per SCL
requirement
bullIn view of the need for
maintaining continuity of
operations in SCLrsquos fab
minimal shutdown shall be
permitted within which
the vendor has to
complete the job
bullAny other item required
to be executed to
complete the work as per
the detailed technical
specifications
3 Period of Completion
Time allowed for
completion of the entire
work comprising of
Design detailed
engineering supply
installation testing and
commissioning of the
Aspiration smoke
Tender No SCLPS52019E0144501 12
detection system shall be
five (5) months to be
reckoned from the 7th day
of issue of the Purchase
Order by SCL The prices
shall remain firm for the
entire duration of the
contract including
extended period if any
No cost escalation shall be
applicable for the work
4 Drawings Data and
Manuals after receipt of
Purchase Order The
Vendor shall prepare and
submit following
drawingdocuments for
review and approval of
SCLrsquos concerned
Engineer(s) prior to start
of the work The Vendor
shall incorporate SCLrsquos
commentsobservations
and resubmit
drawingsdocuments
stated below for approval
bullMake type Model and
catalogue of all
components along with
technical leaflets and test
certificates etc within 15
days of receipt of the issue
Tender No SCLPS52019E0144501 13
of the Purchase Order by
SCL
bullGA drawings of
detectors Drawings
showing pipe layout and
all other equipment
forming part of the
system
bullDesign calculations for air
sampling holes spacing
orientation based upon
Factory Mutual (FM) listed
software tool
bullChecks list test to be
conduct during erection
testing amp commissioning
of the individual detectors
as per applicable
standards
bullAny other
drawingdocument
relevant to work as per
requirement
5 Deviation Any deviation
from the tendered
specifications shall be
clearly mentioned in the
Techno‐commercial bid for
SCL evaluation In case the
deviation is not acceptable
Tender No SCLPS52019E0144501 14
to SCL the Vendor shall
have to comply with the
tendered specifications
6 Electricity for installation
Electricity required for the
work shall be provided by
SCL at no charge basis to
the vendor
7 General Information The
Contractor may conduct
site visit to SCL to have a
fair assessment of the
work involved
8 Storage space Space for
storage of material
procured by the vendor
for incorporation in the
work shall be provided by
SCL within its premises
9 Safety In the course of the
work personnel working
in the system at site
should take utmost care
for their safety and work
purely at individuals
partyrsquos risk SCL will not be
responsible for any
untoward accidents for
the individual partyrsquos
working personnel The
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 3
9 SCL reserves the right to change any milestone date of the tendering activity tender schedule
10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected
11 If tender opening date happens to be a public holiday tender will be opened on the next working
day and interested bidders may depute their representatives to attend the Tender Opening with proper
authorization
12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
14 It is to be noted that the drawings specifications end‐use etc given by the purchaser are
confidential and shall not be disclosed to any third party
15 Prices are required to be quoted according to the units indicated in the tender When quotations are
given in terms of units other than those specified in the tender form relationship between the two sets
of units must be furnished
16 The quote should indicate quantity wise unit rate separately which have to be filled online The
Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated
and indicated in the column provided in online forms explicitly
17 Bidders are expected to comply with commercial and other terms and conditions given in vendor
specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in
the vendor specified terms column
18 All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the unraced technical offer bidder are advised not to
quote any rate with BOQ provide in technical specification document
19 Specifications Stores offered should strictly confirm to our specifications Deviations if any should
be clearly indicated by the tenderer in his bid The tenderer should also indicate the MakeType number
of the stores offered and provide catalogues technical literature along with the quotations Test
Certificates wherever necessary should be forwarded along with supplies
20 The tenderer should provide the name of his bankers as well as the latest Income‐Tax clearance
certificate duly countersigned by the Income‐Tax Officer of the Circle concerned under the seal of his
office if required by the Purchaser during evaluation of tender
21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the
orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner
whatsoever to any other party save with the previous written consent of the purchaser Such consent
Tender No SCLPS52019E0144501 4
by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation
duty or responsibility under the Purchase Order Contract
22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act
23 The authority of the person submitting the tender if called for should be produced
24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir
authorized representatives who may like to attend the tender opening against presentation of
Authorization letter Due to any breakdown in serverlink bid opening will be continued on the
following dates
The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders
only
25 PROCEDURE FOR EVALUATION OF TENDERS
Technical Evaluation Criteria
Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall
be considered to be technically qualified
Evaluation of Price Bids
The following elements shall be considered for evaluation of Priced Commercial offer
a Price quoted by the bidder in the price bid template for meeting the functionalities given in the
Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance
with the Payment Terms prescribed in this tender document In the event the bidder offers Payment
Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base
Rate of SBI prevailing on the date of opening of price bids
c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the
rate 05 percent of the LC value towards confirmation charges
d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the
bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India
26 The bid should contain the following information‐
a Agency Commission Bidders are required to provide the following information in respect of their
authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for
consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the
contact person A letter from the Manufacturersupplier in the current date certifying that the said
Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian
Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under
the proposed purchase The amount of agency commission included in the price and payable to Indian
Tender No SCLPS52019E0144501 5
Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in
Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date
of placement of the Purchase Order and which shall not be subject to any further exchange variations
The payment will be released to the Indian Agents within 30 days from the date of acceptance of the
goods
b Details of any technical service if required for erection assembly commissioning and
demonstration
27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer
country
28 The details of Import License will be furnished in the Purchase Order
29 Instructionoperation manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documentscorrespondence should be in English Language
only
30 Part shipment is not allowed unless specifically agreed to by us
31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any
Agency nominated by us
32 RECOVERY OF SUM DUE
Whenever any claim for the payment of whether liquidated or not money arising out of or under this
Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in
part or whole the security deposited by the Contractor if a security is taken against the Contract In the
event of the security being insufficient or if no security has been taken from the Contractor then the
balance or the total sum recoverable as the case may be shall be deducted from any sum then due or
which at any time thereafter may become due to the Contractor under this or any other Contract with
the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor
shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or
makes any claim whether liquidated or not against the Contractor under any other Contract with the
purchaser the payment of all moneys payable under the Contract to the Contractor including the
security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid
by the Contractor
33 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
34TECHNICAL DOCUMENTATION
Tender No SCLPS52019E0144501 6
The Contractor shall provide installation operation maintenance and programming manual All
documentation shall be in English language
35 CONTRACTORS DEFAULT LIABILITY
The purchaser may upon written notice of default to the Contractor terminate the Contract in
whole or in part in circumstances detailed hereunder
a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the
time specified in the Contractagreement or within the period for which extension has been
granted by the Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
In the event the Purchaser terminates the Contract in whole or in part as provided in this tender
document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he
may deem appropriate stores similar to that terminated and the Contractor shall be liable to the
Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as
defined in Clause 24 until such reasonable time as may be required for the final supply of stores
A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any
other rights provided in this Article may require the Contractor to transfer title and deliver to the
Purchaser under any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b) Such partially completed stores
drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor
has specifically produced or acquired for the performance of the Contract as terminated The Purchaser
shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the
purchaser and for manufacturing material delivered and accepted
B) In the event the Purchaser does not terminate the Contract as provided in this tender document the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in this tender document until the stores are
accepted
Tender No SCLPS52019E0144501 7
BidTemplatesPART A General specifications‐ I
Item Specifications ‐I
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Introduction
bull The intent of these
specifications is to Design
amp Implement Very Early
Warning Aspirator Smoke
Detection (VESDA) system
(consisting of Aspirator
Smoke Detection
detectors High Level
Interface gateways
Sounders power supplies
Aspiration system
communication network
cables Server PCs
sampling pipes Software
etc) in the wafer fab lines
at SCL so as to augment
the existing smoke
detection system
comprising of ionization
type addressable smoke
detectors The fab lines
have clean rooms laid out
in a Bay amp Chase
configuration The Air
management in the clean
Tender No SCLPS52019E0144501 8
rooms is such that there is
downward unidirectional
airflow in the clean rooms
and through the raised
floor the air returns
upwards into the adjoining
grey areas and finally to
the Return Air handlers for
recirculation The ACPH
(Air changes per Hour) is
typically 400‐550 The
clean room layout
depicting clean bays and
grey areas is at Annexure‐I
of this document
bull It is envisaged to install
Detector sampling pipes at
a height of about 35m
from the raised floor in the
grey areas Also the
sampling pipes wherever
required shall be provided
below the raised floor to
optimally cover all the
spaces
bull The selected vendor
shall undertake design
detailed engineering of
the Aspiration system
including piping layout etc
to realize an efficient
Aspiration smoke
Tender No SCLPS52019E0144501 9
detection system in the
fab lines at SCL
2 Scope of Work
bullTo conduct site visit at
SCL and collect necessary
data required for
designing detailed
engineering and
implementation of the
system
bullVendor shall submit
design and detailed
drawings of the offered
System for review and
approval of SCL prior to
execution of work Vendor
shall implement the
system as per SCL
approved design and
drawings
bullAspirating type smoke
detectors shall be
compatible for clean room
environment in SCL This
shall be confirmed in
writing by the OEM
bullThe work shall include
supply of Aspirating type
smoke detectors High
Level Interface (HLI)
Tender No SCLPS52019E0144501 10
Gateways sounders
power supplies Aspiration
system communication
network cables Server
PCs sampling pipes and
installation of complete
Aspiration system along
with calibration and
software integration and
any other itemmaterial
required for realizing the
System meeting the
specifications
bullInstallation Testing and
commissioning of the
Aspiration smoke
detection system shall be
carried out as per the OEM
guidelines by the selected
vendor (OEM) In case the
selected Vendor happens
to be the OEMrsquos
authorized System
Integrator for this work
the implementation shall
be done as per the OEMrsquos
guidelines and under the
supervision of OEMrsquos
representative
bullDemonstrating the
performance which shall
include operation of all
Tender No SCLPS52019E0144501 11
detectors in test mode
This shall also include
creating artificial fire zone
for testing and
Annunciation of Aspiration
smoke detection system
for all faults as per SCL
requirement
bullIn view of the need for
maintaining continuity of
operations in SCLrsquos fab
minimal shutdown shall be
permitted within which
the vendor has to
complete the job
bullAny other item required
to be executed to
complete the work as per
the detailed technical
specifications
3 Period of Completion
Time allowed for
completion of the entire
work comprising of
Design detailed
engineering supply
installation testing and
commissioning of the
Aspiration smoke
Tender No SCLPS52019E0144501 12
detection system shall be
five (5) months to be
reckoned from the 7th day
of issue of the Purchase
Order by SCL The prices
shall remain firm for the
entire duration of the
contract including
extended period if any
No cost escalation shall be
applicable for the work
4 Drawings Data and
Manuals after receipt of
Purchase Order The
Vendor shall prepare and
submit following
drawingdocuments for
review and approval of
SCLrsquos concerned
Engineer(s) prior to start
of the work The Vendor
shall incorporate SCLrsquos
commentsobservations
and resubmit
drawingsdocuments
stated below for approval
bullMake type Model and
catalogue of all
components along with
technical leaflets and test
certificates etc within 15
days of receipt of the issue
Tender No SCLPS52019E0144501 13
of the Purchase Order by
SCL
bullGA drawings of
detectors Drawings
showing pipe layout and
all other equipment
forming part of the
system
bullDesign calculations for air
sampling holes spacing
orientation based upon
Factory Mutual (FM) listed
software tool
bullChecks list test to be
conduct during erection
testing amp commissioning
of the individual detectors
as per applicable
standards
bullAny other
drawingdocument
relevant to work as per
requirement
5 Deviation Any deviation
from the tendered
specifications shall be
clearly mentioned in the
Techno‐commercial bid for
SCL evaluation In case the
deviation is not acceptable
Tender No SCLPS52019E0144501 14
to SCL the Vendor shall
have to comply with the
tendered specifications
6 Electricity for installation
Electricity required for the
work shall be provided by
SCL at no charge basis to
the vendor
7 General Information The
Contractor may conduct
site visit to SCL to have a
fair assessment of the
work involved
8 Storage space Space for
storage of material
procured by the vendor
for incorporation in the
work shall be provided by
SCL within its premises
9 Safety In the course of the
work personnel working
in the system at site
should take utmost care
for their safety and work
purely at individuals
partyrsquos risk SCL will not be
responsible for any
untoward accidents for
the individual partyrsquos
working personnel The
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 4
by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation
duty or responsibility under the Purchase Order Contract
22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act
23 The authority of the person submitting the tender if called for should be produced
24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir
authorized representatives who may like to attend the tender opening against presentation of
Authorization letter Due to any breakdown in serverlink bid opening will be continued on the
following dates
The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders
only
25 PROCEDURE FOR EVALUATION OF TENDERS
Technical Evaluation Criteria
Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall
be considered to be technically qualified
Evaluation of Price Bids
The following elements shall be considered for evaluation of Priced Commercial offer
a Price quoted by the bidder in the price bid template for meeting the functionalities given in the
Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance
with the Payment Terms prescribed in this tender document In the event the bidder offers Payment
Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base
Rate of SBI prevailing on the date of opening of price bids
c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the
rate 05 percent of the LC value towards confirmation charges
d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the
bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India
26 The bid should contain the following information‐
a Agency Commission Bidders are required to provide the following information in respect of their
authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for
consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the
contact person A letter from the Manufacturersupplier in the current date certifying that the said
Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian
Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under
the proposed purchase The amount of agency commission included in the price and payable to Indian
Tender No SCLPS52019E0144501 5
Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in
Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date
of placement of the Purchase Order and which shall not be subject to any further exchange variations
The payment will be released to the Indian Agents within 30 days from the date of acceptance of the
goods
b Details of any technical service if required for erection assembly commissioning and
demonstration
27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer
country
28 The details of Import License will be furnished in the Purchase Order
29 Instructionoperation manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documentscorrespondence should be in English Language
only
30 Part shipment is not allowed unless specifically agreed to by us
31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any
Agency nominated by us
32 RECOVERY OF SUM DUE
Whenever any claim for the payment of whether liquidated or not money arising out of or under this
Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in
part or whole the security deposited by the Contractor if a security is taken against the Contract In the
event of the security being insufficient or if no security has been taken from the Contractor then the
balance or the total sum recoverable as the case may be shall be deducted from any sum then due or
which at any time thereafter may become due to the Contractor under this or any other Contract with
the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor
shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or
makes any claim whether liquidated or not against the Contractor under any other Contract with the
purchaser the payment of all moneys payable under the Contract to the Contractor including the
security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid
by the Contractor
33 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
34TECHNICAL DOCUMENTATION
Tender No SCLPS52019E0144501 6
The Contractor shall provide installation operation maintenance and programming manual All
documentation shall be in English language
35 CONTRACTORS DEFAULT LIABILITY
The purchaser may upon written notice of default to the Contractor terminate the Contract in
whole or in part in circumstances detailed hereunder
a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the
time specified in the Contractagreement or within the period for which extension has been
granted by the Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
In the event the Purchaser terminates the Contract in whole or in part as provided in this tender
document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he
may deem appropriate stores similar to that terminated and the Contractor shall be liable to the
Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as
defined in Clause 24 until such reasonable time as may be required for the final supply of stores
A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any
other rights provided in this Article may require the Contractor to transfer title and deliver to the
Purchaser under any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b) Such partially completed stores
drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor
has specifically produced or acquired for the performance of the Contract as terminated The Purchaser
shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the
purchaser and for manufacturing material delivered and accepted
B) In the event the Purchaser does not terminate the Contract as provided in this tender document the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in this tender document until the stores are
accepted
Tender No SCLPS52019E0144501 7
BidTemplatesPART A General specifications‐ I
Item Specifications ‐I
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Introduction
bull The intent of these
specifications is to Design
amp Implement Very Early
Warning Aspirator Smoke
Detection (VESDA) system
(consisting of Aspirator
Smoke Detection
detectors High Level
Interface gateways
Sounders power supplies
Aspiration system
communication network
cables Server PCs
sampling pipes Software
etc) in the wafer fab lines
at SCL so as to augment
the existing smoke
detection system
comprising of ionization
type addressable smoke
detectors The fab lines
have clean rooms laid out
in a Bay amp Chase
configuration The Air
management in the clean
Tender No SCLPS52019E0144501 8
rooms is such that there is
downward unidirectional
airflow in the clean rooms
and through the raised
floor the air returns
upwards into the adjoining
grey areas and finally to
the Return Air handlers for
recirculation The ACPH
(Air changes per Hour) is
typically 400‐550 The
clean room layout
depicting clean bays and
grey areas is at Annexure‐I
of this document
bull It is envisaged to install
Detector sampling pipes at
a height of about 35m
from the raised floor in the
grey areas Also the
sampling pipes wherever
required shall be provided
below the raised floor to
optimally cover all the
spaces
bull The selected vendor
shall undertake design
detailed engineering of
the Aspiration system
including piping layout etc
to realize an efficient
Aspiration smoke
Tender No SCLPS52019E0144501 9
detection system in the
fab lines at SCL
2 Scope of Work
bullTo conduct site visit at
SCL and collect necessary
data required for
designing detailed
engineering and
implementation of the
system
bullVendor shall submit
design and detailed
drawings of the offered
System for review and
approval of SCL prior to
execution of work Vendor
shall implement the
system as per SCL
approved design and
drawings
bullAspirating type smoke
detectors shall be
compatible for clean room
environment in SCL This
shall be confirmed in
writing by the OEM
bullThe work shall include
supply of Aspirating type
smoke detectors High
Level Interface (HLI)
Tender No SCLPS52019E0144501 10
Gateways sounders
power supplies Aspiration
system communication
network cables Server
PCs sampling pipes and
installation of complete
Aspiration system along
with calibration and
software integration and
any other itemmaterial
required for realizing the
System meeting the
specifications
bullInstallation Testing and
commissioning of the
Aspiration smoke
detection system shall be
carried out as per the OEM
guidelines by the selected
vendor (OEM) In case the
selected Vendor happens
to be the OEMrsquos
authorized System
Integrator for this work
the implementation shall
be done as per the OEMrsquos
guidelines and under the
supervision of OEMrsquos
representative
bullDemonstrating the
performance which shall
include operation of all
Tender No SCLPS52019E0144501 11
detectors in test mode
This shall also include
creating artificial fire zone
for testing and
Annunciation of Aspiration
smoke detection system
for all faults as per SCL
requirement
bullIn view of the need for
maintaining continuity of
operations in SCLrsquos fab
minimal shutdown shall be
permitted within which
the vendor has to
complete the job
bullAny other item required
to be executed to
complete the work as per
the detailed technical
specifications
3 Period of Completion
Time allowed for
completion of the entire
work comprising of
Design detailed
engineering supply
installation testing and
commissioning of the
Aspiration smoke
Tender No SCLPS52019E0144501 12
detection system shall be
five (5) months to be
reckoned from the 7th day
of issue of the Purchase
Order by SCL The prices
shall remain firm for the
entire duration of the
contract including
extended period if any
No cost escalation shall be
applicable for the work
4 Drawings Data and
Manuals after receipt of
Purchase Order The
Vendor shall prepare and
submit following
drawingdocuments for
review and approval of
SCLrsquos concerned
Engineer(s) prior to start
of the work The Vendor
shall incorporate SCLrsquos
commentsobservations
and resubmit
drawingsdocuments
stated below for approval
bullMake type Model and
catalogue of all
components along with
technical leaflets and test
certificates etc within 15
days of receipt of the issue
Tender No SCLPS52019E0144501 13
of the Purchase Order by
SCL
bullGA drawings of
detectors Drawings
showing pipe layout and
all other equipment
forming part of the
system
bullDesign calculations for air
sampling holes spacing
orientation based upon
Factory Mutual (FM) listed
software tool
bullChecks list test to be
conduct during erection
testing amp commissioning
of the individual detectors
as per applicable
standards
bullAny other
drawingdocument
relevant to work as per
requirement
5 Deviation Any deviation
from the tendered
specifications shall be
clearly mentioned in the
Techno‐commercial bid for
SCL evaluation In case the
deviation is not acceptable
Tender No SCLPS52019E0144501 14
to SCL the Vendor shall
have to comply with the
tendered specifications
6 Electricity for installation
Electricity required for the
work shall be provided by
SCL at no charge basis to
the vendor
7 General Information The
Contractor may conduct
site visit to SCL to have a
fair assessment of the
work involved
8 Storage space Space for
storage of material
procured by the vendor
for incorporation in the
work shall be provided by
SCL within its premises
9 Safety In the course of the
work personnel working
in the system at site
should take utmost care
for their safety and work
purely at individuals
partyrsquos risk SCL will not be
responsible for any
untoward accidents for
the individual partyrsquos
working personnel The
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 5
Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in
Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date
of placement of the Purchase Order and which shall not be subject to any further exchange variations
The payment will be released to the Indian Agents within 30 days from the date of acceptance of the
goods
b Details of any technical service if required for erection assembly commissioning and
demonstration
27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer
country
28 The details of Import License will be furnished in the Purchase Order
29 Instructionoperation manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documentscorrespondence should be in English Language
only
30 Part shipment is not allowed unless specifically agreed to by us
31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any
Agency nominated by us
32 RECOVERY OF SUM DUE
Whenever any claim for the payment of whether liquidated or not money arising out of or under this
Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in
part or whole the security deposited by the Contractor if a security is taken against the Contract In the
event of the security being insufficient or if no security has been taken from the Contractor then the
balance or the total sum recoverable as the case may be shall be deducted from any sum then due or
which at any time thereafter may become due to the Contractor under this or any other Contract with
the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor
shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or
makes any claim whether liquidated or not against the Contractor under any other Contract with the
purchaser the payment of all moneys payable under the Contract to the Contractor including the
security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid
by the Contractor
33 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
34TECHNICAL DOCUMENTATION
Tender No SCLPS52019E0144501 6
The Contractor shall provide installation operation maintenance and programming manual All
documentation shall be in English language
35 CONTRACTORS DEFAULT LIABILITY
The purchaser may upon written notice of default to the Contractor terminate the Contract in
whole or in part in circumstances detailed hereunder
a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the
time specified in the Contractagreement or within the period for which extension has been
granted by the Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
In the event the Purchaser terminates the Contract in whole or in part as provided in this tender
document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he
may deem appropriate stores similar to that terminated and the Contractor shall be liable to the
Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as
defined in Clause 24 until such reasonable time as may be required for the final supply of stores
A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any
other rights provided in this Article may require the Contractor to transfer title and deliver to the
Purchaser under any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b) Such partially completed stores
drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor
has specifically produced or acquired for the performance of the Contract as terminated The Purchaser
shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the
purchaser and for manufacturing material delivered and accepted
B) In the event the Purchaser does not terminate the Contract as provided in this tender document the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in this tender document until the stores are
accepted
Tender No SCLPS52019E0144501 7
BidTemplatesPART A General specifications‐ I
Item Specifications ‐I
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Introduction
bull The intent of these
specifications is to Design
amp Implement Very Early
Warning Aspirator Smoke
Detection (VESDA) system
(consisting of Aspirator
Smoke Detection
detectors High Level
Interface gateways
Sounders power supplies
Aspiration system
communication network
cables Server PCs
sampling pipes Software
etc) in the wafer fab lines
at SCL so as to augment
the existing smoke
detection system
comprising of ionization
type addressable smoke
detectors The fab lines
have clean rooms laid out
in a Bay amp Chase
configuration The Air
management in the clean
Tender No SCLPS52019E0144501 8
rooms is such that there is
downward unidirectional
airflow in the clean rooms
and through the raised
floor the air returns
upwards into the adjoining
grey areas and finally to
the Return Air handlers for
recirculation The ACPH
(Air changes per Hour) is
typically 400‐550 The
clean room layout
depicting clean bays and
grey areas is at Annexure‐I
of this document
bull It is envisaged to install
Detector sampling pipes at
a height of about 35m
from the raised floor in the
grey areas Also the
sampling pipes wherever
required shall be provided
below the raised floor to
optimally cover all the
spaces
bull The selected vendor
shall undertake design
detailed engineering of
the Aspiration system
including piping layout etc
to realize an efficient
Aspiration smoke
Tender No SCLPS52019E0144501 9
detection system in the
fab lines at SCL
2 Scope of Work
bullTo conduct site visit at
SCL and collect necessary
data required for
designing detailed
engineering and
implementation of the
system
bullVendor shall submit
design and detailed
drawings of the offered
System for review and
approval of SCL prior to
execution of work Vendor
shall implement the
system as per SCL
approved design and
drawings
bullAspirating type smoke
detectors shall be
compatible for clean room
environment in SCL This
shall be confirmed in
writing by the OEM
bullThe work shall include
supply of Aspirating type
smoke detectors High
Level Interface (HLI)
Tender No SCLPS52019E0144501 10
Gateways sounders
power supplies Aspiration
system communication
network cables Server
PCs sampling pipes and
installation of complete
Aspiration system along
with calibration and
software integration and
any other itemmaterial
required for realizing the
System meeting the
specifications
bullInstallation Testing and
commissioning of the
Aspiration smoke
detection system shall be
carried out as per the OEM
guidelines by the selected
vendor (OEM) In case the
selected Vendor happens
to be the OEMrsquos
authorized System
Integrator for this work
the implementation shall
be done as per the OEMrsquos
guidelines and under the
supervision of OEMrsquos
representative
bullDemonstrating the
performance which shall
include operation of all
Tender No SCLPS52019E0144501 11
detectors in test mode
This shall also include
creating artificial fire zone
for testing and
Annunciation of Aspiration
smoke detection system
for all faults as per SCL
requirement
bullIn view of the need for
maintaining continuity of
operations in SCLrsquos fab
minimal shutdown shall be
permitted within which
the vendor has to
complete the job
bullAny other item required
to be executed to
complete the work as per
the detailed technical
specifications
3 Period of Completion
Time allowed for
completion of the entire
work comprising of
Design detailed
engineering supply
installation testing and
commissioning of the
Aspiration smoke
Tender No SCLPS52019E0144501 12
detection system shall be
five (5) months to be
reckoned from the 7th day
of issue of the Purchase
Order by SCL The prices
shall remain firm for the
entire duration of the
contract including
extended period if any
No cost escalation shall be
applicable for the work
4 Drawings Data and
Manuals after receipt of
Purchase Order The
Vendor shall prepare and
submit following
drawingdocuments for
review and approval of
SCLrsquos concerned
Engineer(s) prior to start
of the work The Vendor
shall incorporate SCLrsquos
commentsobservations
and resubmit
drawingsdocuments
stated below for approval
bullMake type Model and
catalogue of all
components along with
technical leaflets and test
certificates etc within 15
days of receipt of the issue
Tender No SCLPS52019E0144501 13
of the Purchase Order by
SCL
bullGA drawings of
detectors Drawings
showing pipe layout and
all other equipment
forming part of the
system
bullDesign calculations for air
sampling holes spacing
orientation based upon
Factory Mutual (FM) listed
software tool
bullChecks list test to be
conduct during erection
testing amp commissioning
of the individual detectors
as per applicable
standards
bullAny other
drawingdocument
relevant to work as per
requirement
5 Deviation Any deviation
from the tendered
specifications shall be
clearly mentioned in the
Techno‐commercial bid for
SCL evaluation In case the
deviation is not acceptable
Tender No SCLPS52019E0144501 14
to SCL the Vendor shall
have to comply with the
tendered specifications
6 Electricity for installation
Electricity required for the
work shall be provided by
SCL at no charge basis to
the vendor
7 General Information The
Contractor may conduct
site visit to SCL to have a
fair assessment of the
work involved
8 Storage space Space for
storage of material
procured by the vendor
for incorporation in the
work shall be provided by
SCL within its premises
9 Safety In the course of the
work personnel working
in the system at site
should take utmost care
for their safety and work
purely at individuals
partyrsquos risk SCL will not be
responsible for any
untoward accidents for
the individual partyrsquos
working personnel The
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 6
The Contractor shall provide installation operation maintenance and programming manual All
documentation shall be in English language
35 CONTRACTORS DEFAULT LIABILITY
The purchaser may upon written notice of default to the Contractor terminate the Contract in
whole or in part in circumstances detailed hereunder
a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the
time specified in the Contractagreement or within the period for which extension has been
granted by the Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
In the event the Purchaser terminates the Contract in whole or in part as provided in this tender
document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he
may deem appropriate stores similar to that terminated and the Contractor shall be liable to the
Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as
defined in Clause 24 until such reasonable time as may be required for the final supply of stores
A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any
other rights provided in this Article may require the Contractor to transfer title and deliver to the
Purchaser under any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b) Such partially completed stores
drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor
has specifically produced or acquired for the performance of the Contract as terminated The Purchaser
shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the
purchaser and for manufacturing material delivered and accepted
B) In the event the Purchaser does not terminate the Contract as provided in this tender document the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in this tender document until the stores are
accepted
Tender No SCLPS52019E0144501 7
BidTemplatesPART A General specifications‐ I
Item Specifications ‐I
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Introduction
bull The intent of these
specifications is to Design
amp Implement Very Early
Warning Aspirator Smoke
Detection (VESDA) system
(consisting of Aspirator
Smoke Detection
detectors High Level
Interface gateways
Sounders power supplies
Aspiration system
communication network
cables Server PCs
sampling pipes Software
etc) in the wafer fab lines
at SCL so as to augment
the existing smoke
detection system
comprising of ionization
type addressable smoke
detectors The fab lines
have clean rooms laid out
in a Bay amp Chase
configuration The Air
management in the clean
Tender No SCLPS52019E0144501 8
rooms is such that there is
downward unidirectional
airflow in the clean rooms
and through the raised
floor the air returns
upwards into the adjoining
grey areas and finally to
the Return Air handlers for
recirculation The ACPH
(Air changes per Hour) is
typically 400‐550 The
clean room layout
depicting clean bays and
grey areas is at Annexure‐I
of this document
bull It is envisaged to install
Detector sampling pipes at
a height of about 35m
from the raised floor in the
grey areas Also the
sampling pipes wherever
required shall be provided
below the raised floor to
optimally cover all the
spaces
bull The selected vendor
shall undertake design
detailed engineering of
the Aspiration system
including piping layout etc
to realize an efficient
Aspiration smoke
Tender No SCLPS52019E0144501 9
detection system in the
fab lines at SCL
2 Scope of Work
bullTo conduct site visit at
SCL and collect necessary
data required for
designing detailed
engineering and
implementation of the
system
bullVendor shall submit
design and detailed
drawings of the offered
System for review and
approval of SCL prior to
execution of work Vendor
shall implement the
system as per SCL
approved design and
drawings
bullAspirating type smoke
detectors shall be
compatible for clean room
environment in SCL This
shall be confirmed in
writing by the OEM
bullThe work shall include
supply of Aspirating type
smoke detectors High
Level Interface (HLI)
Tender No SCLPS52019E0144501 10
Gateways sounders
power supplies Aspiration
system communication
network cables Server
PCs sampling pipes and
installation of complete
Aspiration system along
with calibration and
software integration and
any other itemmaterial
required for realizing the
System meeting the
specifications
bullInstallation Testing and
commissioning of the
Aspiration smoke
detection system shall be
carried out as per the OEM
guidelines by the selected
vendor (OEM) In case the
selected Vendor happens
to be the OEMrsquos
authorized System
Integrator for this work
the implementation shall
be done as per the OEMrsquos
guidelines and under the
supervision of OEMrsquos
representative
bullDemonstrating the
performance which shall
include operation of all
Tender No SCLPS52019E0144501 11
detectors in test mode
This shall also include
creating artificial fire zone
for testing and
Annunciation of Aspiration
smoke detection system
for all faults as per SCL
requirement
bullIn view of the need for
maintaining continuity of
operations in SCLrsquos fab
minimal shutdown shall be
permitted within which
the vendor has to
complete the job
bullAny other item required
to be executed to
complete the work as per
the detailed technical
specifications
3 Period of Completion
Time allowed for
completion of the entire
work comprising of
Design detailed
engineering supply
installation testing and
commissioning of the
Aspiration smoke
Tender No SCLPS52019E0144501 12
detection system shall be
five (5) months to be
reckoned from the 7th day
of issue of the Purchase
Order by SCL The prices
shall remain firm for the
entire duration of the
contract including
extended period if any
No cost escalation shall be
applicable for the work
4 Drawings Data and
Manuals after receipt of
Purchase Order The
Vendor shall prepare and
submit following
drawingdocuments for
review and approval of
SCLrsquos concerned
Engineer(s) prior to start
of the work The Vendor
shall incorporate SCLrsquos
commentsobservations
and resubmit
drawingsdocuments
stated below for approval
bullMake type Model and
catalogue of all
components along with
technical leaflets and test
certificates etc within 15
days of receipt of the issue
Tender No SCLPS52019E0144501 13
of the Purchase Order by
SCL
bullGA drawings of
detectors Drawings
showing pipe layout and
all other equipment
forming part of the
system
bullDesign calculations for air
sampling holes spacing
orientation based upon
Factory Mutual (FM) listed
software tool
bullChecks list test to be
conduct during erection
testing amp commissioning
of the individual detectors
as per applicable
standards
bullAny other
drawingdocument
relevant to work as per
requirement
5 Deviation Any deviation
from the tendered
specifications shall be
clearly mentioned in the
Techno‐commercial bid for
SCL evaluation In case the
deviation is not acceptable
Tender No SCLPS52019E0144501 14
to SCL the Vendor shall
have to comply with the
tendered specifications
6 Electricity for installation
Electricity required for the
work shall be provided by
SCL at no charge basis to
the vendor
7 General Information The
Contractor may conduct
site visit to SCL to have a
fair assessment of the
work involved
8 Storage space Space for
storage of material
procured by the vendor
for incorporation in the
work shall be provided by
SCL within its premises
9 Safety In the course of the
work personnel working
in the system at site
should take utmost care
for their safety and work
purely at individuals
partyrsquos risk SCL will not be
responsible for any
untoward accidents for
the individual partyrsquos
working personnel The
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 7
BidTemplatesPART A General specifications‐ I
Item Specifications ‐I
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Introduction
bull The intent of these
specifications is to Design
amp Implement Very Early
Warning Aspirator Smoke
Detection (VESDA) system
(consisting of Aspirator
Smoke Detection
detectors High Level
Interface gateways
Sounders power supplies
Aspiration system
communication network
cables Server PCs
sampling pipes Software
etc) in the wafer fab lines
at SCL so as to augment
the existing smoke
detection system
comprising of ionization
type addressable smoke
detectors The fab lines
have clean rooms laid out
in a Bay amp Chase
configuration The Air
management in the clean
Tender No SCLPS52019E0144501 8
rooms is such that there is
downward unidirectional
airflow in the clean rooms
and through the raised
floor the air returns
upwards into the adjoining
grey areas and finally to
the Return Air handlers for
recirculation The ACPH
(Air changes per Hour) is
typically 400‐550 The
clean room layout
depicting clean bays and
grey areas is at Annexure‐I
of this document
bull It is envisaged to install
Detector sampling pipes at
a height of about 35m
from the raised floor in the
grey areas Also the
sampling pipes wherever
required shall be provided
below the raised floor to
optimally cover all the
spaces
bull The selected vendor
shall undertake design
detailed engineering of
the Aspiration system
including piping layout etc
to realize an efficient
Aspiration smoke
Tender No SCLPS52019E0144501 9
detection system in the
fab lines at SCL
2 Scope of Work
bullTo conduct site visit at
SCL and collect necessary
data required for
designing detailed
engineering and
implementation of the
system
bullVendor shall submit
design and detailed
drawings of the offered
System for review and
approval of SCL prior to
execution of work Vendor
shall implement the
system as per SCL
approved design and
drawings
bullAspirating type smoke
detectors shall be
compatible for clean room
environment in SCL This
shall be confirmed in
writing by the OEM
bullThe work shall include
supply of Aspirating type
smoke detectors High
Level Interface (HLI)
Tender No SCLPS52019E0144501 10
Gateways sounders
power supplies Aspiration
system communication
network cables Server
PCs sampling pipes and
installation of complete
Aspiration system along
with calibration and
software integration and
any other itemmaterial
required for realizing the
System meeting the
specifications
bullInstallation Testing and
commissioning of the
Aspiration smoke
detection system shall be
carried out as per the OEM
guidelines by the selected
vendor (OEM) In case the
selected Vendor happens
to be the OEMrsquos
authorized System
Integrator for this work
the implementation shall
be done as per the OEMrsquos
guidelines and under the
supervision of OEMrsquos
representative
bullDemonstrating the
performance which shall
include operation of all
Tender No SCLPS52019E0144501 11
detectors in test mode
This shall also include
creating artificial fire zone
for testing and
Annunciation of Aspiration
smoke detection system
for all faults as per SCL
requirement
bullIn view of the need for
maintaining continuity of
operations in SCLrsquos fab
minimal shutdown shall be
permitted within which
the vendor has to
complete the job
bullAny other item required
to be executed to
complete the work as per
the detailed technical
specifications
3 Period of Completion
Time allowed for
completion of the entire
work comprising of
Design detailed
engineering supply
installation testing and
commissioning of the
Aspiration smoke
Tender No SCLPS52019E0144501 12
detection system shall be
five (5) months to be
reckoned from the 7th day
of issue of the Purchase
Order by SCL The prices
shall remain firm for the
entire duration of the
contract including
extended period if any
No cost escalation shall be
applicable for the work
4 Drawings Data and
Manuals after receipt of
Purchase Order The
Vendor shall prepare and
submit following
drawingdocuments for
review and approval of
SCLrsquos concerned
Engineer(s) prior to start
of the work The Vendor
shall incorporate SCLrsquos
commentsobservations
and resubmit
drawingsdocuments
stated below for approval
bullMake type Model and
catalogue of all
components along with
technical leaflets and test
certificates etc within 15
days of receipt of the issue
Tender No SCLPS52019E0144501 13
of the Purchase Order by
SCL
bullGA drawings of
detectors Drawings
showing pipe layout and
all other equipment
forming part of the
system
bullDesign calculations for air
sampling holes spacing
orientation based upon
Factory Mutual (FM) listed
software tool
bullChecks list test to be
conduct during erection
testing amp commissioning
of the individual detectors
as per applicable
standards
bullAny other
drawingdocument
relevant to work as per
requirement
5 Deviation Any deviation
from the tendered
specifications shall be
clearly mentioned in the
Techno‐commercial bid for
SCL evaluation In case the
deviation is not acceptable
Tender No SCLPS52019E0144501 14
to SCL the Vendor shall
have to comply with the
tendered specifications
6 Electricity for installation
Electricity required for the
work shall be provided by
SCL at no charge basis to
the vendor
7 General Information The
Contractor may conduct
site visit to SCL to have a
fair assessment of the
work involved
8 Storage space Space for
storage of material
procured by the vendor
for incorporation in the
work shall be provided by
SCL within its premises
9 Safety In the course of the
work personnel working
in the system at site
should take utmost care
for their safety and work
purely at individuals
partyrsquos risk SCL will not be
responsible for any
untoward accidents for
the individual partyrsquos
working personnel The
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 8
rooms is such that there is
downward unidirectional
airflow in the clean rooms
and through the raised
floor the air returns
upwards into the adjoining
grey areas and finally to
the Return Air handlers for
recirculation The ACPH
(Air changes per Hour) is
typically 400‐550 The
clean room layout
depicting clean bays and
grey areas is at Annexure‐I
of this document
bull It is envisaged to install
Detector sampling pipes at
a height of about 35m
from the raised floor in the
grey areas Also the
sampling pipes wherever
required shall be provided
below the raised floor to
optimally cover all the
spaces
bull The selected vendor
shall undertake design
detailed engineering of
the Aspiration system
including piping layout etc
to realize an efficient
Aspiration smoke
Tender No SCLPS52019E0144501 9
detection system in the
fab lines at SCL
2 Scope of Work
bullTo conduct site visit at
SCL and collect necessary
data required for
designing detailed
engineering and
implementation of the
system
bullVendor shall submit
design and detailed
drawings of the offered
System for review and
approval of SCL prior to
execution of work Vendor
shall implement the
system as per SCL
approved design and
drawings
bullAspirating type smoke
detectors shall be
compatible for clean room
environment in SCL This
shall be confirmed in
writing by the OEM
bullThe work shall include
supply of Aspirating type
smoke detectors High
Level Interface (HLI)
Tender No SCLPS52019E0144501 10
Gateways sounders
power supplies Aspiration
system communication
network cables Server
PCs sampling pipes and
installation of complete
Aspiration system along
with calibration and
software integration and
any other itemmaterial
required for realizing the
System meeting the
specifications
bullInstallation Testing and
commissioning of the
Aspiration smoke
detection system shall be
carried out as per the OEM
guidelines by the selected
vendor (OEM) In case the
selected Vendor happens
to be the OEMrsquos
authorized System
Integrator for this work
the implementation shall
be done as per the OEMrsquos
guidelines and under the
supervision of OEMrsquos
representative
bullDemonstrating the
performance which shall
include operation of all
Tender No SCLPS52019E0144501 11
detectors in test mode
This shall also include
creating artificial fire zone
for testing and
Annunciation of Aspiration
smoke detection system
for all faults as per SCL
requirement
bullIn view of the need for
maintaining continuity of
operations in SCLrsquos fab
minimal shutdown shall be
permitted within which
the vendor has to
complete the job
bullAny other item required
to be executed to
complete the work as per
the detailed technical
specifications
3 Period of Completion
Time allowed for
completion of the entire
work comprising of
Design detailed
engineering supply
installation testing and
commissioning of the
Aspiration smoke
Tender No SCLPS52019E0144501 12
detection system shall be
five (5) months to be
reckoned from the 7th day
of issue of the Purchase
Order by SCL The prices
shall remain firm for the
entire duration of the
contract including
extended period if any
No cost escalation shall be
applicable for the work
4 Drawings Data and
Manuals after receipt of
Purchase Order The
Vendor shall prepare and
submit following
drawingdocuments for
review and approval of
SCLrsquos concerned
Engineer(s) prior to start
of the work The Vendor
shall incorporate SCLrsquos
commentsobservations
and resubmit
drawingsdocuments
stated below for approval
bullMake type Model and
catalogue of all
components along with
technical leaflets and test
certificates etc within 15
days of receipt of the issue
Tender No SCLPS52019E0144501 13
of the Purchase Order by
SCL
bullGA drawings of
detectors Drawings
showing pipe layout and
all other equipment
forming part of the
system
bullDesign calculations for air
sampling holes spacing
orientation based upon
Factory Mutual (FM) listed
software tool
bullChecks list test to be
conduct during erection
testing amp commissioning
of the individual detectors
as per applicable
standards
bullAny other
drawingdocument
relevant to work as per
requirement
5 Deviation Any deviation
from the tendered
specifications shall be
clearly mentioned in the
Techno‐commercial bid for
SCL evaluation In case the
deviation is not acceptable
Tender No SCLPS52019E0144501 14
to SCL the Vendor shall
have to comply with the
tendered specifications
6 Electricity for installation
Electricity required for the
work shall be provided by
SCL at no charge basis to
the vendor
7 General Information The
Contractor may conduct
site visit to SCL to have a
fair assessment of the
work involved
8 Storage space Space for
storage of material
procured by the vendor
for incorporation in the
work shall be provided by
SCL within its premises
9 Safety In the course of the
work personnel working
in the system at site
should take utmost care
for their safety and work
purely at individuals
partyrsquos risk SCL will not be
responsible for any
untoward accidents for
the individual partyrsquos
working personnel The
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 9
detection system in the
fab lines at SCL
2 Scope of Work
bullTo conduct site visit at
SCL and collect necessary
data required for
designing detailed
engineering and
implementation of the
system
bullVendor shall submit
design and detailed
drawings of the offered
System for review and
approval of SCL prior to
execution of work Vendor
shall implement the
system as per SCL
approved design and
drawings
bullAspirating type smoke
detectors shall be
compatible for clean room
environment in SCL This
shall be confirmed in
writing by the OEM
bullThe work shall include
supply of Aspirating type
smoke detectors High
Level Interface (HLI)
Tender No SCLPS52019E0144501 10
Gateways sounders
power supplies Aspiration
system communication
network cables Server
PCs sampling pipes and
installation of complete
Aspiration system along
with calibration and
software integration and
any other itemmaterial
required for realizing the
System meeting the
specifications
bullInstallation Testing and
commissioning of the
Aspiration smoke
detection system shall be
carried out as per the OEM
guidelines by the selected
vendor (OEM) In case the
selected Vendor happens
to be the OEMrsquos
authorized System
Integrator for this work
the implementation shall
be done as per the OEMrsquos
guidelines and under the
supervision of OEMrsquos
representative
bullDemonstrating the
performance which shall
include operation of all
Tender No SCLPS52019E0144501 11
detectors in test mode
This shall also include
creating artificial fire zone
for testing and
Annunciation of Aspiration
smoke detection system
for all faults as per SCL
requirement
bullIn view of the need for
maintaining continuity of
operations in SCLrsquos fab
minimal shutdown shall be
permitted within which
the vendor has to
complete the job
bullAny other item required
to be executed to
complete the work as per
the detailed technical
specifications
3 Period of Completion
Time allowed for
completion of the entire
work comprising of
Design detailed
engineering supply
installation testing and
commissioning of the
Aspiration smoke
Tender No SCLPS52019E0144501 12
detection system shall be
five (5) months to be
reckoned from the 7th day
of issue of the Purchase
Order by SCL The prices
shall remain firm for the
entire duration of the
contract including
extended period if any
No cost escalation shall be
applicable for the work
4 Drawings Data and
Manuals after receipt of
Purchase Order The
Vendor shall prepare and
submit following
drawingdocuments for
review and approval of
SCLrsquos concerned
Engineer(s) prior to start
of the work The Vendor
shall incorporate SCLrsquos
commentsobservations
and resubmit
drawingsdocuments
stated below for approval
bullMake type Model and
catalogue of all
components along with
technical leaflets and test
certificates etc within 15
days of receipt of the issue
Tender No SCLPS52019E0144501 13
of the Purchase Order by
SCL
bullGA drawings of
detectors Drawings
showing pipe layout and
all other equipment
forming part of the
system
bullDesign calculations for air
sampling holes spacing
orientation based upon
Factory Mutual (FM) listed
software tool
bullChecks list test to be
conduct during erection
testing amp commissioning
of the individual detectors
as per applicable
standards
bullAny other
drawingdocument
relevant to work as per
requirement
5 Deviation Any deviation
from the tendered
specifications shall be
clearly mentioned in the
Techno‐commercial bid for
SCL evaluation In case the
deviation is not acceptable
Tender No SCLPS52019E0144501 14
to SCL the Vendor shall
have to comply with the
tendered specifications
6 Electricity for installation
Electricity required for the
work shall be provided by
SCL at no charge basis to
the vendor
7 General Information The
Contractor may conduct
site visit to SCL to have a
fair assessment of the
work involved
8 Storage space Space for
storage of material
procured by the vendor
for incorporation in the
work shall be provided by
SCL within its premises
9 Safety In the course of the
work personnel working
in the system at site
should take utmost care
for their safety and work
purely at individuals
partyrsquos risk SCL will not be
responsible for any
untoward accidents for
the individual partyrsquos
working personnel The
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 10
Gateways sounders
power supplies Aspiration
system communication
network cables Server
PCs sampling pipes and
installation of complete
Aspiration system along
with calibration and
software integration and
any other itemmaterial
required for realizing the
System meeting the
specifications
bullInstallation Testing and
commissioning of the
Aspiration smoke
detection system shall be
carried out as per the OEM
guidelines by the selected
vendor (OEM) In case the
selected Vendor happens
to be the OEMrsquos
authorized System
Integrator for this work
the implementation shall
be done as per the OEMrsquos
guidelines and under the
supervision of OEMrsquos
representative
bullDemonstrating the
performance which shall
include operation of all
Tender No SCLPS52019E0144501 11
detectors in test mode
This shall also include
creating artificial fire zone
for testing and
Annunciation of Aspiration
smoke detection system
for all faults as per SCL
requirement
bullIn view of the need for
maintaining continuity of
operations in SCLrsquos fab
minimal shutdown shall be
permitted within which
the vendor has to
complete the job
bullAny other item required
to be executed to
complete the work as per
the detailed technical
specifications
3 Period of Completion
Time allowed for
completion of the entire
work comprising of
Design detailed
engineering supply
installation testing and
commissioning of the
Aspiration smoke
Tender No SCLPS52019E0144501 12
detection system shall be
five (5) months to be
reckoned from the 7th day
of issue of the Purchase
Order by SCL The prices
shall remain firm for the
entire duration of the
contract including
extended period if any
No cost escalation shall be
applicable for the work
4 Drawings Data and
Manuals after receipt of
Purchase Order The
Vendor shall prepare and
submit following
drawingdocuments for
review and approval of
SCLrsquos concerned
Engineer(s) prior to start
of the work The Vendor
shall incorporate SCLrsquos
commentsobservations
and resubmit
drawingsdocuments
stated below for approval
bullMake type Model and
catalogue of all
components along with
technical leaflets and test
certificates etc within 15
days of receipt of the issue
Tender No SCLPS52019E0144501 13
of the Purchase Order by
SCL
bullGA drawings of
detectors Drawings
showing pipe layout and
all other equipment
forming part of the
system
bullDesign calculations for air
sampling holes spacing
orientation based upon
Factory Mutual (FM) listed
software tool
bullChecks list test to be
conduct during erection
testing amp commissioning
of the individual detectors
as per applicable
standards
bullAny other
drawingdocument
relevant to work as per
requirement
5 Deviation Any deviation
from the tendered
specifications shall be
clearly mentioned in the
Techno‐commercial bid for
SCL evaluation In case the
deviation is not acceptable
Tender No SCLPS52019E0144501 14
to SCL the Vendor shall
have to comply with the
tendered specifications
6 Electricity for installation
Electricity required for the
work shall be provided by
SCL at no charge basis to
the vendor
7 General Information The
Contractor may conduct
site visit to SCL to have a
fair assessment of the
work involved
8 Storage space Space for
storage of material
procured by the vendor
for incorporation in the
work shall be provided by
SCL within its premises
9 Safety In the course of the
work personnel working
in the system at site
should take utmost care
for their safety and work
purely at individuals
partyrsquos risk SCL will not be
responsible for any
untoward accidents for
the individual partyrsquos
working personnel The
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 11
detectors in test mode
This shall also include
creating artificial fire zone
for testing and
Annunciation of Aspiration
smoke detection system
for all faults as per SCL
requirement
bullIn view of the need for
maintaining continuity of
operations in SCLrsquos fab
minimal shutdown shall be
permitted within which
the vendor has to
complete the job
bullAny other item required
to be executed to
complete the work as per
the detailed technical
specifications
3 Period of Completion
Time allowed for
completion of the entire
work comprising of
Design detailed
engineering supply
installation testing and
commissioning of the
Aspiration smoke
Tender No SCLPS52019E0144501 12
detection system shall be
five (5) months to be
reckoned from the 7th day
of issue of the Purchase
Order by SCL The prices
shall remain firm for the
entire duration of the
contract including
extended period if any
No cost escalation shall be
applicable for the work
4 Drawings Data and
Manuals after receipt of
Purchase Order The
Vendor shall prepare and
submit following
drawingdocuments for
review and approval of
SCLrsquos concerned
Engineer(s) prior to start
of the work The Vendor
shall incorporate SCLrsquos
commentsobservations
and resubmit
drawingsdocuments
stated below for approval
bullMake type Model and
catalogue of all
components along with
technical leaflets and test
certificates etc within 15
days of receipt of the issue
Tender No SCLPS52019E0144501 13
of the Purchase Order by
SCL
bullGA drawings of
detectors Drawings
showing pipe layout and
all other equipment
forming part of the
system
bullDesign calculations for air
sampling holes spacing
orientation based upon
Factory Mutual (FM) listed
software tool
bullChecks list test to be
conduct during erection
testing amp commissioning
of the individual detectors
as per applicable
standards
bullAny other
drawingdocument
relevant to work as per
requirement
5 Deviation Any deviation
from the tendered
specifications shall be
clearly mentioned in the
Techno‐commercial bid for
SCL evaluation In case the
deviation is not acceptable
Tender No SCLPS52019E0144501 14
to SCL the Vendor shall
have to comply with the
tendered specifications
6 Electricity for installation
Electricity required for the
work shall be provided by
SCL at no charge basis to
the vendor
7 General Information The
Contractor may conduct
site visit to SCL to have a
fair assessment of the
work involved
8 Storage space Space for
storage of material
procured by the vendor
for incorporation in the
work shall be provided by
SCL within its premises
9 Safety In the course of the
work personnel working
in the system at site
should take utmost care
for their safety and work
purely at individuals
partyrsquos risk SCL will not be
responsible for any
untoward accidents for
the individual partyrsquos
working personnel The
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 12
detection system shall be
five (5) months to be
reckoned from the 7th day
of issue of the Purchase
Order by SCL The prices
shall remain firm for the
entire duration of the
contract including
extended period if any
No cost escalation shall be
applicable for the work
4 Drawings Data and
Manuals after receipt of
Purchase Order The
Vendor shall prepare and
submit following
drawingdocuments for
review and approval of
SCLrsquos concerned
Engineer(s) prior to start
of the work The Vendor
shall incorporate SCLrsquos
commentsobservations
and resubmit
drawingsdocuments
stated below for approval
bullMake type Model and
catalogue of all
components along with
technical leaflets and test
certificates etc within 15
days of receipt of the issue
Tender No SCLPS52019E0144501 13
of the Purchase Order by
SCL
bullGA drawings of
detectors Drawings
showing pipe layout and
all other equipment
forming part of the
system
bullDesign calculations for air
sampling holes spacing
orientation based upon
Factory Mutual (FM) listed
software tool
bullChecks list test to be
conduct during erection
testing amp commissioning
of the individual detectors
as per applicable
standards
bullAny other
drawingdocument
relevant to work as per
requirement
5 Deviation Any deviation
from the tendered
specifications shall be
clearly mentioned in the
Techno‐commercial bid for
SCL evaluation In case the
deviation is not acceptable
Tender No SCLPS52019E0144501 14
to SCL the Vendor shall
have to comply with the
tendered specifications
6 Electricity for installation
Electricity required for the
work shall be provided by
SCL at no charge basis to
the vendor
7 General Information The
Contractor may conduct
site visit to SCL to have a
fair assessment of the
work involved
8 Storage space Space for
storage of material
procured by the vendor
for incorporation in the
work shall be provided by
SCL within its premises
9 Safety In the course of the
work personnel working
in the system at site
should take utmost care
for their safety and work
purely at individuals
partyrsquos risk SCL will not be
responsible for any
untoward accidents for
the individual partyrsquos
working personnel The
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 13
of the Purchase Order by
SCL
bullGA drawings of
detectors Drawings
showing pipe layout and
all other equipment
forming part of the
system
bullDesign calculations for air
sampling holes spacing
orientation based upon
Factory Mutual (FM) listed
software tool
bullChecks list test to be
conduct during erection
testing amp commissioning
of the individual detectors
as per applicable
standards
bullAny other
drawingdocument
relevant to work as per
requirement
5 Deviation Any deviation
from the tendered
specifications shall be
clearly mentioned in the
Techno‐commercial bid for
SCL evaluation In case the
deviation is not acceptable
Tender No SCLPS52019E0144501 14
to SCL the Vendor shall
have to comply with the
tendered specifications
6 Electricity for installation
Electricity required for the
work shall be provided by
SCL at no charge basis to
the vendor
7 General Information The
Contractor may conduct
site visit to SCL to have a
fair assessment of the
work involved
8 Storage space Space for
storage of material
procured by the vendor
for incorporation in the
work shall be provided by
SCL within its premises
9 Safety In the course of the
work personnel working
in the system at site
should take utmost care
for their safety and work
purely at individuals
partyrsquos risk SCL will not be
responsible for any
untoward accidents for
the individual partyrsquos
working personnel The
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 14
to SCL the Vendor shall
have to comply with the
tendered specifications
6 Electricity for installation
Electricity required for the
work shall be provided by
SCL at no charge basis to
the vendor
7 General Information The
Contractor may conduct
site visit to SCL to have a
fair assessment of the
work involved
8 Storage space Space for
storage of material
procured by the vendor
for incorporation in the
work shall be provided by
SCL within its premises
9 Safety In the course of the
work personnel working
in the system at site
should take utmost care
for their safety and work
purely at individuals
partyrsquos risk SCL will not be
responsible for any
untoward accidents for
the individual partyrsquos
working personnel The
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 15
vendor firmparty shall
clear all waste material
and left out material from
the site after completion
of work at his cost The
partyfirm shall treat all
materials obtained during
the work at site as SCL
property and such
materials shall be handed
over to SCL The partyfirm
shall execute the work as
per applicable safety
standards and codes
PART A General specifications‐ II
Item Specifications ‐II
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
10 Guaranteed service life
The Aspirating type smoke
detectors and accessories
shall be guaranteed for
satisfactory operation for
a period of twenty‐four
(24) months from the date
of commissioning and
acceptance of the full
system by SCL Any
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 16
defective
equipmentpart(s)
replacement and or
rectification needed for
satisfactory performance
of the system shall be
provided by the
vendorparty free of cost
including labor charges
11 Eligibility Criteria Only
those Bidders meeting the
below mentioned
eligibility criteria are
eligible to participate in
the tender
bullBidder shall be the
Original Equipment
Manufacturer (OEM) or
their authorised System
Integrator for this work
The authorised System
Integrator should have
experience in installation
of Aspirator Smoke
Detection system In case
of authorised System
Integrator the OEM shall
provide all required
technical support to them
(Authorised System
Integrator) for
implementation of the
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 17
system as per tendered
specifications and the
Scope of work and
thereafter during the
warranty period The OEM
shall also support the
installed System for
service and parts etc post
the warranty for a period
of at least seven (7) years
bullThe Authorized system
integrator of the OEM
shall submit all requisite
documents(letter of OEM
authorisation for this
work work orders
completion
certificatesetc) in
fulfilment of the above
requirement as part of
their un‐priced techno‐
commercial bid
bullOffers of the Bidders not
meeting the above
eligibility criteria shall not
be considered for
evaluation and shall be
rejected by SCL
12 Training The Vendor shall
provide basic and
advanced hands‐on
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 18
training to SCL personnel
(minimum five persons) at
SCL site on the entire
system to the satisfaction
of SCL Training shall
include operation of the
system maintenance
troubleshooting re‐
programming of Aspirating
smoke detector controllers
etc
13 Installation and
Commissioning The
Vendorparty shall strictly
follow all Clean Room
Protocols during
installation testing and
commissioning activities
Entry to the work areas
shall be restricted to the
vendorrsquospartyrsquos
authorized personnel only
The vendorparty shall
arrange at his cost shoe
covers Booties Masks
Hand Gloves etc for their
workmen supervisor(s) to
work in the Class 10 clean
room environment No
street shoes shall be
permitted in the work
area Regular cleaning of
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 19
the work spacearea by
deploying adequate
workmen and using
industrial vacuum
cleaners lint free and low
particulate Clean Room
wipes suitable for Class 10
etc shall also be the
vendorrsquos responsibility at
no extra cost to SCL All
items tools amp tackles
required for installation
and commissioning of the
work shall be arranged
and supplied by the
vendor
14 Technical Documentation
Vendor to supply four sets
of technical
documentation
containing but not limited
to the following after
completion of the
installation and
commissioning of the
System
bullHard copies of all as‐built
drawings with Softcopy in
AUTO CAD format
bullOperation Maintenance
Diagnostic Trouble
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 20
shooting manuals for
individual detectors as
requested by SCL both in
Hard and Soft formats
15 Pre‐shipment inspection
SCL at its discretion may
carry out Pre‐shipment
inspection of various
equipmentitems at the
vendorrsquospartyrsquos location
Waiver of pre‐shipment
inspection shall not
absolve the VendorParty
of any responsibility in
regard to the material
compliance to the
tendered specifications
16 Testing amp Calibation The
OEM shall carry out the
testing amp calibration of the
Aspiration smoke
detectors during the
warrenty period as
required and shall specify
the post warrenty
calibration need if any
17 Acceptance System
acceptance shall be given
upon installation and
commissioning of the
complete System and
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 21
satisfactory performance
of the entire system for a
period of 30 days
Acceptance shall also be
subject to compliance to
the requirement of
thresholds of Sensing and
response parameters as
per specifications
18 Post Acceptance The
vendor shall provide
preventive maintenance
visit every 6 months
during the warranty
period of twenty‐four (24)
months after acceptance
of system to re‐verify all
system checks delineated
in the specification As
part of visit vendor shall
carry out pipe cleaning
change of filters
reprograming carry our
system checks etc Vendor
shall also document in
writing the results of the
system checks re‐
verification etc and
submit the same to SCL
PART B Detailed technical specifications‐I
Item Specifications ‐III
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 22
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 General Technical
Specifications
bullThe envisaged system
includes highly sensitive
LASER‐based Smoke
Detectors with aspirators
connected to networks of
air sampling pipes to be
installed at a height of
about 35m from the
raised floor in the grey
areasbelow the raised
floor to optimally cover all
the spaces connectivity of
PC link High Level
Interface module
Aspirating smoke
detection system
monitoring and control
software for server and
client PCs remote alarm
annunciators
bullThe selected vendor shall
design the System
(aspirating type)
complying with the
technical specifications as
well as the Bill of
quantities Design shall
include air sampling holes
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 23
spacing orientation
suitable for very early
warning detection
configuration for
smouldering fires in SCLrsquos
ultra‐clean amp high air flow
environments The design
air flow calculations shall
be certified based on
Factory Mutual (FM) listed
air flow modulation
software tool and vendor
shall submit the design
calculations for SCLs
review and approval
2 Approvals Certifications
The Very Early Smoke
Detection System must be
Type tested approved and
listed by FM (Factory
Mutual) ndash US UL
(Underwriters
Laboratories Inc) ndash US
ULC (Underwriters
Laboratories Canada) ndash
Canada and EN 54‐20
(Class‐ABC)
3 Installation
bullInstallation of shall be in
accordance with the
guidelines of OEM
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 24
manuals matching the site
condition
bullMounting of the
Detectors at the locations
specified by SCL including
mounting accessories and
enclosures as required
bullPiping schematic shall be
installed as per simulated
drawings However while
execution in case increase
decrease in size of air
sampling holes is needed
the same shall be allowed
after submission of revised
air flow calculations based
on FM approved software
flow calculation Piping
system shall be installed
using supports including
all accessories like bends
seals reducers clamps
etc as per site
requirement
bullPiping schematic shall be
arranged in a
configuration to purge the
condensate fibrous
content in the pipe and
same shall be visible using
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 25
transparent pipe
4 Inspection of the system
Aspiration smoke
detection system installed
by the vendorParty shall
be inspected by the OEM
service engineer in the
presence of SCL
bullVisually check all pipes to
ensure that all joints
fittings bends sampling
points etc comply with
the Specification
bullChecking the limits and
values of programmed
parameters for SCLs
reference and the same
shall match with
approved
bullCheck to ensure that all
ancillary warning devices
operate as specified
bullCheck interconnection
with relay modules
sounders Aspiration
system communication
network for server and
client PC any other
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 26
interconnections if any to
ensure correct operation
5 Testing and
Commissioning of
Aspiration smoke
detection system
bullTesting and
commissioning of the
system using standard test
practices in presence of
manufacturerrsquos
representative and SCLrsquos
representative in addition
to aerosol testing all the
response values during
test shall be noted for
reference
bullAll necessary tools amp
tackles for testing and
commissioning of the
system shall be vendorrsquos
scope
bullThree (03) sets of record
of all tests results and
system calibrations shall
be submitted to in hard
copies for SCLrsquos reference
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 27
Part B‐ Aspiration System Design Requirements Description
Item Specifications ‐IV
Sl No Specifications Compliance (Yes No) Offered Specifications Remarks
1 Aspirating type detector
(Four Zone Single Zone)
bullAspirating smoke
detector shall consist of a
highly sensitive LASER‐
based aspirating type
smoke detector with an
obscuration sensitivity
range of 0005 ndash 20
obsm having latest flair
detection technology with
CMOS imager amp Photo
Diode aspirator and filter
The Laser Detection
Chamber shall be of the
mass Light Scattering type
and capable of detecting a
wide range of smoke
particle types of varying
size
bullAspirating smoke
detector shall be modular
with monitoring LCD
Display and a sounder The
features of the detector
shall include programming
of four smoke threshold
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 28
alarm levels corresponding
to Alert Action Fire 1 and
Fire 2 time delays and
faults including airflow
detector power filter and
network as well as an
indication of the urgency
of the fault The threshold
alarm levels shall be field
programmable at
sensitivities ranging from
0005 ndash 20
obscurationm as per site
requirement
bullAspirating smoke
detector shall be approved
as per EN 54‐20 for 80 no
of class A holes at 0015
obsm for single zone
detector and 40 no of
class A hole at 008
obsm for 4 zone detector
bullAspirating smoke
detector shall be equipped
with minimum seven (7)
configurable relay outputs
(dedicated against the
built in field
programmable alarm
levels) rated 2A at 30V DC
with 0‐60s time latch for
remote indication
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 29
switching of alarm and
fault conditions
bullAspirating smoke
detector shall have a flow
sensor at pipe inlet built
in auto clean laser
chamber mechanism to
keep optics safe amp long
lifeHigh efficiency field
replacable aspirator self‐
monitoring for filter
contamination and
provide airflow faults
bullAspirating smoke
detector shall have built in
TCP‐IP port two wire RS‐
485 port for monitoring as
required for
intercommunications amp
alarm relaying
bull The assembly shall have
built‐in event and smoke
logging It shall store
smoke levels alarm
conditions operator
actions and faults The
date and time of each
even shall be recorded
Each detector (zone) shall
have built in referencing
capability to communicate
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 30
with fresh air monitoring
reference aspiration unit
and be capable of storing
up to 20000 events
without requiring external
display
bull The detector shall be
designed to detect
smouldering fires early
and shall be equipped with
a two‐stage disposable
filter cartridge The filter
stage shall be capable of
removing more than 99
of contaminant particles of
size 03 microns or larger
to provide a clean air
barrier around the
detectorrsquos optics to
prevent contamination
and increase service life
bullThe detector shall report
any fault on the unit by
using configurable fault
output relays and
Aspiration system (OEM
make) manager software
bullDisplay module located
within the detector shall
be of LCD type or better
segment bar graph or
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 31
better with indicators for
smoke level and smoke
level bar‐graph alarm and
fault thresholds
percentage airflow and
filter life used
bullDisplay shall be provided
with pushbuttons
supporting the following
features
a ModeTest ‐ Scrolls
through the information
on the Displayrsquos digital
display Sensitivity (Fire 1
amp 2 Threshold setting)
current smoke level Zone
number and First Alarm
Sector
b SilenceScan ‐ Silences
all devices on the system
c Reset ‐ Unlatches all
latched alarm conditions
on the assigned zone
d Isolate ndash Isolates the
individual zone (inhibits
Alarm and Fault relays and
initiates the Isolate relay)
2 Aspiration Detectors
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 32
Communication Network
bullSupply and laying of two
core twisted pair shielded
RS485 communication
cable for aspiration system
network for
communication loop of
detectors HLI common
relay notification module
as required detailed as
per attached annexure‐II
Laying in 25 mm FRPVC
conduit along with
supports for indoor
installation and 20mm GI
conduit for outdoor
installations including
excavation and soil
refilling the same along
with supporting
accessories as required
bullSupply and
commissioning of any
auxiliary cables for
network interfacing
required shall be provided
by vendor
bullThe network shall be
capable of being
configured in a fault
tolerant loop for both
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 33
short circuit and open
circuit Any
communication fault shall
be reported in the fault
messages
bullThe two wire
communication loop must
provide a robust bi‐
directional communication
network between devices
even allowing continued
operation during single
point wiring failures The
communication should
allow for system
programming for a single
location forming the basis
of modular nature
bullVendor shall design
network architecture to
interface all Aspirating
type smoke detectors
common alarm relay
modules HLI through
Aspiration system (OEM
make) management
software for one (01) no
of server PC and Two (02)
no of client PCs as per
requirement of SCL
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 34
3 High Level Interface (HLI)
Gateway Supply
installation testing and
commissioning of wall
mounted High Level
Interface (HLI)
Compatible Gateway
including mounting
enclosure (if any) with
built in aspiration system
communication network
interface socket card for
interfacing Server and
client PCs with Aspiration
system communication
network Scope includes
supply and commissioning
of all auxiliary cables
required for interfacing
PCs with HLI and the
interface shall have a
capability for seamless
data transfer on networks
of Aspiration smoke
detection devices up to
200 or better as per
requirement of SCL
4 Aspiration system
management software
The software shall include
full licence key for 01 no
of server PC and 02 no of
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 35
clients with PC Multi‐level
password control to
monitor configure and
control the following
features via Aspiration
system communication
loop including screen
development as per actual
installation
bullAspiration system
management software
shall allow users to create
an off‐line configuration
and configure the system
when on site
bullProgramming of any
device on the aspiration
system network viewing
of the status of any device
in the system adjustment
of the Setting of daynight
weekend and holiday
sensitivity threshold
settings
bullProgramming of latching
or non‐latching relay
operation high and low
flow settings for airflow
supervision aspirator
speed control
maintenance intervals and
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 36
alarm thresholds of
detector
bullThe software must be
easy to use and has been
designed to provide the
operator the complete
control The user friendly
inter face must allow the
user to quickly access and
respond to system events
all from one convenient
location with full control
and programming
functionality
bullCollection of data in the
form of report or graphical
format real‐time and
historical data over
LANWAN for the
Aspiration smoke
detection system
connected via Aspiration
system communication
network
bullResponse notification via
SMSE‐mail as per
requirement and alarm
paging over email if
connected to an email
server for immediate
information about systems
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 37
status
bullGraphical representation
of smoke level Smoke
trending analysis to
compare smoke level
across the system Exact
detail about the location
zone and device involved
in the event smart user
friendly operator controls
for trouble free operation
bull Following faults shall be
reported on Server PC via
Aspiration system
management software
a Detector
b Air flow
c Filter
d System
e Zone
f Network
g Power
h Urgent (Urgent faults
indicate the unit may not
be able to detect smoke)
i Minor faults (Minor
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 38
faults shall be considered
as servicing or
Maintenance signals)
5 Specifications of Server
PC Vendor shall supply
Industrial grade server PC
with licensed latest
version of windows
operating system
compatible with
Aspiration system
management (Master
System Manager Graphical
monitoring amp control
Software) software
bullThe processor should be
minimum 1 GHZ 64 bit
bullRAM Memory Preferred
4GB minimum 2GB
bullHard Disk minimum 1 by
500GB system disk
bullDisplay Preferred Dual
Monitor Graphics card
with 256MB memory
Minimum single Monitor
Graphics card with 128MB
memory
bullNetwork Preferred
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 39
100Mbitss
bullPeripherals DVD‐ROM
drive
bullNine pin serial
portcompatible ports for
connectivity to aspiration
system communication
network shall be built in
6 Common Relay Modules
Vendor shall supply install
and program common
alarm relay modules rated
24V DC including
interfacing with aspirating
smoke detection system
network and for
notification through
buzzer for faults in any
detector of the Aspiration
system as per requirement
of SCL including
installation of power
supply module if any as
per site requirement
7 DC Power Supply for
detectors The system
shall be powered from a
regulated supply rated
24V DC 5A output with
adjustable DC range
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 40
designed for single phase
240 V AC input including
fixing of Enclosure for DC
power supply 6A DP RCBO
and appropriate power
socket nearby Aspiration
detector as per
requirement of SCL Single
phase 240 V AC single
phase 240 V AC POC
Vendor Specified Terms
Description Vendor Terms
1Delivery Term
For imported stores prices shall be quoted on F O R nearest
InternationalGateway airport basis
For indigenous stores prices shall be quoted on F O R destination
basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes
as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 41
Finance Department of Revenue Notification No 472017 Integrated
Tax (Rate) both dated 14th November 2017 respectively and would
accordingly issue Exemption Certificate in favour of the contractor
quoting in Indian Rupees The bidder should take note of the same
while quoting the prices in Indian Rupees
3 For imported materials Purchaser is entitled to issue Customs duty
exemption certificate (CDEC) to the contractor under customs
notification no5196 dated 23071996 and subsequent amendments
to enable the contractor to avail off the benefit of concessional rate of
customs duty under this notification CVD under this notification is nil
In addition to the above CDEC any documentary support requested by
the contractor from the purchaser for customs clearance of goods
against the above CDEC shall be provided by the purchaser
(Purchaser will provide Customs Duty Exemption Certificate in case of
Import Orders imported supplies High Sea Sales)
4 PRICES
Tender offering firm prices will be preferred Where a price variation
clause is insisted upon by a tenderer quotation with a reasonable
ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of
tendering and also the formula for any such variations
5 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of
the entire works shall be 05 (Five) months to be reckoned form the 7th
day of issue of purchase order by SCL
6 IMPORTANT
This being a two part Tender‐Technical and Commercial parts
separate the bidder should not attach any document(s) containing
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 42
pricing information with technical part The Contractor will provide Un‐
priced commercial offer in envelope 1 (Technical Part) as an
attachment
The tenders containing price information in Technical Part will be
treated as unsolicited offers and rejected Contractor to confirm that
Price bid is not attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope‐2
(Price Bid) under Supporting Documents from Vendor (Commercial) as
an attachment
7 The prices shall remain firm for the entire duration of the contract
including extended period if any No cost escalation shall be applicable
for the work
8 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security
deposit for ten percent (10 percent) of the value of the Contract within
15 days from the date of purchase order If the Contractor fails
toprovide the security within the period specified such failure shall
constitute a breach of the Contract and the Purchaser shall be entitled
to make other arrangements for the re‐purchase of the stores
contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers
Cheque fixed deposit receipt or Bank Guarantee from any of the
Scheduled Banks executed on non‐judicial stamp paper of appropriate
value and shall be valid for a period of sixty (60) days beyond the date
for completion of the Purchase OrderContract
c) In case the contractor fails to furnish the security deposit within the
specified date or extended due date the Purchase OrderContract
shall be cancelled and in addition appropriate penal action may also
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 43
be considered
d) After the Purchase OrderContract is successfully executed in all
respects the Bank Guarantee towards Security Deposit may be
discharged and retained amount shall be refunded to vendors
e) In the event of non‐execution of the Purchase orderContract or
breach of any terms and conditions of the Purchase Order the Security
Deposit shall be forfeited
9 Warranty
The Contractor shall provide for the tendered job comprehensive
warranty for parts as well as labour for a period of 24 months from the
date of successful installation commissioning and testing of the
system at Purchasers site at no extra charges against any
manufacturing defectfaulty workmanship In case any defect arises
during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
10 Warranty Replacements
All replacement parts during the warranty period shall be supplied by
the Contractor free of cost on DDP (Delivery Duty paid) basis with
freight and insurance upto Purchaser site at S A S Nagar Punjab and
customs duty applicable in India to the Contractor account including
compliance with the customs procedure in India The indigenous
replacement parts if any shall be supplied by the Contractor free of
cost on F O R Purchaser site at S A S Nagar Punjab basis
11 POST WARRANTY SYSTEM SUPPORT
Contractor shall also support the installed system for services and
parts etc post the warranty for a period of at least 7 years after the
expiry of warranty period
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 44
12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS
Being a Department of the Government of India the normal terms of
payment are by Sight Draft However other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser
on such terms and conditions as may be agreed upon The payment
shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
All LC extension charges in the LC referred to above beyond the agreed
upon delivery period or the amendments to be made in the LC for
reasons attributable to the Contractor shall be to the Contractor
account
Indian agent remunerationservice charge shall be payable by the
Purchaser directly to the Indian agent in Indian Rupees based on T T
buying rate of exchange prevailing on the date of placement of
purchase order within 30 days of acceptance of equipment at
purchaser site
The Sight DraftLetter of Credit will be operative on presentation of
the under mentioned documents
a) Original Bill of Lading Airway Bill
b) Commercially certified invoices describing the stores delivered
quantity unit rate and their total value in triplicate The invoice
should indicate the discounts if any and Agency Commission
separately
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 45
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate wherever applicable
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less
than those entered in the invoices and the quality of the Stores are
guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates as applicable
13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days
of the receipt of the materials at purchaser site and the balance 10
amount along with 100 installation charges shall be payable on
successful installation commissioning and acceptance of the entire
project at Purchasers site against a Performance Bank Guarantee
14 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by
purchaser) from any nationalized scheduled bank for an amount
equivalent to 10 of the value of the Contract and shall be valid for a
period of 60 days beyond the expiry date of warranty period On the
performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
15 VALIDITY
The tender must be valid for a minimum period of 120 days from the
date of opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 46
specified in the tender enquiry shall be excluded from the
procurement process
16 Quantity Variation
The quantities indicated against each items in the Bill of Quantities
(BOQ) are indicative and are for the purpose of bidding only Variation
in quantities up to +25 percent shall be carried out by the contractor
on the agreedPurchase order (PO) rates and terms amp conditions as in
the purchase order (PO)
17 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order
shall be deemed to be the essence of the Contract Delivery must be
completed within the date specified therein
18 Extra Items
In case of extra items (that are completely new and are in addition to
the items contained in the contract) the contractor may claim rates
supported by proper analysis and purchaser engineer‐in charge of the
work shall after giving consideration to the analysis of the rates
submitted by the contractor determine the rates on the basis of
market rates and the contractor shall be paid in accordance with the
rates so determined The contractor(s) profit amp OH shall be factored in
the rate analysis 15
19 MODE OF DESPATCH
Stores should be despatched through Indian forwarder nominated by
the purchaser whose contact details shall be indicated in the purchase
order
20 PORT OF ENTRY
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 47
IGI Airport New Delhi
21 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
22 SHIPPING MARKS
The mark on the shipping documents such as invoice Air Way Bill on
the packages should be as follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SEMI‐CONDUCTOR LABORATORY
DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA
23 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the
tendered stores as per Purchaser tendered specifications shall be
carried out by the Contractor at Purchaser site at S A S Nagar Punjab
India
The Contractor shall provide in advance guidelines for preparation of
the installation site and list of items to be supplied by Purchaser during
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 48
installation
On receipt of intimation from the Purchaser the Contractor shall
depute its engineer(s) to Purchaser site within two weeks to carry out
installation and commissioning and will demonstrate the functionality
of the tendered equipment to Purchaser specifications as per mutually
agreed acceptance procedure The Contractor shall be responsible for
any lossdamages sustained due to delay on the part of the Contractor
to send its engineer for installation and commissioning
Failure to commission the tendered equipment successfully shall
entitle Purchaser to full refund of the payment made and the interest
thereon Decision regarding successful installation and commissioning
shall rest solely with the Purchaser
24 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit
the Purchaser shall give notice to the Contractor setting forth
particulars of such stores damaged or lost during transit The
replacement of such stores shall be effected by the Contractor within a
reasonable time to avoid unnecessary delay in the intended usage of
the Stores In case the purchaser agrees the price towards
replacement items shall be paid by the purchaser on the basis of
original price quoted in the tender or as reasonably worked out from
the tender
25 REJECTION
In the event that any of the stores supplied by the Contractor is found
defective in material or workmanship or otherwise not in conformity
with the requirements of the Contract specifications the purchaser
shall either reject the stores or request the Contractor in writing to
rectify the same The Contractor on receipt of such notification shall
either rectify or replace the defective stores free of cost to the
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 49
purchaser If the Contractor fails to do so the purchaser may at his
option either
a) replace or rectify such defective stores and recover the extra cost so
involved from the Contractor or
b) terminate the Contract for default as provided in this tender
document
26 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force
majeure such as acts of god acts of public enemy acts of Government
fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the
purchaser in writing of his claim for an extension of time The
purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the Contract
27 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in
the Contract or any extension thereof the purchaser shall recover
from the Contractor as liquidated damages a sum of one half of one
percent (05 percent) of the Contract price of the undelivered stores
for each calendar week of delay The total liquidated damages shall not
exceed ten percent (10 percent) of the Contract price of the unit or
units so delayed Stores will be deemed to have been delivered only
when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered Delivery of
stores shall be complete on Installation commissioning Testing and
Acceptance
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 50
28 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable
times during manufacture to inspect examine and test on the
Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being
manufactured on other premises the Contractor shall obtain for the
purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises
Such inspection examination and testing shall not release the
Contractor from the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub‐
Contractors the Contractor shall provide free of cost assistance labour
material electricity fuel and instruments as may be required or as may
be reasonably needed by the purchasers representative to carry out
the tests efficiently
When the stores have passed the specified test the purchaser
representative shall furnish a certificate to the effect in writing to the
Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
29 PACKING
a) The Contractor wherever applicable shall pack and crate all stores
for sea airroad shipment as applicable in a manner suitable for
export to a tropical humid climate in accordance with internationally
accepted export practices and in such a manner so as to protect it from
damage and deterioration in transit by road rail air or sea The
Contractor shall be held responsible for all damages due to improper
packing
b) The Contractor shall ensure that each box unit of shipment is
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 51
legible and properly marked for correct identification The failure to
comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment
from the port of embarkation as well as the expected date of arrival of
such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information
concerning the weight size content of each packages etc
e) Trans shipment of equipment shall not be permitted except with the
written permission of the purchaser
f) Apart from the despatch documents negotiated through Bank the
following documents shall also be airmailed to the purchaser within 7
days from the date of shipment by sea and within 3 days in case of air
consignments
i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two
non negotiable copies)
ii) Invoice (3 copies)
iii) Packing List (3 copies)
iv)Test Certificate (3 copies)
v) Certificate of Origin wherever applicable
The Contractor shall also ensure that one copy of the packing list is
enclosed in each case 31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 52
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained31 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 53
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
30 ARBITRATION
In the event of any disputes differences or claims arising out of or
relating to the interpretation and application of the Contract such
disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and
recognizing their mutual interests attempt to reach a solution
satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the
existence of such disputes then the unresolved disputes or
differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the
rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic
and International) as per its rules and regulations The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator The considered and written decision of the Arbitrator shall
be final and binding between the Parties The applicable language for
Arbitration shall be English only Work under the Contract shall be
continued by the CONTRACTOR during the pendency of arbitration
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 54
proceedings without prejudice to a final adjustment in accordance
with the decision of the Arbitrator unless otherwise directed in writing
by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or
interim) of the Arbitrator is obtained
31 Post Acceptance The vendor shall provide preventive maintenance
visit every 6 months during the warranty period of twenty‐four (24)
months after acceptance of system to re‐verify all system checks
delineated in the specification As part of visit vendor shall carry out
pipe cleaning change of filters reprogramming carry our system
checks etc Vendor shall also document in writing the results of the
system checks re‐verification etc and submit the same to SCL
32 Any Other Term
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 55
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab
Range
Qty UOM Currency Unit Price Total Price
Supply of conventional
Laser‐Based Very Early
Warning Aspirator Smoke
Detection system with 4
pipe inletssingle zone
coverage area of 2000 m2
or bettercapable of
supporting linear pipe
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 56
Supply of individual pipe
zone addressable Laser‐
Based Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
flow environment for very
early detection of smoke
in high dilution and high air
changes environment
Make
XtralisICAMSystem
SensorNotifier
‐ 2 No ‐ ‐ ‐
Supply of Aspiration
system OEM make (same
make as the aspirating
smoke detectors) Master
System Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 57
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Supply of High Level
Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with Aspirating
type smoke system
detectors over two wire
communication network
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Supply of Common alarm
relay module 24 V DC
operated capable of
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 58
communicating directly on
the aspiration detector
communication network
over two core wire for fire
alarm annunciation at a
location specified by SCL
detailed as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Supply of power supply
unit suitable to operate on
230 volts AC mains input amp
provide 24 to 30 volt DC
5A output for powering up
the detector detailed as
per attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Supply of UL Listed 24 V
DC operated conventional
alarm sounder with built in
strobe for annunciation
including configuration of
the sounder with
Aspirating type smoke
detectors detailed as per
attached specifications
Make Honeywell Agni
ICAM System
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 59
SensorNotifierBosch
Supply of UPVC Grade
CPVC grade fire rated air
sampling pipe of matching
size with the standard inlet
port of aspirating type
early warning smoke
detectors heavy duty
schedule 40 with all
required T‐jointsbends
sampling ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral
KisanJindalAKGGenex
‐ 3000 MTR ‐ ‐ ‐
Supply of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS un‐
armoured cable for two
core wire communication
(equivalent to RS 485
‐ 1800 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 60
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
Supply of 2Cx 15 sq mm
tinned copper XLPE
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 61
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Supply of indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS outer sheathed un‐
armoured cable complete
with connecting terminals
and self threaded glands as
per the requirement of
SCLMake Lapp Dowells
3M Hex
‐ 30 No ‐ ‐ ‐
Supply of all in one type
industrial grade server PC
with minimum 21 inch LCD
LED screen 1TB hard disc
amp 8 GB RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 62
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
Supply of all in one type
client PC with minimum 21
inch LCD LED screen
500GB hard disc amp 4 GB
RAM quad core i7
processor (sixth generation
or latest) with original
latest version windows OS
MS Office etc complete
with keyboard amp mouse as
required for Aspiration
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
‐ 2 No ‐ ‐ ‐
Installation testing and
commissioning of of
conventional Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
single zone coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
‐ 8 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 63
length of minimum 100Mtr
per pipe inlet with
aggregate capacity of 400
meters for all four inlets
support to 80 Nos of
very early warning Class A
air sampling points in a
very high air flow
environment for very early
detection of smoke in high
dilution and high air
changes
environmentMakeXtralis
ICAMSystem
SensorNotifier
Installation testing and
commissioning of
individual pipe zone
addressable Laser‐Based
Very Early Warning
Aspirator Smoke Detection
system with 4 pipe inlets
minimum coverage area
of 2000 m2 or
bettercapable of
supporting linear pipe
length of minimum 50Mtr
per pipe with aggregate of
200 meters for all four
inlets support to 40 Nos
of EN54 Class A sampling
points in a very high air
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 64
flow environment for very
early detection of smoke
in high dilution and high air
changes
environmentMake
XtralisICAMSystem
SensorNotifier
Installation testing and
commissioning of
Aspiration system OEM
make (same make as the
aspirating smoke
detectors) Master System
Manager Graphical
monitoring amp control
Software including
development of screen as
required for all the areas
for accessing from one (01)
Noof server PC and two
(02)Nos of client PCs
inbuilt text to speech
conversion facility with a
provision to support SMS
notification amp Email
connectivity for Aspirating
type smoke detectors
management using Server
and client PCs on a
windows based platform
as per SCL site
requirement detailed as
‐ 1 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 65
per attached
specifications Make
Xtralis ICAM System
SensorNotifier
Installation testing and
commissioning of High
Level Interface (HLI)
Compatible Gateway for
interfacing Server and
client PCs with VESDA
system detectors through
VESDA net for interfacing
Server and client PCs with
Aspirating type smoke
system detectors over two
wire communication
network detailed as per
attached
specificationsMake Xtralis
ICAM System
SensorNotifier
‐ 3 No ‐ ‐ ‐
Installation testing and
commissioning of
Common alarm relay
module 24 V DC operated
capable of communicating
directly on the aspiration
detector communication
network over two core
wire for fire alarm
annunciation at a location
specified by SCL detailed
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 66
as per attached
specificationsMake Xtralis
ICAM System
SensorNotifier
Installation of power
supply unit suitable to
operate on 230 volts AC
mains input amp provide 24
to 30 volt DC 5A output
for powering up the
detector detailed as per
attached
specificationsMake Allen
bradly Siemens
Schneider ABB
‐ 13 No ‐ ‐ ‐
Installation testing and
commissioning of UL
Listed 24 V DC operated
conventional alarm
sounder with built in
strobe for annunciation of
matching size with the
standerd inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T joints
bends sampling ports
including all accessories as
per site requirement
including pipe supports
and associated accessories
‐ 12 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 67
as required detailed as per
attached
specificationsNote
Minimum linear length of
individual pipe shall be 3
MtrsMake Astral Kisan
Jindal AKG Genex
Installation testing and
commissioning of UPVC
Grade CPVC grade fire
rated air sampling pipe of
matching size with the
standard inlet port of
aspirating type early
warning smoke detectors
heavy duty schedule 40
with all required T‐
jointsbends sampling
ports including all
accessories as per site
requirement including
pipe supports and
associated accessories as
required and detailed as
per attached
specifications
Note Minimum linear
length of individual pipe
shall be 3 Mtrs
Make Astral ‐ 3000 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 68
KisanJindalAKGGenex
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable for two core wire
communication
(equivalent to RS 485
communication loop) as
required for interfacing
detectors and other
devices as per requirement
of SCL laying below raised
floor inside the Fab
building in 25 mm ISI mark
FRPVC along with all
supporting accessories as
per requirement of
SCLNote Item includes
supply of both cable
ampFRPVC conduit and laying
the same as detailed in
attached
specificationsMake KEI
Havells PolycabRPGLapp
‐ 1800 MTR ‐ ‐ ‐
Laying of 2Cx 15 sqmm
tinned copperXLPE
insulated twisted pair
screened FRLS outer
sheated un‐armoured
cable tinned copper XLPE
‐ 300 MTR ‐ ‐ ‐
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 69
insulated twisted pair
screenedFRLS un‐
armoured cable for 2 core
wire communication
required for interfacing
detectors and other
devices as per requirement
of SCLlaying under ground
in 20 mm ISI mark GI
conduit including
excavation of the soil and
refilling the same as per
requirement of SCL
detailed as per attached
specificationsNoteItem
includes supply of both
cable amp GI conduit and
laying the same in
groundMakeKEIHavells
PolycabRPGLapp
Making indoor end
termination for 2Cx 15
sqmm tinned
copperXLPE insulated
twisted pair screened
FRLS un‐armoured cable
complete with connecting
terminals and self
threaded glands as per the
requirement of SCLMake
Lapp Dowells 3M Hex
‐ 30 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 70
Installation testing and
commissioning of of all in
one type industrial grade
server PC with minimum
21 inch LCD LED screen
1TB hard disc amp 8 GB RAM
quad core i7 processor
(sixth generation or latest)
with original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspirating
detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
requiredMake Dell HP
IBM Lenovo think centre
‐ 1 No ‐ ‐ ‐
Installation testing and
commissioning of all in one
type client PC with
minimum 21 inch LCD
LED screen 500GB hard
disc amp 4 GB RAM quad
core i7 processor (sixth
generation or latest) with
original latest version
windows OS MS Office
etc complete with
keyboard amp mouse as
required for Aspiration
‐ 2 No ‐ ‐ ‐
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0144501 71
Detectors OEM make
Master System Manager
Graphical monitoring amp
control Software as
required at client
locationsMake Dell HP
IBM Lenovo think centre
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II