83

SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,
Page 2: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

1 | P a g e

SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM FOR OMPF FACILITY

OWNER : INDIAN SPACE RESEARCH ORGANISATION

PROJECT : REALIZATION OF OMPF FACILITY - GAGANYAAN

LOCATION : SATISH DHAWAN SPACE CENTRE, SRIHARIKOTA

October 2021

SATISH DHAWAN SPACE CENTRE Indian Space Research Organization

Department of Space, Government of India Sriharikota 524124

Nellore District, Andhra Pradesh State, India

Page 3: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

2 | P a g e

Index

Sl No. Description Page No.

1 Introduction, Details of the works to be carried out and Schedule of quantities

4-7

2 Geographical Location and Climatic Conditions 7-8

3 Scope of work 8-9

4 Detailed Scope of work 9-10

5 General Conditions, Suppliers Obligation & functions 10-13

6 General Instruction to the contractor 13

7 Compliance to Standards 14

8 Quality of materials and workmanship 14

9 Operation Instructions and Procedure 14

10 Maintenance Instructions and Procedure 14

I. Section – A (General Terms and Conditions)

1 Terms and Conditions for Bids 16

2 Part-I Techno Commercial Bid 16

3 Format of Unpriced Price Bid 17

4 Table-2: Schedule of Quantities - Un Priced (Detailed) 18-20

5 Part-II: Price Bid Indicating the Price 21

6 Table-3: Schedule of Quantities - Priced (Detailed) 22-24

7 Proposal Document 25

8 Ambiguity 25

9 Preparation of Bids 25

10 Validity of Offer 25

11 Documents Comprising the Bid 25-26

12 Quality Assurance Plan 26-27

13 Bid Submission 27

14 Bid Evaluation 27-28

15 Commercial Terms 28

16 Taxes 28

17 Delivery Period 28

18 Terms of Payment 28-29

19 Liquidated Damages (LD) 29

20 Warranty 29

21 Performance Bank Guarantee (PBG) 29

22 Security Deposit (SD) 29

23 Validity of Offer 29

24 Force Majeure 29-30

25 Arbitration 30

26 Secrecy 30

27 Compliance with security requirement 31

28 Confidentiality and proprietary right protection 31

29 Instructions to the Bidder 31-33

30 Terms & Conditions to Bidder 33

31 Specific Requirements 33

32 Unit Rates 33

33 Safety 33-34

34 General Conditions 34-36

35 Transportation & Material Handling 36

36 Evaluation of Machinery and Manpower and Consumables 36

Page 4: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

3 | P a g e

Sl No. Description Page No.

37 Medical Assistance 36

38 Bidder Minimum Qualification Criteria 36-37

39 Evaluation Criteria 38

II. Section-B (Technical Specification for Analogue Addressable

Fire Detection and Alarm System for OMPF Facility)

39

1 Chapter-I (Technical Specifications for Analogue Addressable Fire

Detection and Alarm System for OMPF Facility)

40-48

2 Chapter-II (List of Maintenance spares required for Two Years

Maintenance of Analogue Addressable Fire Detection and Alarm

System for OMPF Facility - One lot consists of the following items)

49

3 Chapter-III (Specifications for Two years Non-Comprehensive

Maintenance of Analogue Addressable Fire Detection and Alarm

System for OMPF Facility)

50-51

III. Section-C Formats to be filled by the supplier 52-62

LIST OF TABLES

Table No. Description Section

1 Schedule of quantities _

2 Un priced schedule of quantities A

3 Priced schedule of quantities A

Page 5: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

4 | P a g e

1. INTRODUCTION

Satish Dhawan Space Centre (SDSC) SHAR, Indian Space Research Organization (ISRO), Department of Space, Government of India, Andhra Pradesh 524124, Nellore District, Andhra Pradesh State, India (hereinafter referred to as “Department”) intends to provide “Analogue Addressable Fire Detection and Alarm System for OMPF Facility” at Second Launch Pad, SDSC SHAR, Sriharikota

Orbital Module Preparation Facility (OMPF) is being realized for preparation, integration, testing and propellant filling of Crew Module and Service Module for Gaganyaan Mission.

The scope of work under this contract is for “Design, supply, installation, testing and commissioning of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the given specifications.

Sl. No.

Description of the works to be carried out Qty.

I Design, supply, installation, testing and commissioning of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the specifications Section- A to Section-C.

1 Lot (REFER TABLE-1 Sl NO. I FOR SCHEDULE OF QUANTITIES FOR WHICH UNIT PRICES SHALL BE QUOTED IN PRICE BID ONLY)

II

Maintenance spares required for Two years maintenance of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the details given in enclosed specifications Section- A to Section-C.

1 Lot (REFER TABLE-1 Sl NO. II FOR SCHEDULE OF QUANTITIES FOR WHICH UNIT PRICES SHALL BE QUOTED IN PRICE BID ONLY)

III

Two years Non-Comprehensive Maintenance (Starting from 2nd year i.e. after completion of warranty) of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the enclosed specifications.

1 Lot

Page 6: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

5 | P a g e

TABLE-1: SCHEDULE OF QUANTITIES

Sl. No.

Description Qty.

Unit of Measure

Lots/Nos./ Sets

I. Design, supply, installation, testing and commissioning of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the specifications Section- A to Section-C

1

LOT (SCHEDULE

OF QUANTITIES ARE GIVEN BELOW)

SCHEDULE OF ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM FOR OMPF FACILITY AS PER FOLLOWING DETAILS. (REFER SECTION-B, CHAPTER-I FOR DETAILED SPECIFICATIONS)

1

Supply, installation & commissioning of Microprocessor based analogue addressable type Fire Detection & Alarm (FDA) panel for OMPF Networkable fire alarm control panel with Five Loops, with necessary Network Card, LCD display, access levels and event historical logging. FDA panel shall support Ethernet based communication with existing PLC SCADA System using MODBUS TCP/IP or similar open protocol. System shall have necessary provision for hooking it to the main control room through LAN.

1 No.

2 Supply, installation & commissioning of Aspirating type FDA system 3 Nos.

3 Supply, installation & commissioning of Analogue addressable Photoelectric smoke/Multicriteria Detector with mounting base compatible/approved by Fire Alarm Control Panel (FACP)

267 Nos.

4 Supply, installation & commissioning of Analogue addressable heat detectors with mounting base compatible/approved by FACP

14 Nos.

5 Supply, installation & commissioning of Analogue addressable duct detectors with mounting base along with Relay module for tripping AHU compatible/approved by FACP

18 Nos.

6 Supply, installation & commissioning of Addressable power looped sounder/Hooter compatible/approved by FACP

10 Nos.

7 Supply, installation & commissioning of Addressable Manual Call Point (MCP) compatible/approved by FACP

18 Nos.

8 Supply, installation & commissioning of Response Indicator compatible/approved by FACP

85 Nos.

9 Supply, installation & commissioning of Fault isolation module 40 Nos.

10 Supply & erection of Armored FRLS,1.5mm x 2 core, Twisted pair, shielded, Armored cable with Good cable management system

3500 Mtrs.

11 Supply, installation & commissioning of portable monitoring control station for FACP

1 No.

II.

Maintenance spares required for Two years maintenance of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the details given in enclosed specifications Section- A to Section-C.

1

Lot (SCHEDULE

OF QUANTITIES ARE GIVEN BELOW)

Page 7: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

6 | P a g e

Sl. No.

Description Qty.

Unit of Measure

Lots/Nos./ Sets

LIST OF MAINTENANCE SPARES FOR ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM FOR OMPF FACILITY

1 Supply of Analogue addressable Photoelectric smoke/Multicriteria Detector with mounting base compatible/approved by FACP

30 Nos.

2 Supply of Analogue addressable heat detectors with mounting base compatible/approved by FACP

4 Nos.

3 Supply of Analogue addressable duct detectors with mounting base along with Relay module for tripping AHU compatible/approved by FACP

2 Nos.

4 Supply of Addressable power looped sounder/Hooter compatible/approved by FACP

2 Nos.

5 Supply of Addressable Manual Call Point (MCP) compatible/approved by FACP

2 Nos.

6 Supply of Response Indicator compatible/approved by FACP 10 Nos.

7 Supply of RS485 network card for interconnecting the panels 1 No.

8 Supply of Fault isolation module 5 Nos.

III.

Two years Non-Comprehensive Maintenance (Starting from 2nd year i.e. after completion of warranty) of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the enclosed specifications.

1 Lot

Note:

- The Quantity arrived is indicative only. The party shall give an undertaking to hold the same quoted unit prices for the additional ±10% of order quantities for each and every item based upon actual site conditions.

- In addition to the above main items any other items/ accessories which are required for completion of the work and commissioning of the system is also in the scope of supplier.

- The contract will be awarded to overall lowest only. Since procurement, supply and work contracts are interlinked, splitting of order is not possible.

- If necessary, the Bidders, may visit the SDSC SHAR for understanding the system requirements and assessing the site conditions before submitting the bid. - The Bidders shall submit the bids in two parts viz,

i. Techno-commercial (non-priced) bid and ii. Price bid.

- The Department will initially open the techno-commercial bids. If necessary, at their own discretion, organize post-bid techno-commercial meeting with the Bidders.

- The Department will initially evaluate the techno-commercial bids and shortlist the Suitable Bidders whose techno-commercial bids are compliant with the tender specifications and place them on equal footing. The Department will open the price bids of the Suitable Bidders only, hold post-bid price discussion, if necessary, at their own discretion, and award the Contract based on the technically suitable lowest-priced bid.

- The execution period reckoned from release of purchase order to final acceptance is 05 months. This work shall be completed within the stipulated period. The Bidders

Page 8: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

7 | P a g e

are advised to take utmost care in studying the quantum & nature of work and plan adequate & suitable resources to execute the purchase order within the stipulated period while submitting the bids.

This specification document is organized in three sections as follows. Section – A General Terms and Conditions Section – B Technical Specification for Analogue Addressable Fire Detection and Alarm

System for OMPF Facility Section – C Formats to be filled by the supplier 2. Geographical Location and Climatic Conditions:

Sl. No Description Details

a) Owner / Purchaser ISRO, SDSC SHAR

b) Focal Point APD, Gaganyaan

c) Project Title Establishment of Analogue Addressable Fire Detection and Alarm System for OMPF Facility at Second Launch Pad, SDSC SHAR, Sriharikota.

d) Plant Location Satish Dhawan Space Centre SHAR. Sriharikota – 524 124 Nellore Dist. Andhra Pradesh

e) Altitude 4.7123 meters above MSL

f) Transportation By Road

Nearest Railway Station

- The actual site is located about 10 km from main gate of Sriharikota.

- Sriharikota is 18 km east of Sullurupeta in Nellore Dist. (Sullurupeta is on main rail line from Chennai to Vijayawada)

- Sriharikota is 100 km North of Chennai

Road Sullurupeta is located on NH-5 from Chennai to Vijayawada.

Air port Nearest airport is Chennai/Tirupati

Sea port Nearest seaports are Chennai/ Krishnapatnam.

g) Ambient air temperature

(a) Maximum dry bulb temperature

45.9 Deg. C

(b) Minimum dry bulb temperature

11.8 Deg. C

(c) Design wet bulb temperature for cooling tower design

28.3 Deg. C

h) Relative humidity

a) Maximum 100 % (consider 95 % for design)

b) Minimum 15 %

i) Rainfall

Annual average rainfall in a year

1331.3 mm / year

Maximum daily rainfall

240 mm in 24 hours

Page 9: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

8 | P a g e

Maximum hourly rainfall

26 mm/ hr.

Design intensity 140 mm / hr

Period of rainfall July to December with peak rainfall in October and November.

j) Wind data

Basic wind speed 230 KMPH

Cyclone details Place is prone to cyclones during October to December and facilities are to be designed for cyclonic loads

Wind direction Predominantly from South East (*)

k) Seismic data

Zone Zone III as per IS 1893 – 2002

Coefficient Basic horizontal seismic coefficient 0.16 as per IS:1893

l) Latitude, Longitude 13 º 47’ N, 83º 15’ E (*)

m) Atmosphere Saline and highly corrosive.

3.0 SCOPE OF WORK

The scope of work shall include the following:

� Design, Supply, Installation, Testing and Commissioning of Analogue Addressable Fire Detection and Alarm System for OMPF Facility and related accessories as per IS 2189, NFPA2001-2015 at Second Launch Pad. The specifications are given in section ‘B’, Chapter-I.

Note:

• Photoelectric Smoke/Multicriteria detectors, Heat detectors, Control panel (Analogue addressable type with display and event logging), Manual call stations, Sounders, Modules, Relays, shall be strictly as per UL/VDS/LPCB/FM approvals and relevant standards.

• Installation of Control panels and Laying of cables necessary for Analogue Addressable Fire Detection and Alarm System.

• Necessary interfaces / Network cards / RS485 etc are to be provided in the FDA Panel for interfacing with the existing PLC based control system.

• Necessary Portable Control Station for Fire detection and alarm control panel (FACP) consisting of Minimum configuration of suitable 15.6-inch display, Latest core i7 Processor, Sixteen GB RAM, One TB HDD, Windows ten Operating system, graphic card with compatible Network cards/ports, Ethernet ports & USB Ports with latest configuration for monitoring and configuring the FACP to be provided along with FACP.

• This central control station shall have necessary licensed software for Programming of Addressable Detectors, interfacing with the FDA Control panel for obtaining information for monitoring the health of the system.

� The scope of work also includes:

• The scope of work also includes training for operation and maintenance of Analogue Addressable Fire Detection and Alarm System & handing over of all materials, documents, drawings, passwords/keys of equipment’s and all appliances necessary to commissioning and preventive maintenance.

• Two years Non-Comprehensive Maintenance Contract of Analogue Addressable Fire Detection and Alarm System for OMPF Facility (Four maintenance visits per annum) after completion of warranty period from the date of commissioning.

Page 10: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

9 | P a g e

Maintenance contract shall confirm to IS 2189:2008/NFPA 2001 for Analogue Addressable Fire Detection and Alarm System for OMPF Facility.

• For Simulation of FDA System smoke & Heat detectors necessary smoke generators, Hot air blowers etc. and other necessary items required for maintenance of the FDA system are also in the scope of the supplier.

4.0 DETAILED SCOPE OF WORK

i. Submission of Design details, Technical specification, Installation, Testing and commissioning procedure for Analogue Addressable Fire Detection and Alarm System for OMPF Facility.

ii. Submission of the drawings and documents as per the technical specification. iii. Supply of Analogue Addressable Fire Detection and Alarm System for OMPF

Facility, SDSC SHAR, Sriharikota. iv. Installation of Analogue Addressable Fire Detection and Alarm System for OMPF

Facility, SDSC SHAR, Sriharikota. v. Testing and Commissioning of Analogue Addressable Fire Detection and Alarm

System for OMPF Facility, SDSC SHAR, Sriharikota. vi. Implementation of safety at different stages of installation and commissioning. vii. Reliability and quality assurance during manufacture, installation and testing of

Analogue Addressable Fire Detection and Alarm System for OMPF Facility. viii. Submission of warranty for efficient and specified performance of the Analogue

Addressable Fire Detection and Alarm System for OMPF Facility. In case, any item is found to mal-operate or fails to provide specified performance during inspection/ testing at SDSC SHAR or during commissioning/trial runs of the system or during warranty period after commissioning, the Supplier shall attend to the faulty/defective item within shortest possible time and make necessary repairs/ replacements to the satisfaction of the Department, without any commercial implication.

4.1 INSTALLATION i. Analogue Addressable Fire Detection and Alarm System shall be permanently

installed at OMPF Facility at Second Launch Pad.

ii. The installation of Analogue Addressable Fire Detection and Alarm System for

OMPF Facility will be after the clearance from the Department official at SDSC

SHAR.

iii. Analogue Addressable Fire Detection and Alarm System shall alert the facility

occupant in case of any fire or smoke scenario by an audible alarm in the

specified rooms to indicate the fire / smoke.

iv. The Analogue Addressable Fire Detection and Alarm System installation should be

designed as per the Building Specifications in terms of room volumes, area etc as

well as Indian standard/any other relevant standard.

4.2 PACKING, TRANSPORTATION & SAFE STORAGE OF ITEMS AT SDSC SHAR

a) No Analogue Addressable Fire Detection and Alarm System shall be delivered without obtaining dispatch clearance from SDSC SHAR.

b) Party has to pack all the items in sea worthy packing to protect against damage/corrosion.

c) The supplier shall be responsible for transporting all Analogue Addressable Fire Detection and Alarm System to site, unloading and storage.

d) The Analogue Addressable Fire Detection and Alarm System received at site shall be stored at a place assigned for this purpose.

Page 11: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

10 | P a g e

4.3. GENERAL INSTALLATION PROCEDURE

a) Analogue Addressable Fire Detection and Alarm System delivered at site shall be inspected and checked as per Packing List.

b) Analogue Addressable Fire Detection and Alarm System shall be installed as per the approved installation drawing.

4.4 INSPECTION, TESTING AND COMMISSIONING AT DEPARTMENT SITE:

a) The total work defined in the tender specification for supply items, site works, testing & commissioning shall be carried out under QC/SR team along with the safety team. All necessary instrumentation, equipment, materials and labour shall be provided by the contractor/supplier.

b) Scope of Inspection and Testing in the Quality Assurance Plan (QAP) shall include:

� Identification of materials, review of manufacturer’s test certificates, � Periodical recheck for compliance on scope of work at site. � Witness and clearance of all tests including Functional testing of Integrated system as per QAP

� Check on Integration of total system. � Final certification of as built drawings and compiled stage wise inspection document.

c) Functional testing of Analogue Addressable Fire Detection and Alarm System at site after installation and commissioning shall include

� The FACP shall be checked for basic tests such as visually checking input voltage and current. All zones one by one shall be de-wired to check for fault

signal indication in the FACP.

� The power source shall be cut off and checked for standby supply from the batteries. After six hours the FACP source shall be switched on to check for

auto switch over to the mains module.

� Test shall be conducted for AC fail, charger fail, DC fail, Battery disconnect or battery fail. In all such cases the relevant LED should glow and the piezo sound

shall also give sound output.

d) In case, Analogue Addressable Fire Detection and Alarm System is found to malfunction or give sub-standard performance during this activity, it shall be replaced free of cost.

e) The FDA panel shall be connected through the network card MODBUS TCP/IP or similar open protocol to portable monitoring station and interfacing to be checked and shown.

5.0 GENERAL CONDITIONS, SUPPLIER’s OBLIGATIONS & FUNCTIONS

5.1 SPECIFICATIONS AND DRAWINGS

The Supplier shall execute the works in compliance with the provisions of CONTRACT, good/Superior engineering practices and as per standards/codes requirements.

5.2 SUBMISSION OF TECHNICAL DOCUMENTS

Supplier shall prepare and submit to SDSC SHAR for approval of following documents and drawings:

- Technical literature & data sheets of Analogue Addressable Fire Detection and Alarm System and related accessories.

Page 12: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

11 | P a g e

- Design of Analogue Addressable Fire Detection and Alarm System along with the necessary and drawings and wiring diagram showing the layout of sensors in all the rooms.

- Analogue Addressable Fire Detection and Alarm System test details, certification etc. - General sensor, panel location, cable routing and execution plan at OMPF Facility. - Analogue Addressable Fire Detection and Alarm System wiring drawings. - Details of testing plan. - Installation sequence schedule along with installation drawings, interface study details, floor level interface drawings.

- No activity shall be executed unless SDSC SHAR’s approval is obtained. The above documents shall be submitted in a format approved by SDSC SHAR.

5.3 DESIGN VERIFICATION & SUPPLY

Supplier shall carry out Design verification and supply Analogue Addressable Fire Detection and Alarm System in accordance with the scope, technical specifications and terms & conditions of contract.

5.4 DELIVERY AND STORAGE

- Dispatch Instructions given in the Contract shall be strictly followed. Failure to comply with the instructions may result in delay in payment apart from imposing any other charges as may be deemed fit.

- The supplier shall be responsible for transporting all Analogue Addressable Fire Detection and Alarm System like FDA panel, sensors, Manual Call Points, etc to site, unloading and storage.

- No Analogue Addressable Fire Detection and Alarm System shall be delivered without obtaining dispatch clearance from SDSC SHAR.

- Analogue Addressable Fire Detection and Alarm System all items shall be properly packed to avoid any damage during transportation / handling / storage.

- The Analogue Addressable Fire Detection and Alarm System items received at site shall be stored at a place assigned for this purpose.

5.5 INSTALLATION & TESTING

5.5.1 GENERAL

- Supplier’s staff shall include adequate number of competent engineers/technical team with proven experience on similar works to supervise the installation of cables and sufficient skilled, unskilled and semiskilled labour to ensure completion of work in time.

- Supplier's installation staff shall arrive at site on date agreed by SDSC SHAR. Prior to proceeding to work, Supplier shall however, first ensure that required/sufficient part of his supply has arrived at site.

- Installation of Analogue Addressable Fire Detection and Alarm System elements may be positioned in such a manner so as not to obstruct the work being done by other Suppliers and / or operating staff who may be present at that time.

- During installation, Department's quality team / their engineer will visit site from time to time with or without Supplier’s engineer to establish conformity of the work with specification. Any deviations, deficiencies or evidence of unsatisfactory workmanship shall be corrected as instructed by Department.

- Supplier shall carry out work in a true professional manner and strictly adhere to the approved drawings. Any damage caused by Supplier during installation to new or existing building / environment shall be made good at no extra cost to Department.

Page 13: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

12 | P a g e

- An aesthetic cabin housing for Analogue Addressable Fire Detection and Alarm System sensors at each location is also in the scope of supplier, General Arrangement drawing shall be provided along with the offer and after placement of Purchase order for our approval.

- As the cable routing is to be done in existing rooms, for routing of cable civil works like making holes in walls, opening of false ceiling and false flooring may be required to be done. The necessary plastering and closure of false flooring / false ceiling and area cleaning has to be done by contractor/supplier. Hence, the scope includes such civil works required for completion of the job.

- After commissioning the system all panel Keys, Passwords and software required for programming devices shall be handed over to department in order to ensure smooth functioning of the system.

- Proper cable management systems shall be used to route the cables in all the locations.

5.6 RECORDS

Supplier shall maintain records pertaining to the quality of installation work in a format approved by Department. Whenever installation work is complete, Supplier shall offer installed Analogue Addressable Fire Detection and Alarm System for inspection to Department's engineer who along with Supplier's engineer will sign such records on acceptance.

5.7 SAFETY

Supplier shall follow the safety regulations / codes and shall take necessary measures at his own cost.

5.8 INSTALLATION /CONSTRUCTION POWER & MATERIAL HANDLING:

- Reasonable quality of normal Construction power will be made available at one point (415V, 3 Phase, 50 Hz). However onward distribution shall be by the supplier. Installation of necessary energy meters, switchgear & distribution system, etc for Construction power in a safe manner in strict conformity with local rules & regulations will be responsibility of supplier.

- During non-availability of power, supplier shall make his own arrangement of alternate power source at their cost.

5.9 WORK RULES AT SDSC SHAR

The work shall be carried out on SDSC SHAR working days only or permission to be obtained from the contract manager for late hours / holidays.

5.10 SITE CLEARANCE Upon completion of work, supplier shall remove all his equipment and material from the site within one month or time mutually agreed. Supplier at all times shall keep site in clean condition and remove all unwanted material at regular intervals. In case supplier fails to remove all their equipment and material within the mutually agreed time, it is deemed that SDSC SHAR will arrange to remove the same at Supplier’s cost.

5.11 ACCOMMODATION

- Accommodation will not be provided by SDSC SHAR to Contractors/Suppliers. - Supplier shall make their own arrangement for accommodation, transportation & canteen facility for all his staff, technicians, labour & workers.

Page 14: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

13 | P a g e

5.12 MEDICAL FACILITIES

No medical facilities will be provided by SDSC SHAR. Supplier shall make their own arrangement at their own expenses for medical facilities for site personnel.

5.13 WORK PROGRAMME

Supplier shall prepare a detailed programme schedule for review / approval by SDSC SHAR. Supplier as per exigencies of work shall revise and update programme periodically.

5.14 SUB-CONTRACTS

- No work shall be sub-contracted without prior approval of SDSC SHAR. - Supplier shall be responsible for the proper execution of any sub-contract placed by him in connection with this purchase order.

- Supplier shall furnish to SDSC SHAR the copies of all un-priced sub-orders showing promised delivery dates and places.

5.15 CHANGES AND MODIFICATION TO SPECIFICATIONS, DRAWINGS AND

QUALITATIVE / QUANTITATIVE REQUIREMENTS

- Supplier shall obtain approval from SDSC SHAR before initiating the action for procurement of bought out items.

- During the department review, supplier has to carry out the mutually agreed modifications to meet the overall requirement.

6.0. GENERAL INSTRUCTION TO THE CONTRACTOR

i. The items covered in this specification shall confirm to technical specifications, latest revision of relevant standards and requirements in respect of accuracy, performance, dimensions, materials of construction, manufacturing, safety, reliability & quality assurance, inspection and testing.

ii. Analogue Addressable Fire Detection and Alarm System all accessories to be supplied under this package shall be new & from the latest product range of the supplier and shall support minimum 10-15 years of service.

iii. The Supplier shall list out Analogue Addressable Fire Detection and Alarm System along with their all components/parts, including make, type, model number and the other details for the evaluation of your offer. Any deviation from it, after evaluation of offer, shall not be permitted.

iv. All correspondences / documents shall be in English language and the data / other dimensional details shall be submitted in Metric Units only.

v. The supplier shall indicate any assumption made in respect of specification, data of any other details that have not been mentioned in this tender but considered necessary for sizing & selection of equipment/systems to meet the specified application requirements. All such assumptions will not be binding on SDSC SHAR, ISRO unless expressly agreed upon. The supplier, under these conditions, shall supply equipment/systems based on the data accepted to SDSC SHAR, ISRO without any commercial implication.

vi. All necessary facilities including tools, testing equipment, instruments, accessories, manpower assistance etc. shall be provided by the supplier to enable inspection of Analogue Addressable Fire Detection and Alarm System by SDSC SHAR, ISRO during its manufacture/assembly & inspection.

vii. The supplier shall be responsible for adherence to all the applicable rules, regulations & requirements of statutory bodies of the Andhra Pradesh State Government and Central Government of India, as required.

Page 15: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

14 | P a g e

7.0. COMPLIANCE TO STANDARDS

All the items supplied or used shall be new and of first quality and shall be manufactured/ fabricated and tested in accordance with the latest editions of the relevant Indian/International standards as mentioned in the specifications. Any components or systems where no specific standards are applicable shall be fabricated as per the instructions and directions of the purchaser or its authorized nominee.

8.0 QUALITY OF MATERIALS AND WORKMANSHIP

All equipment/systems, materials and articles incorporated in the work should be new, free from defects and of the most suitable grade for the purpose intended. All work under this contract shall be performed in a skilful and workman-like manner and shall be consistent with the best practices of the industry. If at any time SDSC SHAR notifies that any such equipment/systems, material, article or workmanship fails to meet the foregoing standards, the contractor shall promptly take all the remedial steps required to meet those standards.

9.0 OPERATION INSTRUCTIONS AND PROCEDURE

The Supplier has to submit the ‘brief step-by-step operation procedure’ as conceived by the designer for approval at detailed design stage itself. After testing and commissioning the updated document shall be submitted for final clearance and approval. Three copies of the same shall be supplied. Permanent physical identification, which are legible, clearly visible at any stage of operation etc. and markings shall be given on the system where the operator has to carry out his work. Procedure should be well detailed and it should identify all checkpoints before carrying out any operation. For each operation, a checklist has to be made for systematic check-up and operation. Operation manual shall include all minute activities and checkpoints in very detailed manner. The manual also shall include trouble shooting, possible causes and remedial measures to be adopted.

10.0 MAINTENANCE INSTRUCTIONS AND PROCEDURE

Brief maintenance provisions/ procedure document shall be prepared and submitted at detailed Engineering stage itself. After testing and commissioning stage, the detailed document shall be submitted for final clearance and approval. Three copies of the same shall be supplied.

Maintenance document shall include but shall not be limited to the following:

01. Detailed wiring and routing diagram of the system 02. Applicable drawings 03. List of all bought out items, detailed specifications and catalogues 04. History of the system 05. List of consumables and maintenance schedules 06. List of spares 07. Systematic health checks procedure 08. Work prior to starting maintenance and periodical preventive maintenance

along with schedules and events

09. Step by step procedure for configuring the FACP and system 10. Step by step procedure for trouble shooting the system 11. Step by step procedure for reconfiguring and programming after

repair/refurbishment

12. Test results 13. Final report

Page 16: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

15 | P a g e

Section – A

General Terms and Conditions

Page 17: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

16 | P a g e

1.0 Terms and Conditions for Bids Offers shall be submitted in TWO-PARTS as per the details given below: Part-I – Techno-commercial Bid Part-II – Price Bid

2.0 Details to be furnished in Techno-commercial Bid & Price Bid as follows: - Part-I – Techno-commercial Bid The tenderer shall furnish point-wise confirmation for the technical specifications given in the enquiry. However, change of specifications/ deviations (if any) shall be brought out in the offer as deviation summary with detailed justification. Exclusions, if any from scope of supply shall be clearly indicated in the offer. Tenderer need to furnish the details related to commercial terms indicating payment terms, details of bank guarantee in case of advance payments etc. Tenderer shall quote the prices on “FOR-Sriharikota”. The overall landed cost to SDSC SHAR will be taken as the basis towards finalization of the purchase order. The Bidders shall indicate clearly the delivery/time period for supplying the items to SDSC SHAR. 2.1 Bidder need to submit unpriced price bid copy (as highlighted below) indicating the description of all the cost elements considered, without indicating the price. Tenderer shall note that indication of price in the techno-commercial bid shall lead to dis-qualification of bid.

Page 18: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

17 | P a g e

2.2 FORMAT OF UN-PRICED PRICE BID: The schedules of the quantities are as follows:

Serial No.

Description of the

works to be carried out

Qty.

Units

Unit cost (Including

Transportation,

Commissioning

Charges) Rs.

Applicable Tax in Rs.

Total cost Rs.

Separate Cost

Mentioned in Price bid

Form

(Yes/No)

I Design, supply, installation, testing and commissioning of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the specifications Section- A to Section-C.

1 Lot Unpriced

Unpriced

Unpriced

(Yes/No)

II Maintenance spares required for Two years maintenance of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the details given in enclosed specifications Section- A to Section-C.

1 Lot Unpriced

Unpriced

Unpriced

(Yes/No)

III Two years Non-Comprehensive Maintenance (Starting from 2nd year i.e. after completion of warranty) of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the enclosed specifications.

1 Lot Unpriced

Unpriced

Unpriced

(Yes/No)

Note: * One Lot consists of the following as defined in Table-2:

Page 19: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

18 | P a g e

Table -2 SCHEDULE OF QUANTITIES (UN PRICED)

Sl. No.

Description Qty. Unit of Measure

Unit cost (Including

Transportation,

Commissioning Charges) Rs.

Applicable Tax in Rs.

Total cost Rs.

Separate Cost

Mentioned in Price bid Form (Yes/No)

I.

Design, supply, installation, testing and commissioning of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the specifications Section- A to Section-C

1 LOT Unpriced Unpriced Unpriced (Yes/No)

SCHEDULE OF ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM FOR OMPF FACILITY AS PER FOLLOWING DETAILS. (REFER SECTION-B, CHAPTER-I FOR DETAILED SPECIFICATIONS)

1

Supply, installation & commissioning of Microprocessor based analogue addressable type Fire Detection & Alarm (FDA) panel for OMPF Networkable fire alarm control panel with Five Loops, with necessary Network Card, LCD display, access levels and event historical logging. FDA panel shall support Ethernet based communication with existing PLC SCADA System using MODBUS TCP/IP or similar open protocol. System shall have necessary provision for hooking it to the main control room through LAN.

1 No. Unpriced Unpriced Unpriced (Yes/No)

2 Supply, installation & commissioning of Aspirating type FDA system

3 Nos. Unpriced Unpriced Unpriced (Yes/No)

3

Supply, installation & commissioning of Analogue addressable Photoelectric smoke/Multicriteria Detector with mounting base compatible/approved by Fire Alarm Control Panel (FACP)

267 Nos. Unpriced Unpriced Unpriced (Yes/No)

4 Supply, installation & commissioning of Analogue addressable heat detectors with mounting base compatible/approved by FACP

14 Nos. Unpriced Unpriced Unpriced (Yes/No)

Page 20: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

19 | P a g e

Sl. No.

Description Qty. Unit of Measure

Unit cost (Including

Transportation,

Commissioning Charges) Rs.

Applicable Tax in Rs.

Total cost Rs.

Separate Cost

Mentioned in Price bid Form (Yes/No)

5

Supply, installation & commissioning of Analogue addressable duct detectors with mounting base along with Relay module for tripping AHU compatible/approved by FACP

18 Nos. Unpriced Unpriced Unpriced (Yes/No)

6 Supply, installation & commissioning of Addressable power looped sounder/Hooter compatible/approved by FACP

10 Nos. Unpriced Unpriced Unpriced (Yes/No)

7 Supply, installation & commissioning of Addressable Manual Call Point (MCP) compatible/approved by FACP

18 Nos. Unpriced Unpriced Unpriced (Yes/No)

8 Supply, installation & commissioning of Response Indicator compatible/approved by FACP

85 Nos. Unpriced Unpriced Unpriced (Yes/No)

9 Supply, installation & commissioning of Fault isolation module

40 Nos. Unpriced Unpriced Unpriced (Yes/No)

10 Supply & erection of Armored FRLS,1.5mm x 2 core, Twisted pair, shielded, Armored cable with Good cable management system

3500 Meters Unpriced Unpriced Unpriced (Yes/No)

11 Supply, installation & commissioning of portable monitoring control station for FACP

1 No. Unpriced Unpriced Unpriced (Yes/No)

II.

Maintenance spares required for Two years maintenance of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the details given in enclosed specifications Section- A to Section-C.

1 Lot Unpriced Unpriced Unpriced (Yes/No)

LIST OF MAINTENANCE SPARES FOR ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM FOR OMPF FACILITY

1 Supply of Analogue addressable Photoelectric smoke/Multicriteria Detector with mounting base compatible/approved by FACP

30 Nos. Unpriced Unpriced Unpriced Unpriced

2 Supply of Analogue addressable heat detectors with 4 Nos. Unpriced Unpriced Unpriced Unpriced

Page 21: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

20 | P a g e

Sl. No.

Description Qty. Unit of Measure

Unit cost (Including

Transportation,

Commissioning Charges) Rs.

Applicable Tax in Rs.

Total cost Rs.

Separate Cost

Mentioned in Price bid Form (Yes/No)

mounting base compatible/approved by FACP

3 Supply of Analogue addressable duct detectors with mounting base along with Relay module for tripping AHU compatible/approved by FACP

2 Nos. Unpriced Unpriced Unpriced Unpriced

4 Supply of Addressable power looped sounder/Hooter compatible/approved by FACP

2 Nos. Unpriced Unpriced Unpriced Unpriced

5 Supply of Addressable Manual Call Point (MCP) compatible/approved by FACP

2 Nos. Unpriced Unpriced Unpriced Unpriced

6 Supply of Response Indicator compatible/approved by FACP

10 Nos. Unpriced Unpriced Unpriced Unpriced

7 Supply of RS485 network card for interconnecting the panels

1 No. Unpriced Unpriced Unpriced Unpriced

8 Supply of Fault isolation module 5 Nos. Unpriced Unpriced Unpriced Unpriced

III.

Two years Non-Comprehensive Maintenance (Starting from 2nd year i.e. after completion of warranty) of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the enclosed specifications.

1 Lot Unpriced Unpriced Unpriced Unpriced

Note: - The Quantity arrived is indicative only. The party shall give undertaking to hold the same quoted unit prices for the additional ±10% of order quantities for each and every item based upon actual site conditions.

- In addition to the above main items any other items/ accessories which are required for completion of the work and commissioning of the system also in scope of supplier.

- The contract will be awarded to overall lowest only. Splitting of order for supply and erection will not be considered. Since procurement, supply and erection works are inter linked, splitting of order is not possible. Supply of maintenance spares, Two years Non-Comprehensive Maintenance also will be considered to arrive the overall lowest.

- If necessary, the Bidders may visit the SDSC SHAR for understanding the system requirements and assessing the site conditions before submitting the bid.

Page 22: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

21 | P a g e

3.0 Part-II: Price bid indicating the price. � Price bid should be submitted by the tenderer as per the following format price

break-up. � In view of Two-Part Tender, the Offers submitted contrary to above instructions will

be summarily rejected.

Serial No.

Description of the

works to be carried

out

Qty.

Units

Unit cost (Including

Transportation,

Commissioning

Charges) Rs.

Applicable Tax in Rs.

Total cost Rs.

I

Design, supply, installation, testing and commissioning of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the specifications Section- A to Section-C.

1 Lot Price

Price

Price

II

Maintenance spares required for Two years maintenance of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the details given in enclosed specifications Section- A to Section-C.

1 Lot Price

Price

Price

III

Two years Non-Comprehensive Maintenance (Starting from 2nd year i.e. after completion of warranty) of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the enclosed specifications.

1 Lot Price

Price

Price

Note: * One Lot consists of the following as defined in Table-3 for which unit prices shall be quoted.

Page 23: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

22 | P a g e

Table -3 SCHEDULE OF QUANTITIES (PRICED) The following price details shall be uploaded along with offer:

Sl. No.

Description Qty. Unit of Measure

Unit cost (Including

Transportation,

Commissioning Charges) Rs.

Applicable Tax in Rs.

Total cost Rs.

I.

Design, supply, installation, testing and commissioning of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the specifications Section- A to Section-C

1 LOT Price Price Price

SCHEDULE OF ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM FOR OMPF FACILITY AS PER FOLLOWING DETAILS. (REFER SECTION-B, CHAPTER-I FOR DETAILED SPECIFICATIONS)

1

Supply, installation & commissioning of Microprocessor based analogue addressable type Fire Detection & Alarm (FDA) panel for OMPF Networkable fire alarm control panel with Five Loops, with necessary Network Card, LCD display, access levels and event historical logging. FDA panel shall support Ethernet based communication with existing PLC SCADA System using MODBUS TCP/IP or similar open protocol. System shall have necessary provision for hooking it to the main control room through LAN.

1 No. Price Price Price

2 Supply, installation & commissioning of Aspirating type FDA system

3 Nos. Price Price Price

3 Supply, installation & commissioning of Analogue addressable Photoelectric smoke/Multicriteria Detector with mounting base compatible/approved by Fire Alarm Control Panel (FACP)

267 Nos. Price Price Price

4 Supply, installation & commissioning of Analogue addressable heat detectors with mounting base compatible/approved by FACP

14 Nos. Price Price Price

5 Supply, installation & commissioning of Analogue addressable duct detectors with mounting base along with Relay module for tripping AHU compatible/approved by FACP

18 Nos. Price Price Price

6 Supply, installation & commissioning of Addressable power 10 Nos. Price Price Price

Page 24: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

23 | P a g e

Sl. No.

Description Qty. Unit of Measure

Unit cost (Including

Transportation,

Commissioning Charges) Rs.

Applicable Tax in Rs.

Total cost Rs.

looped sounder/Hooter compatible/approved by FACP

7 Supply, installation & commissioning of Addressable Manual Call Point (MCP) compatible/approved by FACP

18 Nos. Price Price Price

8 Supply, installation & commissioning of Response Indicator compatible/approved by FACP

85 Nos. Price Price Price

9 Supply, installation & commissioning of Fault isolation module 40 Nos. Price Price Price

10 Supply & erection of Armored FRLS,1.5mm x 2 core, Twisted pair, shielded, Armored cable with Good cable management system

3500 Meters Price Price Price

11 Supply, installation & commissioning of portable monitoring control station for FACP

1 No. Price Price Price

II.

Maintenance spares required for Two years maintenance of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the details given in enclosed specifications Section- A to Section-C.

1 Lot Price Price Price

LIST OF MAINTENANCE SPARES FOR ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM FOR OMPF FACILITY

1 Supply of Analogue addressable Photoelectric smoke/Multicriteria Detector with mounting base compatible/approved by FACP

30 Nos. Price Price Price

2 Supply of Analogue addressable heat detectors with mounting base compatible/approved by FACP

4 Nos. Price Price Price

3 Supply of Analogue addressable duct detectors with mounting base along with Relay module for tripping AHU compatible/approved by FACP

2 Nos. Price Price Price

4 Supply of Addressable power looped sounder/Hooter compatible/approved by FACP

2 Nos. Price Price Price

Page 25: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

24 | P a g e

Sl. No.

Description Qty. Unit of Measure

Unit cost (Including

Transportation,

Commissioning Charges) Rs.

Applicable Tax in Rs.

Total cost Rs.

5 Supply of Addressable Manual Call Point (MCP) compatible/approved by FACP

2 Nos. Price Price Price

6 Supply of Response Indicator compatible/approved by FACP 10 Nos. Price Price Price

7 Supply of RS485 network card for interconnecting the panels 1 No. Price Price Price

8 Supply of Fault isolation module 5 Nos. Price Price Price

III.

Two years Non-Comprehensive Maintenance (Starting from 2nd year i.e. after completion of warranty) of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the enclosed specifications.

1 Lot Price Price Price

- Note: The contract will be awarded to overall lowest only. Splitting of order for supply and erection will not be considered. Since procurement, supply and erection works are inter linked, splitting of order is not possible. Supply of maintenance spares, Two years Non-Comprehensive Maintenance also will be considered to arrive the overall lowest.

Page 26: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

25 | P a g e

4.0 PROPOSAL DOCUMENT 4.1 Bidder shall sign & stamp each page of the tender document as token of his

acceptance and submit the same along with his offer. 4.2 Proposal documents shall remain the property of SDSC SHAR and shall not be

used for any another purpose without the consent of SDSC SHAR. 4.3 The proposal shall be completely filled in all respects and shall be submitted

together with requisite information. Any offer incomplete in any particulars is liable to be rejected.

4.4 The Proposals shall be submitted on-line before the time limit for bid submission. 4.5 The Proposal will be opened on the date and on the time specified in the Letter

Inviting Bid or as soon thereafter as convenient. Proposal not received in time will not be considered.

4.6 Bidders shall set their quotations in firm figures and without variations/additions in the terms of the Proposal documents.

5.0 AMBIGUITY Should there be any ambiguity or doubt as to the meaning of any of the tender clause/condition or if any further information is required, the matter shall be immediately brought to the notice of Head, Purchase & Stores of SDSC SHAR through online clarification. 6.0 PREPARATION OF BIDS 6.1 Validity of Offer: Bid shall remain valid for acceptance for a minimum period of 120 days from the due date of opening of the Part-I bid and 60 days from the date of opening of Part-II bid. Tenders shorter than after validity mentioned above will not be considered for evaluation. The Bidder shall not be entitled during the said period to revoke or revise his Bid or to vary the Bid except and to the extent required by SDSC SHAR in writing. Bid shall be revalidated for extended period as required by SDSC SHAR in writing. In such cases, unless otherwise specified, it is understood that validity is sought and provided without varying either the quoted price or any other terms & conditions of Bid finalized till that time. 6.2 Documents Comprising the Bid: Bids shall be arranged in the following order. i. Priced bid shall be filled online in the price bid format. ii. Schedule of unit prices also to be filled as per price Bid format and no separate document shall be attached.

iii. Deviations in terms and conditions, assumptions etc. shall be stipulated in format specified in the portal.

iv. SDSC SHAR will not take cognizance of any such statement and may at their discretion reject such bids.

6.2.1 DOCUMENTS TO BE SUBMITTED ALONG WITH THE OFFER i. Signed copy of this Technical Specification as a proof of compliance to all the

requirements of the document. ii. Confirmation of make, model of Analogue Addressable Fire Detection and Alarm

System, Aspiration System, FACP, Detectors, MCP, Fault Isolator, Response Indicator, Hooter.

iii. Preliminary Quality Assurance Plan (QAP) which will be followed. iv. Detailed specification, Bill of Material (BOM), complete with the features indicated

in the order specification. v. Formats to be filled by the suppliers as per the Section-C of the Tender

Specification. vi. Any other relevant data/information.

Page 27: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

26 | P a g e

6.2.2 DOCUMENTS TO BE SUBMITTED AFTER PLACEMENT OF ORDER

i. A bar-chart / PERT network for all activities such as design, approval, procurement, manufacturing, assembly, testing, inspection, delivery, installation, commissioning etc. shall be submitted within two weeks of placement of order.

ii. Detailed specification, schematic wiring drawing, Bill of Material (BOM), with makes and model no. of Analogue Addressable Fire Detection and Alarm System incorporating all the required details against the features indicated in the order specification.

iii. Certified detailed technical literature of all components highlighting all the features of the items finally selected.

iv. Reliability and quality assurance plans followed for Analogue Addressable Fire Detection and Alarm System.

v. Installation drawings indicating Detectors, MCP, Hooter, Aspiration system piping locations along with panel, FACP location along with loop drawings and termination details with device address and instructions for Analogue Addressable Fire Detection and Alarm System.

vi. Overall configuration drawings inclusive of communication interface for centralized monitoring.

vii. Copies of Purchase Orders for bought-out items blanking price part (one copy only)

viii. Any other relevant data/information.

6.2.3 DOCUMENTS TO BE SUBMITTED AFTER COMMISSIONING

i. Three (3) sets of Operation and Maintenance Manuals, these manuals should indicate weekly, monthly and yearly maintenance schedule and other instructions necessary for safe maintenance of Analogue Addressable Fire Detection and Alarm System. Spare parts catalogue, engineering data sheets and part lists covering each item including bought out components along with all drawing shall be compiled and submitted.

ii. Supplier shall submit three hard copies & one soft copy on CD/DVD of all the approved drawings incorporating any modification / changes made during the execution of CONTRACT. All these drawings shall be marked as 'As Built'.

iii. Design calculation and analysis data of aspiration system. iv. Complete Inspection / test results (3 copies). v. Inspection certificate & guarantee or warranty certificate (3 copies). vi. After commissioning the system all system Keys, Passwords and software

required for programming devices shall be handed over to department in order to ensure smooth functioning of the system.

vii. After completion of commissioning activities, training to be given for the facility personnel at site.

viii. Laminated boards on the layout of the system to be fixed at appropriate locations consisting of Instructions for operation of the Analogue Addressable Fire Detection and Alarm System, as built drawing of Analogue Addressable Fire Detection and Alarm System.

ix. Test & Evaluation documents. x. Manufacturer’s conformity certificates / Test Certificates for all FDA System

Components like Detectors, FDA Panel, Aspiration system etc.,

xi. Submission of the drawings and manuals shall be a precondition for releasing of any final payment due to Supplier.

7.0 QUALITY ASSURANCE PLAN

7.1 Tenderer shall have an established and effective Quality Assurance plan during manufacturing the system. The QA plan shall be submitted for approval of SDSC

Page 28: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

27 | P a g e

SHAR. 7.2 Tenderer shall ensure that the item supplied is absolutely safe for use in the

stipulated work environment and conform to applicable safety norms and standards

7.3 During manufacture, fabrication, assembly, testing and delivery, the vendor shall strictly comply with Quality Assurance instruction including Cleanliness Control, procurement Control, Design change Control, Deviation Control, Failure Reporting & Analysis, Calibration Control, documents control & Training requirements.

8.0 BID SUBMISSION 8.1 Bids duly filled in by the Bidder should invariably be submitted as stipulated in

the Letter inviting bid. Bids shall be submitted in the following manner. Price Part of the Bid. 8.2 Price bid shall be filled in the on-line ‘price bid’ form of the e-tender only in ISRO

e-procurement website “https://eproc.isro.gov.in”. The cost of items and other prices shall be filled in the respective forms available on-line in the e-portal. Any other terms and conditions given in this part shall not be considered and if insisted upon by the Bidder, bids are liable for rejection.

8.3 SDSC SHAR reserves the right to reject any or all the Bids without assigning any reasons thereof.

9.0 BID EVALUATION 9.1 During evaluation, SDSC SHAR may request bidder for any clarification on the bid or additional documents. 9.2 Techno-commercial discussion shall be arranged with bidder, if needed. Bidder shall depute his authorized representatives for attending discussions. The representatives attending the discussions shall produce authorization from his organization to attend the discussion and sign minutes of meeting on behalf of his organization if required. The authorized representative must be competent and empowered to settle/decide on all technical and commercial issues. 9.3 Bidder must provide the point-by-point compliance to the technical specifications along with deviations. The bid will be rejected, if the deviations are not acceptable to the department. 9.4 The time schedule for completion is given in the proposal document. Bidder is required to confirm the completion period unconditionally. 9.5 If necessary, to arrive at evaluated prices, wherever applicable, loading on total quoted prices shall be done. 9.6 Evaluation of Technical Bids: Technical bids should be analysed and evaluated by the department. Department shall scrutinize and evaluate for acceptance or rejection of the technical proposals provided by the supplier and give its recommendations. 9.7 Evaluation of Price Bids of the technically qualified bidders: The price bids of only those bidders who have been declared technically qualified by the department as mentioned in above point shall be opened and evaluated, and the work/service/supply awarded to the lowest technically suitable offer. 9.8 SDSC SHAR reserves the right to accept a bid other than a lowest and to accept or reject any bid in full or part without assigning any reasons. Such decisions by SDSC SHAR shall bear no liability whatsoever consequent upon such decision.

Page 29: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

28 | P a g e

9.9 The bidder, whose bid is accepted by SDSC SHAR, shall be issued a Letter Of Intent (LOI) /Purchase Order (PO) to proceed with the work. Bidder shall confirm acceptance by returning a signed copy of the LOI/PO. 10.0. COMMERCIAL TERMS

10.1 Taxes: i. IGST For Inter State: As per the Notification No.47/2017-Integrated Tax (Rate) Dt: 14.11.2017 issued by Ministry of Finance (Dept. of Revenue), SDSC SHAR is eligible to avail reduced rate of IGST @5% for the procurements made by the Dept. of Space (DOS) being a public Funded Research Institution. We will provide IGST exemption certificate. For Intra State: As per Notification No.45/2017- Central Tax (Rate) dated 14.11.2017 and Government of Andhra Pradesh Goods and Service Tax Act, 2017 (Act No.16 of 2017), G.O.MS.No.599, Dated: 12.12.2017 issued by Ministry of Finance (Dept. of Revenue), SDSC SHAR is eligible to avail a reduced rate of CGST/SGST @ 5% for the procurements made by the Dept. of Space (DOS) being a public funded research Institution. We will provide IGST exemption certificate.

ii. Income Tax Income tax at the prevailing rate as applicable and if applicable from time to time shall be deducted from the supplier's bills as per Income Tax Act and a certificate shall be issued (TDS Certificate).

iii. Customs Duty As per notification No.05/2018 Customs dated 25th January, 2018, ISRO is eligible only for partial exemption of Customs Duty. The reduced rate of CD is 10.775% (CD@5%+Surcharge@10%+IGST@5%). Suppliers are requested to submit their bid by loading these elements wherever, it is applicable. In case of an order, we will issue CD exemption certificate to avail the exemption. The actual amount will be reimbursed against submission of documentary evidence. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto.

10.2 Delivery Period: Five months (05) from purchase order release date.

10.3 Terms of Payments: Our general payment terms are within 30 days after receipt and acceptance of items at purchaser’s (SDSC SHAR, Sriharikota) Site. However, in case of any request from supplier/party, the following payment terms may be considered. a) 70% Payment of order value (excluding Two years Non-Comprehensive Maintenance) plus applicable taxes against receipt of complete material at Purchasers / Department site, along with 100% applicable taxes of the Fire Detection and Alarm system after CLIP.

b) 20% Payment of order value (excluding Two years Non-Comprehensive Maintenance) plus applicable taxes after successful assembly/installation of the Fire Detection and Alarm system at site/building after central level inspection of panel.

Page 30: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

29 | P a g e

c) Balance 10% of order value against satisfactory performance of system against performance bank Guarantee.

10.4 Liquidated Damages (LD): LD shall be levied from the supplier at the rate of 0.5% of the order value per week or 0.5% of the value of the stores for which the delivery is delayed for each week of delay, as the case may be, subject to a maximum of 10% of the order value.

10.5 Warranty: Warranty for the offered item shall be from the date of installation/acceptance of the item at our site for a minimum period of one year or as specified in the tender document. i. The bidder shall provide 12 months’ warranty for the entire system for defect liability, after final official handing over at his cost. During this period supplier has to adhere the following:

ii. He has to attend quarterly based preventive maintenance visits and breakdown maintenance calls. All the defective components have to be replaced or rectified on one to one basis.

iii. Breakdown maintenance should be restored within 48 hours’ time and shall be completed within 48 hours after respond.

iv. Department will not provide any transportation and accommodation. v. In case of vendor failed to attend and repair the system within 7 days from the date of reporting the problem, Department will reserve right to forfeiting the BG apart from withheld of any payment payable to vendor.

vi. Where defects in items are remedied under warranty, the period for which the warranty operates shall be extended by such period, as the items were not available to SDSC SHAR. Where defect items are replaced by new ones, the full warranty period stipulated in the purchase order shall apply to such replacement items as from the date of their delivery.

10.6 Performance Bank Guarantee (PBG): The contractor has to submit a PBG from a Nationalized / Scheduled Bank for 3% of the order value at the time of supply valid till the completion of warranty period plus 60 days towards claim period. 10.7 Security Deposit (SD): 3% value of the order shall be deposited with SDSC SHAR within 10 days from the date of the Purchase Order towards security deposit in the form of Bank Guarantee towards performance of the Contract valid till completion of the contract period plus sixty days towards claim period. (This will be returned by SDSC SHAR immediately on execution of the order satisfactorily as per order terms. If not, the amount will be forfeited). 10.8 Validity of Offer: The validity of the offers / tenders should be 120 days from the due date of opening of the Part-I bid and 60 days from the date of opening of Part-II bid. Tenders shorter than offer validity mentioned above will not be considered for evaluation. As all the scope of work is inter-related, Bidder has to quote for all the items listed in the Tender specification (Section- B & C), Schedule of quantities without which the offer will not be considered. 10.9 Force majeure: For the purpose of the contract, the term “force majeure” shall means strikes, lockouts and other conflicts, acts of an enemy, war hostile blockade, disturbance of the public order, stroke of lightning, fire under thunderstorm, flood explosion and acts

Page 31: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

30 | P a g e

of god and government acts beyond the reasonable control of the party claiming force majeure. If due to circumstances of force of majeure, either of the parties to this contract partially of completely unable to fulfil its obligations in accordance with this contract, the said party shall be obligated to immediately inform the other party of occurrence of the circumstances of force majeure in writing. The party claiming force majeure shall also be obligated to keep the other party informed of the events in the process related to the occurrence of the said force majeure circumstances and of the possible degree of non-fulfilment or delay in fulfilment of the obligations in accordance with this contract. All the obligations of the party that invokes the plea of force majeure shall be suspended as long as the said force majeure circumstances continues to exist and not longer, and the said party shall not be regarded as having committed breach or failure, nor shall be held responsible to make compensation for losses suffered by either party. The terms of fulfilment of the obligation shall be duly extended for the period during which the circumstances of force majeure lasts. The fulfilment of the obligations shall be resumed immediately after the cessation of the said circumstances of force majeure. If the said force majeure circumstances last for more than sixty days, parties to this Contract shall discuss and agree upon further action. Should the state of non-fulfilment of obligation under the Contract be more than three (3) months and nothing could be done to make a statement about ceasing of obligations of Contract, within not more than three (3) months either party has the right to cancel the Contract mentioned below. The ownership of all materials, parts and unfinished work paid for by the SDSC SHAR shall vest with the SDSC SHAR or transferred to the SDSC SHAR as soon as they have paid for. The amount of compensation payable/recoverable shall be fixed on the basis of evidence produced by party and acceptable by the purchaser. 11 ARBITRATION In the event of any dispute/s, difference/s or claim/s arising out of or relating to the interpretation and application of the Contract, such dispute/s or difference/s or claim/s 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 dispute/s, then the unresolved dispute/s or difference/s or claim/s 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 Bengaluru in the Arbitration and Conciliation Centre – Bengaluru (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. 12 SECRECY The party shall take all reasonable steps necessary to ensure that all persons employed in connection with the Purchase Order have full knowledge of the Official Secrets Act and the regulations framed there under. Any breach of the aforesaid conditions shall entitle the purchaser to cancel the Purchase Order and if necessary, to go ahead with the purchase at the risk and cost of the party in addition to any other penal action it may take at its discretion.

Page 32: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

31 | P a g e

13 COMPLIANCE WITH SECURITY REQUIREMENTS The party shall strictly comply with the security rules & regulations of the purchaser. The party shall complete the required formalities including verification of character & antecedents, of the persons engaged or deployed by him, through police or any other authority. 14 CONFIDENTIALITY AND PROPRIETARY RIGHT PROTECTION The party shall be obliged to preserve the confidentiality of the proprietary information received, exchanged between each other during the period of the Contract. Technical documentation published and/or claimed for a patent shall be affected by both the parties only on mutual decisions and approval of both the parties, during the existence of this agreement. 15 INSTRUCTIONS TO THE BIDDER In case of any conflict/contradiction, the documents shall prevail over one another in the following order:

I. For all commercial, contractual and general conditions, Notice Inviting Tender (NIT). II. Any contradiction either between various parts of document or in the content of the document itself shall be a matter of clarification to be obtained by the bidder from the purchaser. The purchaser's decision shall be final and binding.

III. The Bidder shall study the specification, visit the site and satisfy himself thoroughly regarding the workability of the proposed Analogue Addressable Fire Detection and Alarm System and shall take full responsibility for best quality of material and workmanship, guaranteed operation and smooth performance of Analogue Addressable Fire Detection and Alarm System & all accessories and integrated system as a whole. This technical specification is only guidance to the bidder and hence all the items necessary for safe and satisfactory operation, guaranteed and reliable performance of proposed Analogue Addressable Fire Detection and Alarm System shall be included in his offer though these might not have been specifically mentioned in the technical specification / schedule of quantities.

IV. The Bidder shall satisfy the department that he possesses the necessary technical experience for design& execution and has at his disposal suitable facilities and crew to ensure that his work shall be of the best quality and workmanship. Necessary particulars in this regard shall be furnished with the offer.

V. Successful Bidder shall obtain approval from department for selecting sub- suppliers and makes for any of the equipment/ parts.

VI. An unpriced copy of the order on the sub-suppliers comprising all detailed specifications and the quantities of the material ordered, bill of material including necessary drawings thereof, shall be sent to department immediately after such order is placed by the successful Bidder.

VII. The purchaser reserves the right of selecting the make/model of equipment, wherever necessary and the supplier shall agree to supply equipment of particular make/model without any cost implication to purchaser.

VIII. Any loss of plant and equipment after receipt at site due to imprudence, negligence and unsuitable treatment and handling on part of the contractor shall have to be replaced by the contractor at his cost.

IX. Any existing services or other property if damaged or demolished during the course of execution either wilfully or negligently, shall be re-done/ re-erected by the bidder at his own cost.

X. The bidder shall take all precaution against damages due to rains or other natural causes and no liability shall lie with the purchaser for any loss on this account.

XI. The approval of drawings and/or inspection by Department and/ or their authorized representative shall not absolve or relieve the bidder from any of his obligation under this contract and they shall be wholly and solely responsible for the satisfactory

Page 33: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

32 | P a g e

operation and guaranteed performance of the systems and equipment forming part of the system.

XII. This specification is issued for procurement from indigenous sources only. However, no foreign exchange or import license for importing equipment, components, raw materials or spares will be arranged for or provided by the purchaser. In case the equipment offered involves expenditure in foreign exchange, same shall be arranged and borne by the Bidder.

XIII. Any equipment / material which in any way fails to meet the requirements of the specification will be rejected by the purchaser and such equipment / material shall not be used under the contract. The successful Bidder will be required to promptly furnish new material at his cost without hampering the overall schedule of commissioning of the project.

XIV. Any changes or difficulties which might be encountered during the execution of work or any other problems due to local conditions which are not anticipated / included in the tender document shall fall under full obligations of the successful Bidder. No claim on account of the same and for any ambiguity in any respect will be entertained after placement of order by Purchaser.

XV. The equipment covered in this specification shall conform to the technical specification, general requirements and relevant latest standards / codes in respect of dimensions, size, material, manufacture, inspection, testing, painting, packaging, etc. as applicable.

XVI. All material, dimensional standards, tolerances, process of manufacture and testing procedures shall be in accordance with the latest revision of the standard codes specified in this Tendering Specification. In case where such suitable standards are not mentioned, any acceptable Indian/International Standards shall be adopted with prior approval of purchaser.

XVII. All equipment supplied shall allow access to facilitate connecting up, inspection, maintenance and repair and shall operate satisfactorily under such variations of load, pressure and climatic conditions as may occur during working.

XVIII. All documents, instructions, name plates etc. shall be written in English language. All weights, dimensions and units shall be in metric system.

XIX. The Bidder shall be responsible for completeness of supplies, work and services to make the system complete and proper operation. Any equipment and material not specifically mentioned in this tendering specification, but required for safe, smooth and efficient operation and guaranteed performance of the Fire Protection system shall be deemed to be included under the scope of work of the Bidder. No claim shall be entertained on this account after placement of Order.

XX. Purchaser reserves the right to reject all or any of the offer fully or partly without assigning any reasons, whatsoever.

XXI. The Bidder shall quote for earliest delivery of the equipment / supplies as well as earliest completion of the entire work.

XXII. The Bidder shall submit the Quality Assurance Plan containing the overall quality management and procedures which he proposes to follow for performing the work during various phases of execution.

XXIII. At the time of award of contract, the detailed Quality Assurance Plan to be followed for execution of the contract will be mutually discussed and agreed to.

XXIV. The sub-contracts for part works can be given for successful completion of project with consensus of purchaser. The total sub-contract of the project is not allowed.

XXV. Materials used and equipment supplied shall be new and the best of their kind and shall comply with the latest revisions of all relevant standards. Manufacturer's certificates shall be furnished by the successful Bidder for the material used.

XXVI. As a minimum requirement, the contractor shall identify a resident engineer / site supervisor to coordinate with department and ensure the quality job completion in specified time.

Page 34: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

33 | P a g e

XXVII. Analogue Addressable Fire Detection and Alarm System shall be erected, tested and commissioned as per the standards laid down in this specification. Detailed instructions on such aspects as are not indicated herein shall be as per the latest Indian standards.

XXVIII. Bidder shall clearly indicate the deviations taken from the Tender documents/specifications separately in his offer.

16 TERMS & CONDITIONS TO BIDDER - Compliance statement to the technical specification given is to be duly signed & stamped and submitted as a part of acceptance. - Detailed QAP shall be submitted by the party after placement of order. Quality Assurance Plan mutually agreed by successful bidder and purchaser shall be complied. Party shall confirm the broad guidelines mentioned in the technical specification document. - Deviations, if any, w.r.t technical and commercial terms & conditions shall be clearly brought out and deviation list to be added. If deviations are not listed separately, it will be presumed that the bidder is adhering to all the technical specifications and commercial terms & conditions given in this document. - Transportation & Transit Insurance are fully in the scope of supplier and the same shall be borne by the party.

17 SPECIFIC REQUIREMENTS The delivery and erection of all equipment shall be so scheduled that it shall be possible to commission within due date from the date of award of PO in order to match with the overall commissioning schedule of Project. The delivery date shall be quoted from the date of issue of PO taking into account the time for approval of technical data sheet and specification of bought out items by the Purchaser. The successful Bidder shall guarantee the material delivery and commissioning dates. Progress report shall be submitted by the successful Bidder at regular intervals on a format prescribed by the purchaser giving the status of approval of drawings, ordering position of equipment and other materials ordered, manufactured, fabricated, delivered and erected. After placement of purchase order, the following documents shall be submitted for approval. a) PERT flowchart indicates schedule of work, technical data sheets/Specification of

bought out items b) Installation drawings indicating Detectors, MCP, Hooter, Aspiration system

location, FACP location along with loop drawings and termination details inclusive of communication interface for centralized monitoring.

c) Quality assurance plan 18 UNIT RATES The Bidder shall quote item wise units and unit price and total units and total price of items and materials to be supplied and erected under this specification as per Price Bid format. The rates shall be valid until handing over the systems to purchaser and Bidder shall supply additional quantities, if required for the completion and successful commissioning of the systems on the same rates as quoted. Items not featuring in the BOQ but required for completion of the systems shall be borne by Bidder and shall be deemed to be included in the bidder’s offer. No extra claim for such items shall be entertained after placement of order 19 SAFETY a. All equipment shall be complete with approved safety devices wherever a potential

hazard exists and with provision for safe access of personnel to and around equipment for operational and maintenance functions. The design shall include

Page 35: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

34 | P a g e

not only those usually furnished with elements of machinery but also the additional covers, stairways, ladders, steel structural platforms for operator's control panels handrails, partitions etc. which are necessary for safe operation of the plant.

b. All danger and caution notice boards shall be both in English, Hindi and local languages.

c. When the work is carried out at night with prior approval of purchaser or in the obscure day light, adequate arrangements for flood lighting in the working area shall be made by Bidder at his own cost and got approved by the Purchaser.

d. The safety posters/regulation for prevention of accidents shall be displayed by the Bidder at appropriate places. Notices and warning signs shall be displayed for all sources of dangers.

e. All electrical drives and equipment must be equipped with safety devices. The safety provisions shall conform to the recognized standards, safety codes and statutory regulations.

f. All safety measures as required to be adopted as per the statutory regulations and the safety rules of the plant shall be strictly followed by the Bidder during the execution of the Contract.

g. Adequate number of first aid boxes as defined in the State Factories Rules shall be provided and maintained at work sites.

h. The vendor shall ensure that the item supplied by them are absolutely safe for use in the stipulated work environment & confirm to applicable safety norms and standards.

i. One safety supervisor shall be posted during the erection activities at site. They shall hold the entire responsibility for the events/activities carried out at site.

20) GENERAL CONDITIONS a) Sriharikota is an island and situated around 100 kms north of Chennai and the

work spot (Second Launch Pad) is located at about 10 kms from main entrance gate. Conveyance for Contractor personnel from and to work spot has to be arranged by the contractor.

b) The contractor shall not employ persons below 18 years of age and no female labour shall be employed in dark hours. The contractor shall pay to each person, wages not less than minimum wages specified as per the labour laws.

c) Conveyance for contractor personnel from and to work spot has to be arranged by the contractor.

d) Department shall decide the hours of work on the site and the contractor shall adhere to it. Department reserves the right to extend working hours beyond office hours including holidays based upon the progress of work to meet the work schedule/target.

e) Contractor shall take enough care to ensure to progress the work without any material and personnel damage. It is the sole responsibility of contractor to ensure all safety norms to his personnel during transportation between work spot and Department/Contractor stores, and work in prefabrication area, in storage shed and in yard. Department will not hold responsibility to any mishap to the contractor personnel.

f) Department’s permission shall be obtained by contractor for establishing shed/ office if any, with an under taking for construction of shed with non- flammable material and for demolition of the same after completion of work.

g) Department will provide electricity required for the job, free of cost. However, all machinery required for above work like welding, grinding, drilling, cutting, etc., has to be arranged by contractor along with necessary Junction boxes, fuses, cables, hoses, etc.,

Page 36: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

35 | P a g e

h) The contractor shall take prior approval from the Department for awarding sub-contract for partial works in the contract and the payment for the sub-contractor shall be the responsibility of the contractor.

i) The Department reserves the right to pay the sub-contractor directly from the running bills in case if the contractor fails to pay his sub-contractor in the interest of completion of work.

j) Contractor has to give an undertaking that they will comply with prevailing safety norms at site put forth by Department. Safety officer shall have full access to contractor’s storage shed / Office at any time for inspection.

k) The quantity arrived is indicative only. The party shall give undertaking to hold the same quoted unit prices for the additional quantities of 10% of order quantities if site requirement calls for.

l) Period of contract: - Five (05) months from the date of clearance from department.

TIME LINE SCHEDULE

- The overall timeline for realization of systems as per defined scope shall be taken

as 5 months from the date of release of purchase order. Split up of the overall

schedule for supply and erection is as follows:

Sl. No.

Description of activity Time line

1 Release of purchase order T0

2

Submission of Installation drawing and Analogue Addressable Fire Detection and Alarm System for OMPF Facility design details, Bill Of Quantity (BOQ) and data sheets and catalogues.

T0 + 2 Weeks

3 Drawing clearance by department T0 + 3 Weeks

4 Supply of Analogue Addressable Fire Detection and Alarm System at OMPF Facility at SDSC SHAR T0+ 7 Weeks

5 Installation, testing and commissioning Analogue Addressable Fire Detection and Alarm System at OMPF Facility.

T0+ 3 Months

6 Commissioning of Analogue Addressable Fire Detection and Alarm System at OMPF Facility.

Confirmation of Site Clearance by department

(Tentatively Month) + 1 Month

m) Progress review meetings once in a week will be conducted for monitoring the status of works and the contractor’s site representative need to attend with all relevant inputs.

n) As all works are inter-related, splitting of order is not possible. Hence, bidder shall quote for all items of this tender without which offer will not be considered.

o) Purchaser reserves right to cancel the order at any stage if the performance of the contactor is not satisfactory and the contractor is not following stipulated Safety/security norms.

p) Contractor supervisor (Max. two) may be provided with hostel accommodation on chargeable basis depending on availability. Contractor has to arrange accommodation for their employees outside the island.

q) The contractor shall clearly indicate deviations if any from indent specifications in the offer; otherwise, to accept all the terms and conditions put by the department.

Page 37: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

36 | P a g e

r) Item wise quantity format is only for indicative quantities of various items to be executed. Payment will be made by department for the actual quantity executed on Pro-Rata basis.

s) Contractor shall store the procured items properly and in the event of any damage / loss to those items, the contractor shall replace the same at no cost or the cost of the material damaged shall be recovered from the running bills.

t) Contractor shall get approval from Department for the specifications of structural material in his scope of supply before placing orders for the same. Rolled MS structural material is not acceptable.

u) Contractor should mobilize all work force, machinery required within one month from date of P.O. Site clearance for commencement of work will be given within one month from the date of P.O

21) TRANSPORTATION & MATERIAL HANDLING The contractor shall ensure:

a. Own Transport vehicles required for movement of contract personnel from /to work site and Gate I / Sullurupeta, including internal movement within site.

b. Relevant derricks, hoists and fixtures for leading and positioning equipment’s on designated foundations including alignment tools.

c. Department may provide material handling support on chargeable basis subject to availability.

22) EVALUATION OF MACHINERY AND MANPOWER AND CONSUMABLES Machinery and manpower shall be subjected to technical evaluation by the Department Engineer to ascertain their complete suitability / performance for the jobs described above. Based on this evaluation clearance shall be given for taking up the actual job. Work shall be treated as commenced only when the actual work is done and as per various technical conditions detailed in this contract. 23. MEDICAL ASSISTANCE While executing this service contract work, if any of the workers engaged by contract agency is injured, contract agency has to take care of medical treatment. 24. BIDDER MINIMUM QUALIFICATION CRITERIA The following are the minimum essential criteria to further validate/accept the bid. Vendor is requested to provide all the necessary supporting documents. If any deviation/non-compliances/lack of supporting document(s) bid shall be summarily rejected.

Sl. No

Description Vendor Compliance with Supporting

Documents

1

The Bidder should be a Company/Society/Firm registered in India since last 5 (five) years or more. Company Profile along with documentary evidence of services offered and all relevant enclosures to be submitted.

2

Party should have executed a contract involving Design, Supply, Installation, Testing and Commissioning of Analogue Addressable Fire Detection and Alarm System for a value not less than Rs. 37 lakhs (in the last five years) as a single order (or) at least two orders of worth Rs. 28 Lakhs each (or) atleast three orders of worth Rs.19 lakhs each.

Page 38: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

37 | P a g e

Sl. No

Description Vendor Compliance with Supporting

Documents

3

The bidder should have an annual turnover of Rs. 100 lakhs on an average in 3 years (Financial year FY 2017-18 & FY 2018-19 & FY 2019-20) in the Design, Supply, Installation, Testing and Commissioning of Analogue Addressable Fire Detection and Alarm System and should have executed similar works between 01-04-2017 and 31-03-2020.

4

Purchase Order (PO) and Satisfactory Work completion certificate by the end user for the previous executed orders shall be submitted without which offer will not be considered.

5

Audited balance sheet & Profit & Loss A/c is to be submitted (or) Copy of the IT return filed / audited last 3 years financial statements for Financial year FY 2017-18 & FY 2018-19 & FY 2019-20.

6

Vendor must undertake Design, Supply, Installation, Testing and Commissioning of Analogue Addressable Fire Detection and Alarm System as per the specifications and requirements indicated in the Tender Specifications.

7

Latest solvency certificate from any Nationalized/Scheduled bank shall be submitted for a value of minimum Rs.19 lakhs. The solvency certificate must have been issued after April 2021.

8 Technical compliance to the specifications shall be vetted by the bidder.

9

The firm must provide a self-declaration that there is no complaint/vigilance inquiry against them in any Govt. /Department /PSU and they have not been black listed by any Govt. Department/PSU.

Note:

- Technical proposal of the bidder, which is not able to substantiate/satisfy the claims made by it with respect to the technical requirements laid down in this Tender Specifications, will be summarily rejected.

- Offers of those bidders taking full scope of the work Design, Supply, Installation, Testing and Commissioning of Analogue Addressable Fire Detection and Alarm System as per the requirements indicated in the Tender Specifications only will be considered.

Signature of Authorized Person with Seal

Page 39: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

38 | P a g e

25. EVALUATION CRITERIA The broad guidelines for evaluation of Bids will be as follows:

Sl No.

Description Vendor Compliance

1

In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Department with reference to the technical specifications as mentioned in the Tender Specifications. The compliance of Technical Bids would be determined on the basis of the parameters specified in the Tender Specifications. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation.

2 During evaluation, SDSC SHAR may request Bidder for any clarification on the bid, additional documents.

3

Bidder must provide the point-by-point compliance to the technical specifications along with deviations. The tender can be rejected if the deviations are not acceptable to the Department.

4

Performance of Bidder on similar nature of works executed/ under execution shall be taken into consideration before selecting the Bidder for opening his price bid.

5 The time schedule for completion is given in the Proposal document. Bidder is required to confirm the completion period unconditionally.

6

SDSC SHAR reserves the right to reject any bid if technically/commercially not meeting the requirement/terms & conditions. Such decisions by the SDSC SHAR shall bear no liability whatsoever consequent upon such decision.

7 Total price inclusive of all taxes, duties, shall be considered for arriving L1 (Overall Lowest) and awarding the contract as per the procedures.

8

If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price.

9 As all the items within Tender Specifications are inter dependent, splitting of the order/WORK is not possible. Hence Overall lowest bidder will be considered

10

Department reserves the right to inspect the contractor shop floor/premises for evaluation, if required. After evaluating the contractor, decision of the Department is final.

Signature of Authorized Person with Seal

Page 40: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

39 | P a g e

SECTION - B

TECHNICAL SPECIFICATION

FOR

ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM

SYSTEM FOR OMPF FACILITY

Page 41: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

40 | P a g e

CHAPTER-I

TECHNICAL SPECIFICATION FOR ANALOGUE ADDRESSABLE FIRE DETECTION

AND ALARM SYSTEM FOR OMPF FACILITY

1.0 SCOPE OF WORK:

The scope of work includes design, supply, installation, testing and commissioning of Analogue Addressable Fire Detection and Alarm System for OMPF Facility at Second Launch Pad, SDSC SHAR as per the given specifications and the details given in the following table.

The system design shall be as per IS 2189 / NFPA 2001-2015 and all items shall be UL/VDS/FM/LPCB listed.

S.No

DESCRIPTION SIZE (m)

AREA

(m2)

PROPOSED DESIGN

SD RI HD DD MCP H

FC AFC BFF

Main Building GF

1 AHU Room 6.1 x 5.4 33 2 - - - - 4 - -

2 BA Supply Room 5.1 x 5 25.5 1 - - - 1 - - -

3 Consumables Room 12.4 x 10.2 126.5 5 3 - 3 - - - -

4 Oxidizer stabilization Room 10.5 x 15.4 161.7 12 - - - - - 1 -

5 AHU Room 10.5 x 6 63 2 - - - - 4 - -

6 Fuel Stabilization Room 9.9 x 9.4 93 9 - - - - - 1 1

7 Fitting Room 8.2 x 8.4 68.8 - - - - - - - -

8 Tool Crib 11.1 x 8.5 94.3 2 2 - 2 - - - -

9 Air shower & Air Lock 5.6 x 10, 4.1 x 10.4

98.6 2 2 - 2 - - - -

10 Checkout Room 8.1 x 10.3 83.4 4 2 1 3 - - - -

11 Service Module Bay 19.5 x 25.3 493.4 Aspiration type FDA - - - 2 1

12 CISF Officer Room 3.6 x 3.7 13.6 - - - - - - - -

13 CISF Office 3.6 x 4.5 16.2 - - - - - - - -

14 Filling Console Room 6 x 10 60 2 1 1 2 - - 1 -

15 Lobby 10.3 x 11.5 118.4 3 2 - 2 - - 1 -

16 Utility Room 11.7 x 5.1 59.6 2 2 - 2 - - -

17 Crew Module Bay 20 x 30 600 Aspiration type FDA - - - 2 1

18 Crew Prep. Room 14.9 x 9.5 141.5 8 4 - 4 - - 1 -

19 Air Lock Room 3.6 x 10.5 37.8 2 1 - 1 - - - -

20 Air Shower Room 4.4 x 10.5 46.2 3 2 - 2 - - - -

21 Checkout Room 18.9 x 10.3 194.6 12 6 - 6 - - - -

22 Bonded Storage Room 8.5 x 8.3 70.5 2 2 - 2 - - - -

23 Electrical Panel Room 10.3 x 10.3 106 3 - 5 5 3 - - -

24 Air Lock & Air Shower 4 x 10.5, 6.2 x 10.5

107.1 4 2 - 2 - - - -

25 Air Lock Room (Bay) 20 x 40 800 Aspiration type FDA - - - 2 1

26 Corridor (East-West) 84.5 x 3.5 295.7 10 5 - 5 - - 1 1

Main Building FF

27 AHU Room 5.9 x 10.5 61.9 2 - - - - 4 - -

28 Meeting Room 11.1 x 10.5 116.5 4 2 - 2 - - - -

29 Pantry Room 6.2 x 5.4 33.4 - - - - 2 - 1 -

30 Viewing Gallery 17.9 x 10.9 195.1 6 4 - 4 - - - -

31 VVVF Drive Room 5.9 x 10.8 63.7 2 1 - 1 1 - - -

32 AHU Room 11.3 x 5.1 57.6 2 2 - 2 - 4 - -

33 Viewing Gallery 31.3 x 10 313 8 5 - 5 - - 1 1

34 VVVF Drive Room 6.6 x 6.2 40.9 2 1 - 1 1 - - -

35 Store 4.1 x 8.5 34.8 1 1 - 1 - - - -

36 UPS & Battery Room 10.3 x 10.3 106 2 2 - 2 2 - - -

37 Corridor (East – West) 3.5 x 77.9 272.6 10 5 - 5 - - 1 1

Page 42: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

41 | P a g e

Main Building SF

38 AHU (UDI) 20.5 x 30.6 627.3 12 - - - - 2 - -

39 Lift M/C Room 3 x 3.5 10.5 1 - - - 1 - - -

Annex. Bldg. GF

40 Engineer’s Room 6.2 x 8 49.6 2 1 - 1 - - - -

41 Safety Console 6 x 8 48 2 1 - 1 - - - -

42 Waiting Room 8 x 5.8 46.4 - - - - - - - -

43 Technician Room 8 x 8 64 - - - - - - - -

44 In-Charge Room 6.2 x 8 49.6 - - - - - - - -

45 Discussion Room 8 x 12.2 97.6 2 1 - 1 - - - -

46 Corridor 3 x 19.4 58.2 2 1 - 1 - - 1 1

47 Lobby 3 x 31.5 94.5 4 3 - 3 - - - -

Annex. Bldg. FF

48 Project Office 6.3 x 8.1 51.0 2 1 - 1 - - - -

49 Office Area 6.5 x 8.1 52.6 2 1 - 1 - - - -

50 HSFC Room 6.3 x 8.1 51.0 2 1 - 1 - - - -

51 Corridor 3 x 19.4 58.2 3 2 - 2 - - 1 1

52 ASMG Room 8 x 6 48 2 1 - 1 - - - -

53 EID Room 8 x 6 48 2 1 - 1 - - - -

54 LPSC-B Room 8 x 5.8 46.4 2 1 - 1 - - - -

55 MID Room 8 x 5.8 46.4 2 1 - 1 - - - -

56 URSC Room 8 x 8 64 2 1 - 1 - - - -

A/C Plant

57 DDC Room 5.8 x 4.1 23.7 2 1 - 1 - - 1 1

58 Tool Crib 4 x 4 16 1 - - - - - - -

59 Pump Room 8 x 6.7 53.6 2 1 - 1 1 - - -

Total 182 78 7 85 14 10 18 10

MCP - MANUAL CALL POINT, SD - SMOKE DETECTOR, HD - HEAT DETECTOR, DD - DUCT DETECTOR, RI - RESPONSE INDICATOR,

FI - FAULT ISOLATOR, AFC - ABOVE FALSE CEILING, FC - FALSE CEILING, BFF - BELOW FALSE FLOORING, MCP – MANUAL CALL

POINT, H – HOOTER

2.0 DETAILED SCOPE OF WORK:

a. Design, supply, installation, testing and commissioning and handing over to client at site of Fire Detection and Alarm System with aspiration system, and Analogue

addressable detection systems for Orbiter Module Preparation Facility (OMPF) of

Indian Space Research Organization (ISRO) (Purchaser) as per the Technical

specifications.

b. Supply and laying of cabling necessary for installation of the system as indicated in the specification. Any openings/closing in the wall/ceiling required for the installation

shall be made good in appropriate manner.

c. The minimum loop length with all devices in the facility to be restricted to the 1.0 to 1.2 km and each loop shall be provided with fault isolator at the beginning, end and

one number for every 10 devices in the loop.

d. Necessary interfaces / Network cards / RS485 etc are to be provided in the FDA panel for centralized monitoring using the existing software available with the department.

e. Interfacing of the Analogue addressable fire alarm panel of OMPF with Common Control Centre shall be connected through LAN by which the status of panel shall be

monitored for alarm / trouble status at the control room.

f. Necessary Equipment required for testing of the FDA system like Smoke generator kit, Hot air blowers etc and items required for maintenance.

Page 43: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

42 | P a g e

g. Department realized and being used a centralized remote monitoring SCADA based software for FDA alarms, troubles, diagnostics and health status of existing FDA

systems.

h. FDA panel supplied as part of this tender document shall have Modbus communication feature / open protocol to interface similar data of FDA systems to the

above centralized monitoring software and necessary software key if any to be

submitted by the supplier.

i. Party shall provide necessary information of Modbus configuration data for communication drivers and holding registers for interfacing with the existing software.

j. Suitable licensing software if any required for configuring of FDA panel, devices, loop cards, event logging etc using PC / Laptop shall be provided.

k. Necessary Portable Control Station for Fire detection and alarm control panel (FACP) consisting of Minimum configuration of suitable 15.6-inch display, Latest core i7

Processor, Sixteen GB RAM, One TB HDD, Windows ten Operating system, graphic

card with compatible Network cards/ports, Ethernet ports & USB Ports with latest

configuration for monitoring and configuring the FACP to be provided along with

FACP.

3. 0 BRIEF SPECIFICATIONS

A. FDA system

i. The supply & installation of the entire FDA system shall conform to IS 2189 / BS 5839 / NFPA 71 & 72 / TAC norms. All equipment and systems shall be

tested and approved by LPCB/UL/FM/relevant IS/EN Standard.

ii. Shall have solid state, microprocessor based, modular construction, with control panel, addressable analogue control unit for addressing individual

detectors, switching systems (for disconnecting AHU & power supply)

connected to it and related accessories (loop sounders, MCP, FI, I/O modules,

etc.,)

iii. Shall be able to achieve pinpoint location of alarm indication.

iv. Shall have provision for setting alarm levels of individual detectors (for dust compensation).

v. Shall have provision for self-diagnostic check testing of system. System should function while undergoing self-check of a particular portion (Zone) of the

system.

vi. Shall have trend monitoring of individual FDA sensors sensitivity values and provision to be available to extend the FDA sensors sensitivity values to

centralized monitoring system remotely.

vii. Should annunciate alarms due to fault / open / short circuit along with fault isolation of segments of the system.

viii. Should discriminate between fire/false alarm conditions with logging of memory (either in-built or external printer) able to clearly identify the unit

address and time.

Page 44: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

43 | P a g e

ix. Short / open circuit shall also be reported at the Fire Alarm Control Panel (FACP) in such cases, the system through the use of fault isolators shall be able

to isolate that segment between the two fault isolators. The missing detectors /

devices shall also be reported at the FACP with identification of the location.

x. FACP shall have its own battery backup for minimum of 48 hours in normal run and then half an hour in alarm condition. The backup time calculation

shall be done as per relevant standards. The battery shall be rechargeable

maintenance free type, housed inside the FACP.

xi. Should have provision to trip A/C Air handling unit.

xii. Should have provision for triggering the gas suppression system.

xiii. Shall withstand wide ambient temperature & humidity variation.

xiv. Shall have provision to be interfaced with Public address system & auto dialling facility.

xv. Shall have networking capability through LAN and necessary RS485 control cards, network cards etc for connecting FDA panel at a common control room.

xvi. The Fire Alarm Control Panel shall include a full-featured operator interface control for the field programming and control of the fire alarm system. All

programming or editing of the existing program in the system shall be achieved

without special equipment and without interrupting the alarm monitoring

functions of the fire alarm control panel. The FACP shall have the ability to

download all network applications and firmware from the configuration

computer from a single location on the system.

xvii. Addresses of each FDA sensor, hooter, manual call point etc., shall be legibly marked near respective sensors.

xviii. To assess the quantum of work, the tenderer may visit the site with prior intimation to purchase officer and their premises.

xix. Manufacturing year of FDA panel and sensors should be of 2021 or latest and sensors in the FDA system are compatible for the FDA panel at least minimum

10 years from the date of installation.

B. Aspirating Type Smoke Detection System

i. The scope of the work includes Design, supply of materials, installation, testing and commissioning of Aspirating Smoke Detection System conform to BS 5839/NFPA 71&72/TAC norms for the areas of OMPF detailed in Annexure 1. The system shall include all equipment’s, appliances, interfaces required for install the system and programming the same, complete with highly sensitive LASER-based Smoke Detectors with aspirators connected to network of sampling pipes.

ii. Make of the system: VESDA / System Sensor / Compatible with FACP.

iii. Equipment shall be tested, approved, and/or listed by LPCB (Loss Prevention Certification Board) / UK / FM (Factory Manual), US / UL (underwriters Laboratory Inc), / ULC (Underwriters Laboratories Canada), Canada, and Vds (Verband der sachversicherer e.V) Germany.

iv. System shall provide very early smoke detection and provide multiple output levels corresponding to Fault, Pre-Alarm, and Fire. These levels shall be

Page 45: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

44 | P a g e

programmable and shall be able to set sensitivities ranging from 0.005 – 20% obscuration / meter or more.

v. System shall report any fault on the unit by using configurable fault output relays.

vi. System shall consist of an air sampling pipe network to transport air to the detection system, supported by design calculations from a computer –based designing module.

vii. System should include online data transfer and configuration equipment (LAPTOP) and other accessories / interfaces (cards/cables) for programming and managing the network of detectors.

viii. System shall have provision in the aspirating smoke detectors to trip AHU and to shut fire dampers in the event of fire through the relay contacts.

ix. The detector shall have four independent field programmable smoke alarm thresholds across its sensitivity range with adjustable time delays for each threshold between 0 - 60 seconds.

x. System shall monitor for filter contamination.

xi. Sampling pipe shall be smooth bore with an internal diameter between 15-25 mm. Normally, pipe with an outside diameter of 25mm and internal diameter of 21mm should be used.

xii. The pipe material should be of CPVC / SS as aspirating pipes and fittings suitable for the environment in which it is installed, preferably VESDA / System Sensor make or should be the material as suggested by the manufacturer code. Wherever false ceiling is available, the sampling pipe shall be installed above the ceiling, and capillary sampling points shall be installed in the ceiling and connected by means of a capillary tube.

xiii. All pipes should be supported at not less than 1.5 m Spacing.

xiv. Air Sampling Piping network shall be laid as per the approved pipe layout. Pipe work calculations shall be submitted with the proposed pipe layout design for approval.

xv. System shall be interlinked with addressable fire alarm system using addressable output module.

xvi. Spacing between the sampling nozzle / port shall be kept 5 m as minimum.

4.0 DETAILED TECHNICAL SPECIFICATIONS

A. FDA PANEL (FIRE ALARM CONTROL PANEL)

1). Make: : Morley / Edwards / Ravel / Siemens / Equivalent

make meeting our specifications & subject to

approval of Department

2). Type : Addressable, Analogue (AA), Microprocessor based,

suitable for AA detectors, AA Manual call points,

AA hooters etc., with High resolution LCD display,

with built-in system health verification checks,

with capability for intelligence, fault isolation,

sensor self – test, Alarm delay function, in suitable

IP rating (To be specified by tenderer).

3). No. of loops : Five loop panel

4). No. of zones : 20 minimum

Page 46: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

45 | P a g e

5). Display : LCD Display for all events, 40 character on each

line.

6).

7).

Input power

Rating

Output

:

:

a. 230 V AC ,50Hz, Main / UPS Source b. 24 V built in Zero Maintenance batteries

suitable for minimum 48 hour’s battery

backup in transit condition.

NO/NC Potential free contacts for remote display &

alarm annunciation (loop wire) and for AHU

tripping.

8). Minimum

Addressable

capability

: 99 addressable devices per loop.

9). Approvals / Listing : UL/EN54/FM (including components like power

supply cards etc.,)

Note: System should be hooked to the Safety Control room through LAN to

the existing SCADA based remote FDA Monitoring of FDA panel. The FACP

panel should have relevant RS ports (485/232) / Ethernet ports along with

necessary interface cords to connect through existing LAN Facility.

B. ADDRESSABLE / INTELLIGENT DETECTORS

1. Make: : Morley / Edwards / Ravel / Siemens / Compatible

with FACP

2. Type : Addressable, Analogue / Intelligent, Detectors

along with mounting base modular construction

with capability for intelligence, remote / local test,

status & alarm display functions programmable

from panel / hand held device, with possibility to

connect loop powered base sounders, with dust

compensation feature.

3. Type of Detector: : Multi (Thermal/Photo-Electric), Photoelectric, Heat

and its advanced type like laser, etc.,

4. Status indication : Blinking LED

5. Alarm indication : Twin LED

6. Sensor Operating

Range

: -100 C to 500 C,20-95% RH

7. Input Voltage : 17 to 31 V DC, two wire supply

8. Power

consumption

:

a) Stand by : 350 ∝ A ( Low power mode 120 ∝ A) b) Alarm : 450 ∝ A (Max) To be specified by tender 9. Listing /Approval : UL /LPCB/FM #

Note: Trend monitoring of individual sensor sensitivity values to be displayed

in the FDA panel and provisions to be made to extend the same to

centralized remote FDA monitoring system.

C. AA MANUAL CALL POINT

1). Make : Compatible to FACP recommended by

manufacturer.

2). Type : Addressable, Resettable, with LED

indication, weather proof in case of

Page 47: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

46 | P a g e

outdoor application.

3). Operating voltage : 14 to 22 V DC

4). Max. Power consumption

a). Normal

b). Alarm

:

:

To be specified by the tenderer.

To be specified by the tenderer.

D. HOOTER/ SOUNDER

1). Make : Compatible to FACP recommended by

manufacturer.

2). Type: : Analog addressable, variable frequency.

3). Operating voltage : 17 to 31 V DC

4). Max. Power consumption : To be powered from the 2-wire detector

loop itself and no separate power supply

or additional cable should be used.

a. Alarm : To be specified by the tenderer, as min as

possible

b. Stand by : To be specified by the tenderer, as min as

possible.

5). Approvals: UL/FM/LPCB

6). Sound output : Minimum 85 dB at 1m distance.

E. AA FAULT ISOLATOR MODULE

1). Make : Compatible to FACP recommended by

manufacturer.

2). Type : Addressable

3). Operating voltage : 17 to 31 V DC

4). Features : 1. With minimum short circuit time of 50 µ sec.

2. LED Display when in isolation mode. 5). Relay cards, I/O Module

devices and related

accessories (Switching

units, etc)

: Yes

F. RESPONSE INDICATOR

1). Type : Standard type

2). Operating voltage : 17 to 31V DC

3). Features : LED display when in isolation mode or

alarm mode.

G. INTERCONNECTING CABLE

1). Make : KEI/Uniflex/Delton/Paramount/Teleflex.

2). Type : FRLS, twisted pair, Shielded, armoured

cable.

3). Size : 2x 1.5 Sq.mm

FRLS Test certificate to be provided

H HOOTER

1). Make : Compatible to FACP recommended by

manufacturer.

2). Operating voltage : 24 v

3). Sound output : Minimum 65 dB with range of 100-120 m

Page 48: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

47 | P a g e

4). Location : Shall be provided outside the building

with proper weather shield.

I. DUCT DETECTOR HOUSING

The duct housing assemblies shall mount an analogue / addressable detector. The

housing shall also protect the measuring chamber from damage and insects. The

housing shall utilize an air exhaust tube and an air sampling inlet tube that extends

into the duct air stream up to ten feet. Drilling templates and gaskets to facilitate

locating and mounting the housing shall also be provided. The housing shall be with

smooth finished structure / cabinet. Remote alarm LED indicators and remote test

stations shall be provided. Duct Detector shall be provided with Relay modules to trip

A/C Air Handling Units in case of fire/ smoke detection by system.

The Detector shall have UL / FM / LPCB approval.

J. ASPIRATING TYPE SMOKE DETECTOR 1. Make : VESDA / System Sensor / Compatible

with FACP

2. Type : VESDA / System Sensor / Compatible to

FACP Aspirating type smoke detection

system, sensitivities ranging from 0.005

– 20% obscuration / meter or more

3. Sampling Pipe : CPVC / SS pipe with required fittings

and necessary anchoring on the wall.

4. Sampling port / Nozzle : As specified by the manufacturer

5. Approvals : LPCB / FM / UL / ULC / Vds

6. Output : Alarm signal shall be interfaced with

addressable output module the

Addressable fire alarm control panel

provided in the facility.

7. In put power rating : a. 230 V AC ,50Hz, Main / UPS Source b. 24 V built in Zero Maintenance

batteries suitable for minimum 48

hours battery backup in transit

condition.

# Proof for valid approval /listing (listing No., validity etc.) of detectors and

accessories including control panel shall be submitted along with offer.

5.0 APPROVED MAKES FOR SCHEDULE OF ANALOGUE ADDRESSABLE FIRE

DETECTION AND ALARM SYSTEM ELEMENTS

Sl. No Description Approved Make

1. Fire Alarm Control Panel (FACP) Morley / Edwards / Ravel / Siemens /

Equivalent make meeting our specifications

& subject to approval of Department

2 Detectors, Manual Call Point,

Fault Isolators, Hooters

Morley / Edwards / Ravel / Siemens /

Make compatible with FACP

3. Cables KEI/ Uniflex / Delton / Paramount /

Teleflex

Page 49: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

48 | P a g e

4. Aspirating type smoke detectors

with all accessories

VESDA / System Sensor / Compatible with

FACP

6.0 SCHEDULE OF ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM

SYSTEM FOR OMPF FACILITY

Sl. No.

Description Qty.

Unit of Measure

Lots/Nos./ Sets

SCHEDULE OF ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM FOR OMPF FACILITY AS PER FOLLOWING DETAILS. (REFER SECTION-B, CHAPTER-I FOR DETAILED SPECIFICATIONS)

1

Supply, installation & commissioning of Microprocessor based analogue addressable type Fire Detection & Alarm (FDA) panel for OMPF Networkable fire alarm control panel with Five Loops, with necessary Network Card, LCD display, access levels and event historical logging. FDA panel shall support Ethernet based communication with existing PLC SCADA System using MODBUS TCP/IP or similar open protocol. System shall have necessary provision for hooking it to the main control room through LAN.

1 No.

2 Supply, installation & commissioning of Aspirating type FDA system 3 Nos.

3 Supply, installation & commissioning of Analogue addressable Photoelectric smoke/Multicriteria Detector with mounting base compatible/approved by Fire Alarm Control Panel (FACP)

267 Nos.

4 Supply, installation & commissioning of Analogue addressable heat detectors with mounting base compatible/approved by FACP

14 Nos.

5 Supply, installation & commissioning of Analogue addressable duct detectors with mounting base along with Relay module for tripping AHU compatible/approved by FACP

18 Nos.

6 Supply, installation & commissioning of Addressable power looped sounder/Hooter compatible/approved by FACP

10 Nos.

7 Supply, installation & commissioning of Addressable Manual Call Point (MCP) compatible/approved by FACP

18 Nos.

8 Supply, installation & commissioning of Response Indicator compatible/approved by FACP

85 Nos.

9 Supply, installation & commissioning of Fault isolation module 40 Nos.

10 Supply & erection of Armored FRLS,1.5mm x 2 core, Twisted pair, shielded, Armored cable with Good cable management system

3500 Meters

11 Supply, installation & commissioning of portable monitoring control station for FACP

1 No.

Note: i. The quantity indicated above is approximate Qty. The actual quantity may vary +/- 10% after detailed engineering and based upon actual site conditions.

ii. In addition to the above main items any other items/ accessories which are required for completion of the work and commissioning of the system also in scope of supply.

Page 50: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

49 | P a g e

CHAPTER-II

LIST OF MAINTENANCE SPARES REQUIRED FOR TWO YEARS MAINTENANCE OF

ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM FOR OMPF

FACILITY – ONE LOT CONSISTS OF THE FOLLOWING ITEMS.

Sl. No. Description Qty.

Unit of Measure

Lots/Nos./ Sets

LIST OF MAINTENANCE SPARES FOR ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM FOR OMPF FACILITY

1 Supply of Analogue addressable Photoelectric smoke/Multicriteria Detector with mounting base compatible/approved by FACP

30 Nos.

2 Supply of Analogue addressable heat detectors with mounting base compatible/approved by FACP

4 Nos.

3 Supply of Analogue addressable duct detectors with mounting base along with Relay module for tripping AHU compatible/approved by FACP

2 Nos.

4 Supply of Addressable power looped sounder/Hooter compatible/approved by FACP

2 Nos.

5 Supply of Addressable Manual Call Point (MCP) compatible/approved by FACP

2 Nos.

6 Supply of Response Indicator compatible/approved by FACP 10 Nos.

7 Supply of RS485 network card for interconnecting the panels 1 No.

8 Supply of Fault isolation module 5 Nos.

Page 51: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

50 | P a g e

CHAPTER-III

SPECIFICATIONS FOR TWO YEARS NON-COMPREHENSIVE MAINTENANCE OF

ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM FOR OMPF

FACILITY

AMC Period: Two Years (Eight visits).

Scope of Work:

1. Servicing and undertaking preventive maintenance for a period of two years for the Analogue Addressable Fire Detection and Alarm System for OMPF Facility. Note: The necessary man power, tools, consumables like smoke generator for testing detectors, and test instruments etc. for maintenance of the system is in the scope of Contractor. 2. During the contract period eight quarterly visits shall be made. Each quarterly visit shall be completed within Two to three weeks time for all the premises OMPF Facility indicated in the Technical specifications. (Contractor shall depute the required personnel for the same). 3. During quarterly maintenance if any spare parts are required by service agency for replacement, the same will be provided by department. In case of non-availability with department, the same shall be supplied by the contractor for which payment will be made as per the ruling price list of contractor/supplier. Price list shall be provided for the spares at the time of such claims. 4. During the contract period false alarms/emergency calls should be attended immediately on receipt of information either from purchase section or from user group. 5. During every quarterly visit scope of work shall include but not limited to the following:

• Cleaning of all sensors with blower and Cleaning of filters, aspiration nozzles, interconnecting tubes for aspiration type smoke detection system and check for air flow / blockage etc. if any.

• Check the health of Local control panel. • Complete check-up of wiring, local control panel, Simulation checks of smoke / heat / duct detectors, response indicators, junction box of Analogue Addressable Fire Detection and Alarm System etc.

• All loop diagrams and legends shall be duly verified and ensured for each system in the OMPF facility included in this contract. If there is any observation, contractor should restore it.

• Simulation checks of safety interlocks of Analogue Addressable Fire Detection and Alarm System AHU tripping from local control panels.

• Functional checks of Main / Redundant UPS and DC regulated power supply change over circuit.

• End to end functional checks. • Testing/Simulation checks of alarms at facility Fire alarm panel and repeater panels if any.

Terms and Conditions:

1. Service charges quoted by the contractor inclusive of lodging and boarding. Accommodation may be provided by the department subject to availability on charge basis. Transportation to site and back shall be responsibility of contractor. In case contractor uses vehicles, valid driving license shall be available.

2. Service contractor should bring the necessary man power, tools, consumables like smoke generator for testing detectors, and test instruments etc. for maintenance of the system.

Page 52: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

51 | P a g e

3. For Simulation of FDA System smoke & Heat detectors necessary Smoke generators, Hot air blowers etc. and other items required for maintenance of the

FDA system are also in the scope of the supplier.

4. Party has to bring necessary support equipments/ instruments for end-to-end simulation/ testing of the system.

5. All service engineers/ technicians shall be qualified to handle the system. They shall have minimum 3 years experience in maintaining fire detection and alarm system systems.

6. A checklist for service, maintenance and trouble free performance of system shall be prepared and submitted for approval. The same shall be followed during maintenance.

7. Service engineers shall provide the list of spares required for the next visit. 8. Service engineer shall ensure satisfactory performance of system before leaving the

site. The maintenance shall be carried out without hindrance to on-going activities at various facilities.

9. Payment for each visit will be made on submission of certificate of completion of work, on pro rata basis duly certified by the department engineers.

10. Service calls sheets indicating maintenance done and the condition of the fire detection and alarm system duly signed by the service engineer shall be handover to the focal point after every visit.

11. In the event of damages to our property or personnel injury to our personnel due to negligence of your employees, the responsibility shall solely rest with contractor.

12. SDSC SHAR will not responsible for any injury to your personnel, damage to your property caused at site.

13. Contractor should ensure the availability of the department personnel while under taking maintenance.

14. Contractor has to adhere safety regulations enforced by safety officer of SDSC SHAR.

15. Note: Department will provide devices if any devices found faulty during AMC for replacement. If department not having the devices for replacement in stock, those devices shall be replaced by AMC contractor. Hence the AMC contractor shall give unit rates for all devices of all makes required for maintenance.

16. Down time compensation: Down time compensation will be levied @ 0.5% of each maintenance charge subject to a maximum of 5% of annual maintenance charges, in case the contractor fails to attend the service in due course. ie., 48 Hrs from the time of call from SDSC SHAR.

Page 53: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

52 | P a g e

SECTION – C

FORMATS TO BE FILLED BY THE SUPPLIER

Page 54: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

53 | P a g e

1.0 CHECKLIST TO BE FILLED BY THE CONTRACTOR FOR SPECIFICATIONS The contractor shall confirm the following points. With regard to agreement on the scope defined in the work contract specifications without which the order will not be considered.

Sl. No.

Description Confirmation

Yes / No

1 Design, supply, installation, testing and commissioning of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the specifications Section- A to Section-C – 1 Lot

2

Maintenance spares required for Two years maintenance of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the details given in enclosed specifications Section- A to Section-C – 1 Lot

3

Two years Non-Comprehensive Maintenance (Starting from 2nd year i.e. after completion of warranty) of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the enclosed specifications– 1 Lot

4 Schedule of Quantities (Table-1) – 1 Lot

Note: The Quantity arrived is indicative only. The party shall give undertaking to hold the same quoted unit prices for the additional ±10% of order quantities for each and every item based upon site conditions.

The contract will be awarded to overall lowest only. Since procurement, supply and work contracts are interlinked, splitting of order is not possible

If necessary, the Bidders, may visit the SDSC SHAR for understanding the system requirements and assessing the site conditions before submitting the bid.

The Bidders shall submit the bids in two parts viz,

i. Techno-commercial (non-priced) bid and ii. Price bid.

5 Scope of work is understood Sl.No.03 and accepted.

6 Detailed Scope of work is understood Sl.No.04 (Sl.No.4.1 to 4.4) and accepted.

7 General conditions, supplier’s obligations & functions Sl.No.05 (5.1 to 5.15) is understood and accepted.

8 General instruction to the contractor Sl.No.06 is understood and accepted.

9 Compliance to standards Sl.no.07 is understood and accepted.

10 Quality of materials and workmanship Sl.no.08 is understood and accepted.

11 Operation instruction and procedure Sl.no.09 is understood and

accepted.

12 Maintenance instructions and procedure Sl.no.10 is understood and accepted.

Page 55: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

54 | P a g e

Sl. No.

Description Confirmation

Yes / No

I. SECTION – A GENERAL TERMS AND CONDITIONS

1. Confirm terms and conditions for Bids are understood Sl.No. 1 and accepted.

2. Confirm all Details are furnished for Part-I techno – Commercial bid Sl.No.02 (Sl.No.2.1 & 2.2) (Ensure prices are not indicated in Part-I)

3 Confirm all Details are furnished for Part-II price bid Sl.No.03 (Ensure prices are not indicated in Part-I)

4 Confirm Proposal document Sl.No. 4 and ensure all points are followed.

5 Confirm there is no Ambiguity Sl.No. 5

6 Confirm bids are prepared as per Sl.No.06 (Sl. No 6.1 to 6.6)

7 Confirm Quality assurance plan is understood as per Sl.No.07

8 Confirm bid submission is understood as per Sl.No.08 and accepted.

9 Confirm bids evaluation is understood as per Sl.No.09 (Sl.No. 9.1 to 9.9) and accepted

10 Confirm Commercial terms are understood as per Sl.No.10 (Sl. No. 10.1 to 10.9) and accepted

11 Confirm Arbitration clause is understood and accepted, Sl.No.11

12 Confirm Secrecy clause is understood and accepted, Sl.No.12

13 Conform Compliance with security requirements clause is understood and accepted, Sl.No.13

14 Confirm Confidentiality and proprietary right protection clause is understood and accepted, Sl.No.14

15 Confirm instructions to the bidder are understood and accepted, Sl.No.15

16 Confirm terms and conditions to Bidder are understood and accepted, Sl.No.16

17 Confirm specific requirements are understood and accepted, Sl.No.17

18 Confirm unit rates clause is understood and accepted, Sl.No.18

19 Confirm Safety clause is understood and accepted, Sl.No.19

20 Confirm General conditions clause is understood and accepted. Sl.No.20

21 Confirm Transportation & Material Handling clause is understood and accepted, Sl.No.21

22 Confirm Evaluation of machinery, man power & consumables clause is accepted, Sl.No.22

23 Confirm Medical assistance clause is understood and accepted. Sl.No.23

24 Confirm Bidder minimum qualification criteria is understood and accepted. Sl.No.24

25 Confirm Evaluation criteria is understood and accepted. Sl.No.25

Page 56: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

55 | P a g e

Sl. No.

Description Confirmation

Yes / No

I

SECTION – B CHAPTER-I TECHNICAL SPECIFICATION FOR

ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM

FOR OMPF FACILITY

1 Confirm Scope of work is understood Sl.No.01 and accepted.

2 Confirm Detailed Scope of work is understood Sl.No.02 and accepted.

3 Confirm Brief Specifications are understood Sl.No.03 and accepted.

4

Confirm Detailed Technical Specifications of Supply items are understood Sl.No.01 and accepted.

A - FDA PANEL (FIRE ALARM CONTROL PANEL)

B - ADDRESSABLE / INTELLIGENT DETECTORS

C - AA MANUAL CALL POINT

D - HOOTER/ SOUNDER

E - AA FAULT ISOLATOR MODULE

F - RESPONSE INDICATOR

G - INTERCONNECTING CABLE

H - HOOTER

I - DUCT DETECTOR HOUSING

J - ASPIRATING TYPE SMOKE DETECTOR

5

Confirm Approved Makes for Schedule of Analogue Addressable Fire

Detection and Alarm System Elements are understood Sl.No.8 and

accepted.

Sl NO.

ITEM MAKE

1. Detectors, Manual Call

Point, Fault Isolators,

Hooters

Morley / Edwards / Ravel /

Siemens / Make compatible with

FACP

2. Fire Alarm Control Panel

(FACP)

Morley / Edwards / Ravel /

Siemens / Equivalent make

meeting our specifications &

subject to approval of Department

3. Cables KEI / Uniflex / Delton /

Paramount / Teleflex.

4.

Aspirating type smoke

detectors with all

accessories

VESDA / System Sensor / Make

compatible with FACP

Page 57: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

56 | P a g e

Sl. No.

Description Confirmation

Yes / No

6

SCHEDULE OF ANALOGUE ADDRESSABLE FIRE DETECTION AND

ALARM SYSTEM FOR OMPF FACILITY

II

SECTION – B CHAPTER-II

LIST OF MAINTENANCE SPARES REQUIRED FOR TWO YEARS

MAINTENANCE OF ANALOGUE ADDRESSABLE FIRE DETECTION

AND ALARM SYSTEM FOR OMPF FACILITY

III

SECTION – B CHAPTER-III

SPECIFICATIONS FOR TWO YEARS NON-COMPREHENSIVE

MAINTENANCE OF ANALOGUE ADDRESSABLE FIRE DETECTION

AND ALARM SYSTEM FOR OMPF FACILITY

AMC Period: Two Years (Eight visits).

Scope of Work

Terms & Conditions

SECTION – C FORMATS TO BE FILLED BY THE SUPPLIER

Page 58: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

57 | P a g e

1.0 COMPAILENCE TO THE SCHEDULE OF QUANTITIES AND SPECIFICATIONS

Sl. No.

Description Qty.

Unit of Measure Lots/Nos./ Sets

Confirmation Yes/No

I.

Design, supply, installation, testing and commissioning of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the specifications Section- A to Section-C

1

LOT (SCHEDULE OF

QUANTITIES ARE GIVEN BELOW)

SCHEDULE OF ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM FOR OMPF FACILITY AS PER FOLLOWING DETAILS. (REFER SECTION-B, CHAPTER-I FOR DETAILED SPECIFICATIONS)

1

Supply, installation & commissioning of Microprocessor based analogue addressable type Fire Detection & Alarm (FDA) panel for OMPF Networkable fire alarm control panel with Five Loops, with necessary Network Card, LCD display, access levels and event historical logging. FDA panel shall support Ethernet based communication with existing PLC SCADA System using MODBUS TCP/IP or similar open protocol. System shall have necessary provision for hooking it to the main control room through LAN.

1 No.

2 Supply, installation & commissioning of Aspirating type FDA system

3 Nos.

3

Supply, installation & commissioning of Analogue addressable Photoelectric smoke/Multicriteria Detector with mounting base compatible/approved by Fire Alarm Control Panel (FACP)

267 Nos.

4 Supply, installation & commissioning of Analogue addressable heat detectors with mounting base compatible/approved by FACP

14 Nos.

5

Supply, installation & commissioning of Analogue addressable duct detectors with mounting base along with Relay module for tripping AHU compatible/approved by FACP

18 Nos.

6 Supply, installation & commissioning of Addressable power looped sounder/Hooter compatible/approved by FACP

10 Nos.

7 Supply, installation & commissioning of Addressable Manual Call Point (MCP) compatible/approved by FACP

18 Nos.

8 Supply, installation & commissioning of Response Indicator compatible/approved by FACP

85 Nos.

9 Supply, installation & commissioning of Fault isolation 40 Nos.

Page 59: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

58 | P a g e

Sl. No.

Description Qty.

Unit of Measure Lots/Nos./ Sets

Confirmation Yes/No

module

10 Supply & erection of Armored FRLS,1.5mm x 2 core, Twisted pair, shielded, Armored cable with Good cable management system

3500 Meters

11 Supply, installation & commissioning of portable monitoring control station for FACP

1 No.

II.

Maintenance spares required for Two years maintenance of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the details given in enclosed specifications Section- A to Section-C.

1

Lot (SCHEDULE OF QUANTITIES ARE GIVEN BELOW)

LIST OF MAINTENANCE SPARES FOR ANALOGUE ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM FOR OMPF FACILITY

1 Supply of Analogue addressable Photoelectric smoke/Multicriteria Detector with mounting base compatible/approved by FACP

30 Nos.

2 Supply of Analogue addressable heat detectors with mounting base compatible/approved by FACP

4 Nos.

3 Supply of Analogue addressable duct detectors with mounting base along with Relay module for tripping AHU compatible/approved by FACP

2 Nos.

4 Supply of Addressable power looped sounder/Hooter compatible/approved by FACP

2 Nos.

5 Supply of Addressable Manual Call Point (MCP) compatible/approved by FACP

2 Nos.

6 Supply of Response Indicator compatible/approved by FACP

10 Nos.

7 Supply of RS485 network card for interconnecting the panels

1 No.

8 Supply of Fault isolation module 5 Nos.

III.

Two years Non-Comprehensive Maintenance (Starting from 2nd year i.e. after completion of warranty) of Analogue Addressable Fire Detection and Alarm System for OMPF Facility as per the enclosed specifications.

1 Lot

Page 60: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

59 | P a g e

1.0 Bidder Minimum Qualification Criteria The following are the minimum essential criteria to further validate/accept the bid. Vendor is requested to provide all the necessary supporting documents. If any deviation/non-compliances/lack of supporting document bid shall be summarily rejected.

Sl No.

Description Vendor Compliance with Supporting

Documents

1

The Bidder should be a Company/Society/Firm registered in India since last 5 (five) years or more. Company Profile along with documentary evidence of services offered and all relevant enclosures to be submitted.

2

Party should have executed a contract involving Design, Supply, Installation, Testing and Commissioning of Analogue Addressable Fire Detection and Alarm System for a value not less than Rs. 37 lakhs (in the last five years) as a single order (or) at least two orders of worth Rs. 28 Lakhs each (or) at least three orders of worth Rs.19 lakhs each.

3

The bidder should have an annual turnover of Rs. 100 lakhs on an average in 3 years (Financial year FY 2017-18 & FY 2018-19 & FY 2019-20) in the Design, Supply, Installation, Testing and Commissioning of Analogue Addressable Fire Detection and Alarm System and should have executed similar works between 01-04-2017 and 31-03-2020.

4

Purchase Order (PO) and Satisfactory Work completion certificate by the end user for the previous executed orders shall be submitted without which offer will not be considered.

5

Audited balance sheet & Profit & Loss A/c is to be submitted (or) Copy of the IT return filed / audited last 3 years financial statements for Financial year FY 2017-18 & FY 2018-19 & FY 2019-20.

6

Vendor must undertake Design, Supply, Installation, Testing and Commissioning of Analogue Addressable Fire Detection and Alarm System as per the specifications and requirements indicated in the Tender Specifications.

7

Latest solvency certificate from any Nationalized/Scheduled bank shall be submitted for a value of minimum Rs.19 lakhs. The solvency certificate must have been issued after April 2021.

8 Technical compliance to the specifications shall be vetted by the bidder.

9

The firm must provide a self-declaration that there is no complaint/vigilance inquiry against them in any Govt. /Department /PSU and they have not been black listed by any Govt. Department/PSU.

Page 61: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

60 | P a g e

Note: - Technical proposal of the bidder, which is not able to substantiate/satisfy

the claims made by it with respect to the technical requirements laid down in this Tender Specifications, will be summarily rejected.

- Offers of those bidders taking full scope of the work Design, Supply, Installation, Testing and Commissioning of Analogue Addressable Fire Detection and Alarm System as per the requirements indicated in the Tender Specifications only will be considered.

Signature of Authorized Person with Seal

Page 62: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

61 | P a g e

2.0 Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows:

Sl No.

Description Vendor Compliance

1

In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Department with reference to the technical specifications as mentioned in the Tender Specifications. The compliance of Technical Bids would be determined on the basis of the parameters specified in the Tender Specifications. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation.

2 During evaluation, SDSC SHAR may request Bidder for any clarification on the bid, additional documents.

3

Bidder must provide the point-by-point compliance to the technical specifications along with deviations. The tender can be rejected if the deviations are not acceptable to the Department.

4

Performance of Bidder on similar nature of works executed/ under execution shall be taken into consideration before selecting the Bidder for opening his price bid.

5 The time schedule for completion is given in the Proposal document. Bidder is required to confirm the completion period unconditionally.

6

SDSC SHAR reserves the right to reject any bid if technically/commercially not meeting the requirement/terms & conditions. Such decisions by the SDSC SHAR shall bear no liability whatsoever consequent upon such decision.

7 Total price inclusive of all taxes, duties, shall be considered for arriving L1 (Overall Lowest) and awarding the contract as per the procedures.

8

If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price.

9 As all the items within Tender Specifications are inter dependent, splitting of the order/WORK is not possible. Hence Overall lowest bidder will be considered

10

Department reserves the right to inspect the contractor shop floor/premises for evaluation, if required. After evaluating the contractor, decision of the Department is final.

Signature of Authorized Person with Seal

Page 63: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

62 | P a g e

3.0 Format to be filled signed and shall be uploaded by the supplier in techno-commercial bid:

Sl No. Description Yes / No

1 The scope of work is fully understood by the supplier

2 Confirm all the specifications and terms & conditions are acceptable

3 Confirm the specification of items to be supplied can be met by the supplier

4 Confirm the supply portions of items are fully quoted as per Section- C, exclusions if any shall be mentioned clearly.

5 The individual item wise cost is to be quoted as per the Price bid format.

6 The details like taxes are clearly indicated for each item.

7 The mobilization charges for men / machineries / materials are considered and they are included in the basic cost.

8 Modality of execution of contract, terms, rules & regulations, general conditions of execution of contract is read and all points are acceptable.

9 Bidder Qualification Criteria and Evaluation criteria formats duly filled and signed.

10 It is noted that the contract will be awarded to overall lowest only. Since procurement, supply and work contracts are interlinked; splitting of order is not possible

Signature of the bidder

Page 64: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

GOVERNMENT OF INDIADEPARTMENT OF SPACE

SATISH DHAWAN SPACE CENTRE SRIHARIKOTA (SDSC SHAR)NELLORE

Tender for Design, Supply, Installation, Testing and Commissioning ofAnalogue Addressable Fire Detection and Alarm System for OMPF

Bids to be submitted online

Tender No.: SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD,SCEND)/SH202100141201 dated 14-12-2021

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 1 of 20

Page 65: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

A. Tender Details

Design, Supply, Installation, Testing and Commissioning of Analogue

Addressable Fire Detection and Alarm System for OMPF. Price Bid opening date mentioned in the Tender document is tentative only. However, price bid will be

opened only after completion of Technical evaluation and the same will be informed to technically

qualified bidders, before opening.

A.1 Tender Schedule

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH,SCSD, SCEND)/SH202100141201

Tender Date : 14-12-2021

Tender Classification: GOODS

Purchase Entity : SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)

Centre : SATISH DHAWAN SPACE CENTRE SRIHARIKOTA(SDSC SHAR)

Bid Submission Start Date : 14-12-2021 18:00

Bid Clarification Due Date : 04-01-2022 17:00

Bid Submission Due Date : 11-01-2022 14:00

Bid Opening Date : 11-01-2022 14:00

Price Bid Opening Date : 25-01-2022 10:00

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 2 of 20

Page 66: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

B. Tender Attachments Technical Write-up/Drawings

Document : Specifications for Design, Supply, Installation, Testing and Commissioning of Fire

Detection and Alarm System for OMPF

Instructions To Vendors

2. General Instructions to Vendor

1. Instructions to tenderers

TeleNo.08623-225174/226048

Fax No.08623-225170/22-5028

e-Mail ID : [email protected], [email protected], [email protected]

1. Interested tenderers may, at their option, login to https://eproc.isro.gov.in and submit your offers.

2. TENDER FEE IS NOT APPLICABLE.

3. EARNEST MONEY DEPOSIT IS NOT APPLICABLE IF NOT MENTIONED IN THE RFP

SPECIFICATION.

4. Indian agents while quoting on behalf of their principals are requested to attach Principals original

quote, necessary authorization letter from their Principals, copy of agency agreement etc. in their bid.

5. TWO PART BIDS: In case of Two part tender, price details shall not be uploaded in the Technical &

Commercial Bids (Part I), failing to which the bid will be treated as INVALID.

6. Offer validity: In case of single part tender - the validity of offers/tenders should be 90 days. In case

of two part tender - 120 days from the date of opening of Part-I bid and 60 days from the date of

opening of Part-II bid. Tenders shorter than offer validity mentioned above will not be considered for

evaluation.

7. Due date & time: Sufficient time has been allotted for Bid submission. Vendors are requested to

complete Bid submission well in advance. Last minute requests for due date extension citing server

problems etc. will not be entertained. Bids will not be entertained after the due date and time.

7 (A). Request for the extension of the due date will not be considered.

8.

(a) Bid Opening for Public Tender: In case of Public Tender-Two Part Tenders: Technical and

Commercial Bids will be opened on the first day specified for Tender opening. Interested vendors can

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 3 of 20

Page 67: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

attend the tender opening session to know the bidding details (Bidders presence is not mandatory to

consider the quote for evaluation). Price Bid opening of the selected vendors will be scheduled later

and it will be intimated to the selected Bidder (s).

(b) For Limited Tender: Bidders participation is not allowed.

9. Prices are required to be quoted according to the units indicated.

10. Preference will be given to those tenderers offering supplies from ready stocks and on the basis of

FOR destination delivery at site.

11. (a) All available technical literature, catalogues and other data in support of the specifications and

detail of the items should be furnished as attachments.

(b) Samples, if called for, should be submitted free of all charges by the tenderer and the Purchaser

shall not be responsible for any loss or damage thereof due to any reason whatsoever. In the event of

non-acceptance of tender, the tenderer will have to remove the samples at his own expense.

(c) Approximate net and gross weight of the items offered shall be indicated in your offer. If

dimensions details are available the same should be indicated in your offer.

(d) Specifications: Stores offered should strictly conform to our specifications. Deviations, if any,

should be clearly indicated by the tenderer in their quotation. The tenderer should also indicate the

Make/Type number of the stores offered and provide catalogues, technical literature and samples

wherever necessary. Test certificates wherever necessary should be attached. Whenever options are

called for in our specifications, the tenderer should address all such options. Wherever specifically

mentioned by us the tenderer could suggest changes to specifications with appropriate response for

the same.

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 portion of quantity offered and the

tenderers shall supply the same at the rates quoted.

13. All amounts shall be indicated both in words as well as in figures. Where there is difference

between amounts quoted in words and figures, amount quoted in words shall prevail.

14. The tenderer will be required to furnish a document containing the name of his bankers as well as

the latest income-tax clearance certificate duly counter signed by the Income-tax Officer of the Circle

concerned under the Seal of his office, if required by the Purchaser.

15. The Purchaser reserves the right to place order on the successful tenderers for additional quantity

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 4 of 20

Page 68: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

up to 25% of the quantity offered by them at the rates quoted.

16. Sr. Head, Purchase and Stores, SDSC SHAR SRIHARIKOTA reserves the right to accept or reject

any bid in part or full without assigning any reason thereof.

17. Any bidder from a country which shares a land border with India will be eligible to bid in any

procurement whether of goods, services (including consultancy services and non-consultancy

services) or works (including turnkey projects) only if the bidder is registered with Competent Authority

as specified in Office Memorandum no.F.No.6/18/2019-PPD, Ministry of Finance, Department of

Expenditure, Public Procurement Division dated 23rd July 2020. All the conditions mentioned in the

above OM is applicable for this tender.

3. Tender- Two part Instructions

1. 1. This requirement can be quoted only through online e-procurement mode using ISRO portal

https://eproc.isro.gov.in. No manual tender will be considered.

2. The vendors have to get themselves registered in above site to download the tender details. To

register in above ISRO portal (https://eproc.isro.gov.in) the vendors need to have digital certificate The

digital certificate can be obtained from any digital certifying authority like M/s (n)Code solutions; M/s

Tata Consultancy Ltd., M/s Satyam Information System etc.

3. The parties are advised to download the tender and submit the bid on online at least two days prior

to tender closing date to avoid last minute network problem. The due date shall not be extended due to

network or computer related problems.

4. Tender fee is not applicable.

5. This being a two part tender i.e. Technical & Commercial Part and Price Part, the tenderer should

not attach any documents containing Pricing information along with Technical & Commercial Bid.

Normally we do not open PART-II (Price bid), if PART-I (Technical Offer) does not meet with our

technical specification requirements. Price bid opening date mentioned in the tender document/

Schedule is tentative only. However, price bid opening will be made only after satisfactory completion

of Part-I technical bid evaluation and with prior intimation to vendors.

6. Our Tender Enquiry contains technical requirements and specification. The detailed technical

specification of your offer should be covered in the technical part. The Technical documents need to be

attached online as a single PDF file without any prior information. The tender attachments containing

Price details will be treated as unsolicited offers and rejected.

7. 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.

8. Bidders are expected to comply with the technical & 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.

9. The vendors have to compulsorily submit the compliance statement online otherwise their offer will

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 5 of 20

Page 69: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

not be considered for further evaluation. Before entering the compliance statement, vendors are

advised to refer the detailed specification provided in the Technical Write-up/ Drawings document. The

specification offered by the vendors may also be indicated in the compliance statement wherever

necessary.

10. The Technical Specification / Drawing / Product Catalogues / Works carried by vendor / Make

offered etc. as a single PDF file without any financial details has to uploaded online mode by the

vendor. This being TWO PART TENDER the PDF document uploaded should not contain any

commercial/pricing details. If the attached PDF contains any pricing detail the offer will be treated as

unsolicited and will be summarily rejected.

11. Original Equipment Manufacturer (OEM) or their representative can submit bid. Indian agents while

quoting on behalf of their principals are requested to attach necessary authorization letter from their

Principals in their bid.

12. Instructions on Indian Agent (if any):- Bidders are required to provide the following information in

respect of their authorized 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.

13. A letter from the OEM in the current date certifying that the said Indian Agent is their authorized

Indian Agent and also indicating the responsibilities/role of the Indian Agent under the proposed

purchase. Remuneration/service charges payable to the Indian Agent under the proposed purchase.

14. Offer validity: - In case of single part tender - the validity of offers/tenders should be 90 days. In

case of two part tender - 120 days from the date of opening of Part-I bid and 60 days from the date of

opening of Part-II bid. Tenders shorter than offer validity mentioned above will not be considered for

evaluation.

15. Due date & time: Sufficient time has been allotted for Bid submission. Vendors are requested to

complete Bid submission well in advance. Last minute requests for due date extension citing server

problems etc. will not be entertained. Bids will not be entertained after the due date and time.

17. The vendors may contact +91471 2565454/4574/2527/3753/3289 or [email protected] for any

technical assistance in bid submission.

18. Once the offer is submitted in on line mode by the vendor and bid submission period is over,

vendor will not be able to provide revised offer.

19. Request for the extension of the due date will not be considered.

20. Tender which are not prepared in terms of these instructions are liable to be rejected.

21. Based on the response to the Tender Notice, SDSC SHAR reserves the right to change any

milestone date of the tendering activity.

22. SDSC SHAR reserves the right to verify all claims made by the bidder.

23. Tender Opening : The Technical and Commercial Bid [Part-I] will be opened on the specified day

mentioned in the schedule and in case any further clarification/ discussion are required, such

clarification/discussion shall be called for before opening the Price Bid.

24. The exact date and time of opening of price bid of successful tenderers will be intimated later (in

case of Public Tender).

25. Tenderers can participate in the said tender opening to know the details on for which, the

representative of the firm shall be duly authorized by Competent Authority. Against proper

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 6 of 20

Page 70: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

authorization only such representatives shall be allowed to attend the tender opening (only in case of

public tender). Tenderer Presence is not mandatory to consider the Quote for evaluation.

26. SDSC SHAR, SRIHARIKOTA reserves the right to accept or reject any/or all the tenders in part or

full without assigning any reasons thereof.

4. STANDARD TERMS & CONDITIONS

1. Tele No.08623-225174/226048

Fax No.08623-225170/22-5028

e-Mail ID : [email protected], [email protected], [email protected]

1. Instruction to Indigenous Suppliers:

a) Payment Terms shall be as specified in RFP. If not specifically mentioned Our Normal payment term

is 100% within 30 days after receipt and acceptance of the item at our site. For AMC cases, payment

term is on pro-rata basis against completion of AMC.

b) GST/IGST: Please specify GST percentage, if any, in your offer. Please mention HSN code in your

offer and IGST @ 5% will be paid as per Notification No. 47/2017 Integrated Tax (Rate) dated

14.11.2017 and Government of Andhra Pradesh Goods and Service Tax Act, 2017 (Act No.16 of

2017), G.O.MS.No.599 Dated:12.12.2017. (IGST concession certificate will be provided along with PO)

Our GST No. is. 37AAAGS1366J1Z1.

c) Purchase / Price preference to MSEs

Purchase/Price preference will be applicable to the product reservation admissible to the Micro and

Small Enterprises. Purchase/Price Preference shall be extended to the MSEs under the Public

Procurement Policy for MSEs formulated under the Micro, Small and Medium Enterprises

Development Act, 2006. The participating MSEs in a tender, quoting price within the band of L-1 + 15%

may also be allowed to supply a portion of the requirement by bringing down their price to the L-1

price, in a situation where L-1 price is from someone other than an MSE. Such MSEs may be allowed

to supply up to 25% of the total tendered value. In case of more than one such eligible MSE, the supply

will be shared equally.

Micro & Small Enterprises which have technical capability to deliver the goods & Services as per

prescribed technical & quality specifications and may not be able to meet the qualification criterion

relating to prior experience-prior turnover may be relaxed as per guidelines issued by Ministry of

MSMEs & as amended from time to time.

Interested vendors shall specifically claim the benefit with supporting documents.

d) Purchase / Price preference to Make-in-India Products:

Preference shall be given to Class 1 local supplier as defined in public procurement (Preference to

Make in India), Order 2017 as amended from time to time and its subsequent Orders/Notifications

issued by concerned Nodal Ministry for specific Goods/Products. If the bidder wants to avail the

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 7 of 20

Page 71: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

Purchase preference, the bidder must upload a certificate from the OEM regarding the percentage of

the local content and the details of locations at which the local value addition is make along with their

bid, failing which no purchase preference shall be granted. In case the bid value is more than Rs. 10

Crore, the declaration relating to percentage of local content shall be certified by the statutory auditor

or cost auditor, if the OEM is a company and by a practicing cost accountant or chartered accountant

for OEMs other than companies as per the Public Procurement (preference to Make-in-India) order

2017 dated 04.06.2020. In case Buyer has selected Purchase preference to Micro and Small

Enterprises clause in the bid, the same will get precedence over this clause.

2. Instruction to Foreign Suppliers:

a) Payment Terms shall be as specified in RFP. If not specifically mentioned Our normal payment term

is SIGHT DRAFT, Please confirm acceptance in your offer, if you insist for L/C, and all bank charges

shall be to your account. Confirm acceptance.

b) Please specify whether any export clearance is required in case of an order on you.

c)Warranty/Guarantee applicable for the item shall be mentioned in your offer

d)Special Certification for packing Material : as per Plant Quarantine (Regulation of Control into India)

Order 2003, Articles packed with packing material of plant origin viz., hay, straw, wood shavings, wood

chips, saw dust, wood waste, wooden pallets, Dunn age Mats, wooden packages, coir pith, pear or

sphagnum moss etc., will be allowed entry by Customs only with a Phytosanitary Certificate. In case if

a Purchase Order, if you propose to us any of the above material for packing such a certificate issued

by your local Plant Quarantine Authority shall be furnished.

e) Confirm whether any Export License is required and for which End User Certificate is to be provided

by us, in case of an Order on you. (Enclose format for EUC, if applicable)

f) Either Indian Agent on behalf of the foreign principals or the foreign principal directly can quote

against this order, but not both. In either case an Indian agent cannot represent more than one

principal against the same tender.

g) In case the quote is in INR we prefer to execute the same on HSS Basis and for which

Concessional Customs duty as per Notification no.50/2017 Customs dated 30.06.2017,Serial

No.539(A) as amended by Notification no.05/2018 dated 25.01.2018. In case the quote is on Indian

Rupee (Outside High Sea Sale), the price shall include taxes and duties if any. We shall not able to

provide any duty or IGST tax exemption/concession certificates. If the item quote is of USA make,

please quote for all-inclusive price since we prefer to get the item on FOR destination basis.

h) Any bidder from a country which shares a land border with India will be eligible to bid in any

procurement whether of goods, services (including consultancy services and non-consultancy

services) or works (including turnkey projects) only if the bidder is registered with Competent Authority

as specified in Office Memorandum no.F.No.6/18/2019-PPD, Ministry of Finance, Department of

Expenditure, Public Procurement Division dated 23rd July 2020. All the conditions mentioned in the

above OM is applicable for this tender.

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 8 of 20

Page 72: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

Common terms to Indigenous and foreign suppliers:

3.Warranty

You shall provide applicable warranty for the items offered by you without fail. For the applicable period

you shall provide necessary warranty certificate.

4.Performance Bank Guarantee

Towards the performance of the systems during the warranty period you shall submit a performance

bank guarantee equivalent to 3% of the order value to cover the warranty period. This PBG shall be

interest free and the same shall be returned to you on successful completion of all contractual

obligations. The said PBG shall have a further claim period of 2 months.

5.Security Deposit

On acceptance of the order, you shall submit an interest free amount equivalent to 3% of the total

contract/order value towards security deposit. This security deposit is collected towards the

performance of the Contract. The said Security Deposit shall be submitted either in the form of Bank

Guarantee/Demand Draft/FDR receipts duly endorsed in the name of the centre. The Security Deposit

will be returned to you on successful completion of the Contractual obligations; failing which it shall be

forfeited/adjusted.

6.VALIDITY OF OFFER: - In case of single part tender - the validity of offers/tenders should be 90

days. In case of two part tender - 120 days from the date of opening of

Part-I bid and 60 days from the dateof opening of Part-II bid. Tenders shorter than offer validity

mentioned above will not be considered for evaluation, which may please be noted.

7.Liquidated Damages:

If you fail to deliver the ordered items satisfactorily within the time specified or any extension thereof,

Liquidated Damage @ 0.5%(zero point five percent) of the order value or part thereof the un-delivered

items for each calendar weeks of delay shall be recovered from your bill. However total Liquidated

Damage shall not exceed 10% (ten percent) of the order value.

FORCE MAJEURE:

Should a part or whole work covered under this contract be delayed in delivery/completion of work due

to reasons of Force majeure which shall include legal lockouts, strikes, riots, civil commotion, fire,

accidents, quarantines, epidemic, acts of God & War, stoppage of deliveries by the Government ,

freight embargoes etc; the delivery period/completion of work referred to in this Contract shall be

extended by a period not in excess of duration of such Force Majeure. The occurrence shall be notified

by either party within reasonable time.

8.Offers received through post, courier, fax or email will not be considered.

9. Technical and commercial bid (Part-I) shall not contain any price details. Optional accessories or

other price details, if any shall be uploaded in Supporting documents related to Price Bid, to be opened

along with Price Bid.

10. In respect of FIM being issued, the fabricator shall submit Bank Guarantee for equivalent sum

compulsorily. In case, submission of Bank Guarantee is not possible, the reasons there for shall be

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 9 of 20

Page 73: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

clearly mentioned. However, for such cases the fabricators at their cost shall secure such FIM through

Insurance Policy with Director, SDSC SHAR as beneficiary. In case of PSU and Government

Organization, Indemnity Bond in lieu of Bank Guarantee is acceptable. Balance FIM/Scrap, if any shall

be returned along with the supply of the items. Please confirm acceptance in your quotation.

11. SDSC SHAR shall have the right to place part order among the parties for the items for which

they are the lowest.

12. Arbitration:

In the event of any dispute/s, difference/s or claim/s arising out of or relating to the interpretation and

application of the Contract, such dispute/s or difference/s or claim/s 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 dispute/s, then the unresolved

dispute/s or difference/s or claim/s 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 Bengaluru in the Arbitration and

Conciliation Centre Bengaluru (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.

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 10of

20

Page 74: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

C. Bid Templates C.1 Technical Bid - Design, Supply, Installation, Testing and Commissioning of

Analogue Addressable Fire Detection and Alarm System for OMPF

1. Design, Supply, Installation and Commissioning of Fire Detection and Alarm System

Item specifications for Design, Supply, Installation and Commissioning of Fire Detection and

Alarm System

Common Specifications (Applicable for all items)

Sl No Specification Value Compliance OfferedSpecification Remark

1 Fire Suppressionsystem -

Sl No Specification Value Compliance Offered Specification Remark

1

Design,Supply,Installation,Testing andCommissioning of FireDetection andAlarm Systemfor OMPF

1 Lot Yes / No /Explain

2

Maintenancesparesrequired forTwo yearsmaintenanceof AnalogueAddressableFire Detectionand AlarmSystem forOMPF Facility

1 Lot Yes / No /Explain

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 11of

20

Page 75: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

Supporting Documents required from Vendor

1. Formats to be filled by the supplier as per the Tender Specifications Section-C

2. Price Bid indicating the price (As per Tender Specifications Sl No. 3.0 Part-II) and Schedule of

Quantities priced (As per Tender Specifications Table-3) (Price Bid Related)

3. Documentary evidence of bidder proviing a self-declaration that there is no

complaint/vigilance inquiry against them in any Govt.Department/PSU and they have not been

black listed by any Govt. Department/PSU as per Bidder Minimum Qualification Criteria.

4. Documentary evidence of bidder having Latest solvency certificate from any

Nationalized/Scheduled bank for a value of minimum Rs.19 lakhs. The solvency certificate must

have been issued after April 2021 as per Bidder Minimum Qualification Criteria.

5. Documentary evidence of bidder having Purchase Order (PO) & Satisfactory Work

completion certificate by the end user for the previous executed orders shall be submitted as

per Bidder Minimum Qualification Criteria.

6. Documentary evidence of bidder having Audited balance sheet & Profit & Loss A/c is to be

submitted (or) Copy of the IT return filed / audited last 3 years financial statements for Financial

year FY 2017-18 & FY 2018-19 & FY 2019-20.

7. Documentary evidence of bidder having an annual turnover of Rs.100 lakhs on an average in

3 years (FY 2017-18 & FY 2018-19 & FY 2019-20) in the

Design,Supply,Installation,Testing&Commissioning of FDA System as per Bidder Minimum

Qualification Criteria.

8. Documentary evidence of Party should have executed a contract involving Design, Supply,

3

Two yearsNon-Comprehensive Maintenance(Starting from2nd year i.e.aftercompletion ofwarranty) ofAnalogueAddressableFire Detectionand AlarmSystem forOMPF Facility

1 Lot (8 Visits) Yes / No /Explain

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 12of

20

Page 76: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

Installation, Testing and Commissioning of Analogue Addressable Fire Detection and Alarm

System as per Bidder Minimum Qualification Criteria.

9. The Bidder should be a Company/Society/Firm registered in India since last 5 (five) years or

more. Company Profile along with documentary evidence of services offered and all relevant

enclosures to be submitted.

10. Supporting documents for Bidder Minimum Qualification Criteria

11. Confirmation of make, model of Analogue Addressable Fire Detection and Alarm System,

Aspiration System, FACP, Detectors, MCP, Fault Isolator, Response Indicator, Hooter

12. Signed copy of Technical Specification document as a proof of compliance to all the

requirements of the document

13. Make-In-India (MII) certificate indicating percentage of local content in line with Order No. P-

45021/2/2017-PP (BE-II) dated 16.09.2020

14. MSME certificate, if applicable

15. Compliance to GFR 144 (XI) as per Order No. F.No.6/18/2019-PPD dated 23.07.2020 issue by

Ministry of Finance, Government of India

16. Signed document of schedule of quantities as per Page no. 18,19 & 20 (Un priced).as per

Table-2 of RFP.

17. Signed and stamped copy of chapter-III of RFP as a token of acceptance to the terms and

conditions for 2 years non-comprehensive AMC

18. Additional documents, if any

19. Additional documents, if any

20. Additional documents, if any

21. Additional documents, if any

22. Additional documents, if any

5 additional documents can be uploaded by the vendor

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 13of

20

Page 77: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

C.2 Commercial Terms / Bid

Sl. No. Description Compliance Vendor Terms

1

GST AND OTHER COSTS, IF ANY:Percentage of applicable GST forthe quoted items along with HSNCode, shall be provided. As per theNotifications No.47/2017-Integratedtax(Rate) dated 14.11.2017 issuedby Ministry of Finance(Departmentof Revenue), SDSC SHAR is eligiblefor a reduced rate of 5% IGST forInter-state transactions. Similarly, asper Notification No.45/2017- CentralTax (Rate) dated 14.11.217 andGovernment of Andhra PradeshGoods and Service Tax Act, 2017(Act No.16 of 2017),G.O.MS.No.599, Dtd:12.12.2017,GST @5% is applicable for ourIntra-state transactions. AccordinglyConcessional Certificate will also beprovided.

Yes / No / Explain

2

CUSTOMS DUTY: We are entitledfor Partial Customs Duty Exemptionvide Notification No.05/2018 dt: 25-01-2018 for imports. AccordinglyCustom Duty Concession Certificateshall be issued. Hence, pleasemention whether Custom Duty isapplicable.

Yes / No / Explain

3

PLEASE NOTE FOR IMPORTEDITEMS: Both GST and Customsduty Concession certificate cannotbe issued for same items. Henceplease furnish the list of importeditems for which Customs dutyConcession certificate is required inTECHNICAL BID FORM only andplease mention the cost of theseitems in PRICE BID FORM only.

Yes / No / Explain

4 DELIVERY TERM: FORSRIHARIKOTA Yes / No / Explain

5

Delivery Schedule for completion oftotal scope of work (as per TimeLine schedule mentioned underclause no. 20 of general conditionsat page no. 35 of RFP).

Yes / No / Explain

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 14of

20

Page 78: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

6

PAYMENTS TERMS: Pleasespecify the required payment termwhich is detailed at clause no. 10.3,section-A of RFP (page no. 28).Please note that if payment term isnot specified, it will be presumedthat you have accepted our normalpayment i.e., 100% payment within30 days of receipt and acceptanceof items at our site.

Yes / No / Explain

7

LIQUIDATED DAMAGES (LD): Incase of delay in total scope of workbeyond the stipulated deliveryperiod, Liquidated Damage will belevied @ 1/2% per week or partthere of subject to a maximum of10% of total order value.

Yes / No / Explain

8

WARRANTY / GUARANTEE:Warranty/Guarantee for the offereditem shall be provided for aminimum period of 12 months/ asmentioned in the tender documentfrom the date of acceptance of theitem at our site.

Yes / No / Explain

9

PERFORMANCE BANKGUARANTEE (PBG): A BankGuarantee for 3% of the order valueshall be provided along with supplytowards the performance of thesystem. The Bank Guarantee shouldbe from a Nationalized / ScheduledBank in Rs.100/- non-judicial stamppaper valid till the successfulcompletion of warranty period plus60 days. This will not carry anyinterest and shall be returned to youafter successful completion ofwarranty period against yourrequest. In case of non-performance/poor performance theBank Guarantee shall be forfeited.

Yes / No / Explain

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 15of

20

Page 79: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

10

SECURITY DEPOSIT: If Ordervalue exceeds Rs. 5 Lakhs, A BankGuarantee for the faithful executionof the contract / PO for 3% of theorder value shall be providedimmediately within 10 days afterreceipt of the order towards theperformance of the contract. TheBank Guarantee should be from aNationalized / Scheduled Bank inRs.100 non-judicial stamp papervalid till the completion of the totalscope of work plus 60 days. This willnot carry any interest and shall bereturned to you after successfulcompletion of full scope of workagainst your request. In case of non-performance/poor performance theBank Guarantee shall be forfeited. Ifyou are not submitted the BG withinthe specified period, this order isliable to be cancelled.

Yes / No / Explain

11

COMBINED BANK GUARANTEE:In case, if You are unable to providetwo separate BGs, i.e., one for SDand one for PBG, You can submit acombined BG for SD & PBG for 3%of the Order value valid till thecompletion of total contractualobligation. Please confirm.

Yes / No / Explain

12

INSURANCE: Being a Govt. OfIndia Dept., Insurance is notrequired at our cost. Please ensurethe safe delivery of the ordered itemwith proper transport worthy pack.

Yes / No / Explain

13

VALIDITY OF OFFER: - In case ofsingle part tender - the validity ofoffers/tenders should be 90 days. Incase of two part tender - 120 daysfrom the date of opening of Part-Ibid and 60 days from the date ofopening of Part-II bid. Tendersshorter than offer validity mentionedabove will not be considered forevaluation.

Yes / No / Explain

14

Please furnish Name and Addressof the party to whom Order to beplaced along with Contact details i.e.valid E-mail id, Mobile no/ Landlineno. etc. Please note that furnishinge-mail id is mandatory in this offer.

Yes / No / Explain

15

Payment Term for AMC:- Paymentfor each visit will be made on pro-rata basis against submission ofwork completion certificate dulycertified by the competent authority.

Yes / No / Explain

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 16of

20

Page 80: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

16

Down time compensation for AMC:Down time compensation will belevied @ 0.5% of eachmaintenance charge subject to amaximum of 5% of annualmaintenance charges,in case the contractor fails to attendthe service in due course. ie., 48 Hrsfrom thetime of call from SDSC SHAR.

Yes / No / Explain

17

The cost of the spares (for AMC) willbe paid extra on production of billsdully certified by competentauthority.

Yes / No / Explain

18

WARRANTY / GUARANTEE forspares: Warranty/Guarantee for theSPARES item shall be provided fora minimum period of 12 MONTHSfrom the date of acceptance of theitem at our site.

Yes / No / Explain

19

FALL CLAUSE FOR AMC:The service charges quoted by youshall in no event exceed the lowestcharges at which you service themachines of identical description toany other party during the period ofthis Contract. If at any time duringthe said period, you reduce theservice charges of such item to anyother customers, it shall be forthwith done after the date of coming into force of such reduction of servicecharges shall stand correspondinglyreduced.

Yes / No / Explain

20

FORCE MAJEUREIf at any time during thecontinuance of the order theperformance in whole or part byeither party of any obligation underthis order shall be prevented ordelayed by reasons of any war,hostility, acts of public enemy, civilcommotion, sabotage, fire, floods,lightening, epidemic, quarantinerestrictions, strikes, go-slow, lockoutor acts of God, notice of which isgiven either party to the other within21 days from the date ofoccurrence thereof, neither partyshall be reasons of such eventuallybe entitled to terminate this ordernor shall either party have any claimfor damages against the other inrespect of such non-performance ordelay in performance.

Yes / No / Explain

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 17of

20

Page 81: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

21

Purchase preference to Micro andSmall Enterprises (MSEs): Purchasepreference to Micro and SmallEnterprises (MSEs): Purchasepreference will be given to MSEs asdefined in Public ProcurementPolicy for Micro and SmallEnterprises (MSEs) Order, 2012dated 23.03.2012 issued by Ministryof Micro, Small and MediumEnterprises and its subsequentOrders/Notifications issued byconcerned Ministry. If the bidderwants to avail the Purchasepreference, the bidder must be themanufacturer of the offered productin case of bid for supply of goods.Traders are excluded from thepurview of Public ProcurementPolicy for Micro and SmallEnterprises. In respect of bid forServices, the bidder must be theService provider of the offeredService. Relevant documentaryevidence in this regard shall beuploaded along with the bid inrespect of the offered product orservice. If L-1 is not an MSE andMSE Seller (s) has/have quotedprice within L-1 plus 15% (Selectedby Buyer) of margin of purchasepreference/price band defined inrelevant policy, such Seller shall begiven opportunity to match L-1 priceand contract will be awarded for25% (selected by Buyer) percentageof total QUANTITY. Please specifywhether you belong to MSE or not. IfYES, supporting documents shall beuploaded.

Yes / No / Explain

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 18of

20

Page 82: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

C.3 Price Bid

22

Make-In-India (MII) Clause: For thisprocurement, provisions containedin Public Procurement (Preferenceto Make in India), Order 2017 issuedby Department for Promotion ofIndustry and Internal Trade (DPIIT),Ministry of Commerce & Industriesvide letter No. P-45021/2/2017-PP(BE-II) dated 16.09.2020 &directives related shall be followed.Accordingly, you are requested toindicate the percentage of localcontent in the material, clearlymentioning the details of location(s)at which value addition is made inline with clause 9 to O.M dated16.09.2020 referred above. It maybe noted that Local Content shallnot include services such asTransportation, Insurance,Installation, Commissioning,Training and after sales servicesupport like AMC/CMC etc.

Yes / No / Explain

23

The bidder shall provide complianceto Order No. F.No.6/18/2019 PPDdated 23.07.2020 and amendmentsthereof by Ministry of Finance,Department of Expenditure, PublicProcurement Division regardingrestrictions on procurement from abidder of a country which shares aland border with India and comply toall the provisions of the Order. Inthis regard, you shall certify that thebidder entity is not from such acountry or, is from such a country,has been registered with theCompetent Authority.

Yes / No / Explain

24

Department reserves the right toplace separate order for AMC aftercompletion of warranty period withthe rates finalized in this Tender.

Yes / No / Explain

25

Bidders shall not disclose any pricedetails in part-I (Techno-Commercialoffer), failing which offer will notconsidered for evaluation.

Yes / No / Explain

26 Remarks, if any -

Sl. No. Item Quantity Unit Price Currency Total Price Remark

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 19of

20

Page 83: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION,

Common charges (Applicable for all items)

1

Design,Supply,InstallationandCommissioning of FireDetection andAlarmSystem

1.00 Lot -

Additional Charges, if any (P&F, Freight etc.)

Tender No : SDSC SHAR/SCF (P&S, PGA, F&AD, SCHOOL, M&PH, SCSD, SCEND)/SH202100141201 Page 20of

20