+ All Categories
Home > Documents > TERMS & CONDITIONS AND SPECIFICATIONS FOR i) 2016-17 003.pdf · TERMS & CONDITIONS AND...

TERMS & CONDITIONS AND SPECIFICATIONS FOR i) 2016-17 003.pdf · TERMS & CONDITIONS AND...

Date post: 03-Jul-2018
Category:
Upload: phungdiep
View: 216 times
Download: 0 times
Share this document with a friend
40
1 TERMS & CONDITIONS AND SPECIFICATIONS FOR i) Supply, Installation, Testing, Commissioning and Handing over of an Analog, Addressable Fire Alarm System on Turnkey basis ii) Supply & Fixing of Curbstones on Turnkey Basis TENDER NO. C-DOT/TENDER/2016-2017/003
Transcript

1

TERMS & CONDITIONS

AND

SPECIFICATIONS

FOR

i) Supply, Installation, Testing, Commissioning and

Handing over of an Analog, Addressable Fire Alarm

System on Turnkey basis

ii) Supply & Fixing of Curbstones on Turnkey Basis

TENDER NO.

C-DOT/TENDER/2016-2017/003

2

Ref: C-DOT/TENDER/2016-17/003 January 05, 2017

TERMS AND CONDITIONS OF

TENDER NO. CDOT /TENDER/2016-17/003

1. C-DOT is a registered scientific society set up by the Govt. of India for pursuing

research in Telecommunications.

Sealed quotations(separate Technical & Commercial bid ) are solicited from reputed

Agencies, Civil Contractors, Interior/Exterior Designers to carry out any of the following

works at our Bangalore Campus on Turnkey basis as per details given in this document :-

Sl.No Item Description Eligibility Criteria/Warranty

1 Supply, Installation, Testing ,

Commissioning and Handing over of an

Analog, Addressable Fire Alarm

System on Turnkey basis .

As mentioned in the Specification

& scope of work.

Three years warranty

2 Supply & Fixing of Curbstones on

Turnkey Basis

As mentioned in the Specification

& scope of work.

2. Separate tenders should be sealed, superscribed “Tender No.

CDOT/TENDER/20161-7/003, Sl.No., Item Description and submitted only at

the following office:

PURCHASE GROUP

Centre for Development of Telematics

Electronics City, Phase I, Hosur Road,

Bangalore 560 100

Tel No.080-25119574/2511 9568

Fax No.080-25119572

and should be submitted on or before the closing date, i.e. 09-02-2017 before 15.00 hrs., if

delivered personally and if the quotes are sent by post/courier, the tender must reach C-DOT,

Bangalore at the address given above before closing time and closing date.

C-DOT is not responsible for delays of any nature including postal and force majeure

condition. Tenders received after the due date will not be accepted under any circumstances

3

The schedule of opening of quotes is as follows and at the following venue:

Date Time

Technical part Opening in 09-02-2017 15:30 hrs

the presence of intending

Tenderers at C-DOT, Bangalore

Participation of representative during the technical part opening

The authorized representative whom you have deputed to attend the tender opening

should be in a position to answer all the queries raised (If any) and substantiate the

same in writing with his signature on the spot. This will be binding on the company

participating in the tender.

3. Any queries with regard to the above tender shall be entertained only by means of formal

official letters on or before 16:00 hrs on 16-01-2017. No Technical and Commercial

queries shall be entertained after 16th

January, 2017. It may be noted that it is the

sole discretion of C-DOT to consider the same or not and to reply only if it is deemed

necessary.

THE BIDDERS ARE REQUESTED TO VISIT THE SITE TO ASCERTAIN THE

REQUIREMENT BEFORE SUBMITTING THE QUOTES.

THE BIDDERS MAY PARTICIPATE IN ANY OF THE ABOVE FOUR

REQUIREMENT. Separate bids with description of the items quoted must be indicated

on the sealed envelopes.

A pre-bid meeting would be held at C-DOT, Bangalore at 1500 hrs on 17-01-2017 . All

the queries in *.xlsx format only should reach C-DOT by e-mail latest by 16-01-2017

1200 hrs to [email protected]. A maximum of 03 authorized representatives will be

allowed to attend the Pre-Bid meeting.

Replies to all queries/Pre-bid meeting clarifications(if any) shall be uploaded in our

website only(www.cdot.in)

Quotes without Tender Document fee and EMD shall be rejected outright. In case the

document is downloaded from C-DOT’s website, then, please ensure that the Tender

Document fee of Rs 1000/- is also separately enclosed with the technical part.

Commercial Part Opening : The dates will be intimated subsequently to the technically

shortlisted parties only.

4

4. Prequalification Criteria for Item Sl.No 1 only

The following Documents to be submitted along with technical bid:

Intending Tenderers’ Eligibility:

1. Intending tenderers need to visit the CDOT campus personally to conduct a site

survey prior to submission of their tender.

2. Average annual turnover during the last 3 years, ending 31st March of the Previous

financial year, should be Rs. 25.00 Lakhs and above.

3. Copy of PAN/TAN card issued by Income tax Dept.

4. Documents relating to the constitution of the Firms i.e., Sole Proprietorship Affidavit,

Partnership Deed, Articles of Association, etc.

5. Valid registration documents of the firm (VAT & Service Tax)

6. Availability of service backup / Replacement / Repair facilities available in Bangalore

after installation / sales will be given preference

7. Any other credentials / supporting documents deemed useful.

8. Joint Ventures are not eligible to participate.

9. Applications without the above Documents/Certificates will not be considered

Product related documents :

a. Product certification signed by the original equipment manufacturer of the fire alarm

system components certifying that their products comply with the referred standards

completely with specifications and UL/FM approval.

b. Certificate from the major equipment manufacturer or OEM indicating that the

proposed performer of contract for this particular work of C-DOT is an authorized

representative of their products along with 3 years warranty support from the date of

handing over of the system and 2 years’ spares support after warranty period.

c. Product data for fire alarm systems components including dimensional plans,

sections, and elevations showing minimum clearances installed features and devices

and list of materials and data

d. System operation description including method of operation and supervision of each

type of circuit and sequence of operations for all manually and automatically initiated

system inputs. Description shall cover this Specific project.

e. Shop drawings showing the annunciator layout, configurations and terminations

f. Complete operating and maintenance manuals listing the manufacturer’s names

including technical data sheets.

g. Wiring diagrams indicating internal wirings for each device and the inter

connections between the items of equipment’s.

5

Company failing to meet these criteria or not submitting requisite supporting proof

as specified in Formats is liable to be rejected during preliminary scrutiny.

Bid Rejection : The EMD @ 2% of your total quoted value(inclusive of Taxes) should be

submitted only in the Financial Bid Envelope with a validity of 6 months and with an

undertaking in the Technical bid for the same(without disclosing the amount). EMD may be

submitted in the form of PBG or Demand draft. No other form shall be accepted.

REQUIREMENT

Sl.No Description Qty EMD Amount

1. Supply, Installation, Testing ,

Commissioning and Handing over

of an Analog, Addressable Fire

Alarm System on Turnkey basis .

As per Sl.No. 1

2% of the quoted amount

inclusive of Taxes (to be

enclosed separately in the

Financial bid)

2. Supply & Fixing of Curbstones on

Turnkey Basis

As per Sl.No. 2 2% of the quoted amount

inclusive of Taxes (to be

enclosed separately in the

Financial bid)

Note:

a) Bidders may quote for any or for both the requirements.

b) Ensure that separate bids/EMDs are submitted, incase bidding for more than

one requirement.

5. Tenderers are requested to study the terms and conditions of the tender carefully

and then submit their tenders accordingly. Any tender/quotation received against

this tender and any Purchase Order/Work Order/Annual Maintenance Contract

resulting from this tender shall be governed by the terms and conditions indicated

in this tender document and the tenderer quoting against this tender shall be

deemed to have read, understood and accepted the same unconditionally.

The intending tenderers are requested to go through the Tender Notice available at

C-DOT website and comply with all the procedures as prescribed therein.

This Tender Document is non-transferable. Only contractors purchasing the

Tender Document are entitled to submit the quotes to C-DOT in their name.

The interested tenderers are required to enclose the following documents along with

the technical part.(For Both the requirements)

a. Details of Registration under Shops & commercial Establishment

b. Details of Registration with Registrar of firms/Registrar of companies

c. Service Tax registration copy & VAT registration copy

6

6. The tenderers should possess necessary technical expertise in handling such projects and

shall be equipped with adequately trained skilled labour & staff.

7. C-DOT has adopted a two quote system. Therefore, the tenderers should submit

their technical and commercial parts for each tendered item separately, in two

separate sealed envelopes marked as “Technical Part” and “Commercial Part”.

The two envelopes should further be put into another envelope and sealed for each

individual tender item. EMD to be kept in commercial part only.

8. The Technical Part should contain information on specifications, design, capacity and

other relevant technical details conforming to C-DOT requirements in toto. It is

imperative to note here that the technical part in duplicate should be accompanied

by all data sheets, technical literature, compliance chart and catalogues in original.

The suggested ordering information (supplier part nos.) to match C-DOT

specifications must be indicated in the technical part.

The following Documents to be submitted along with technical bid for Item Sl.No. 1:

a Product certification signed by the original equipment manufacturer of the fire alarm

system components certifying that their products comply with the referred standards

completely with specifications and UL/FM approval.

b Certificate from the major equipment manufacturer or OEM indicating that the

proposed performer of contract for this particular work of C-DOT is an authorized

representative of their products along with 3 years warranty support from the date of

handing over of the system and 2 years’ spares support after warranty period.

c Product data for fire alarm systems components including dimensional plans,

sections, and elevations showing minimum clearances installed features and devices

and list of materials and data

d System operation description including method of operation and supervision of each

type of circuit and sequence of operations for all manually and automatically initiated

system inputs. Description shall cover this Specific project.

e Shop drawings showing the annunciator layout, configurations and terminations

f Complete operating and maintenance manuals listing the manufacturer’s names

including technical data sheets.

g Wiring diagrams indicating internal wirings for each device and the inter

connections between the items of equipment’s.

7

SL.No. Technical part should contain(For Both the requirements)

1. An undertaking has to be given in the Technical Bid Envelope, certifying that the

EMD of 2% of the total quoted price(inclusive of Taxes) has been kept in

financial bid (without disclosing the amount)

2. Tender document Fee of Rs.1000.00, in case the Tender document is

downloaded from our website.

3. Technical quote giving the compliance details of execution of the work as per the

requirement. Compliance to the Detailed Specifications and scope of work.

4. Make’s & Models of the standard items.

5. Technical Compliance as per Annexure – I

6. Commercial Compliance as per Annexure – II

7. Blanked Commercial Part Scope of work and Specifications.

8. Scope of Warranty (compliance as per clause no. 22)

9. Cliental list as per clause 14

10. Acceptance for submission of Bank Guarantee for 10% of the PO value for a

period of one year from the date of acceptance of the item from C-DOT, in the

event the PO is placed.

11. Documents related to Eligibility criteria as per clause no. 4 & Mandatory

requirements as per clause no. 8 of this document

9. The commercial part should contain information on price quoted for equipment upto

C-DOT designated place(as per scope of work), payment terms, delivery period,

warranty/guarantee period and other relevant information as per below.

Sl.No. Commercial part should contain

1. Commercial quote containing the price information of the make &

model quoted in the technical part exactly as per Bill of Materials. :

a. Details of the items quoted as per enclosed specifications & scope

of work on TURNKEY BASIS.

b. The rates to be quoted as per the specifications & scope of work.

2. EMD of 2 % of the Total quoted price inclusive of all Taxes

3. Payment terms – Acceptance as per our clause no. 26

4. Delivery schedule – Supply & installation to be mentioned

8

10. Tenderers should submit the quotes along with E.M.D. as indicated in the tender

document in the commercial bid only and a declaration letter in the Technical Bid that

EMD amount has been kept in commercial bid without disclosing the EMD amount.

E.M.D. amount should be submitted by way of a crossed demand draft favoring

"C-DOT" or by way of Bank Guarantee (in the format enclosed) for the said amount.

This amount will be returned interest free, to the unsuccessful tenderers within 6 months

from the closing date of the tender or finalization of the tender for the item, whichever is

later. The Bank Guarantee shall be valid for 6 months from the last date of submission of

the quotes. Alternatively, EMD may also be submitted in the form of Demand Draft.

Separate EMDs must be enclosed with each of the item quoted by prospective

bidders.

11. The E.M.D. is payable by all categories of tenderers and no exemption from E.M.D.

is permissible. Quotes without E.M.D. shall be treated as invalid/ rejected. EMD

submitted in the form of Fixed Deposits will not be accepted. EMD Shall be exempted

for Govt. bodies / PSUs & SSI organizations (who are exempted from payment of

EMD) on production of relevant proof.

Important : EMD should be kept in the commercial part only. If the EMD is not

found in the commercial part, then the quote will be rejected outright. No

Clarifications shall be taken by C-DOT.

12. Technical Compliance statement for the tendered item is a pre-requisite for evaluation.

Therefore the same must be submitted with the technical part. Any falsification /

suppression of facts in the compliance statement would lead to the rejection of the

quote, along with forfeiture of the E.M.D. Corresponding to each technical

specification in the compliance statement, relevant serial no. / page no. / line no. etc., in

the data sheet should be indicated. Incomplete compliance statement may lead to

rejection of the quote.

13. The template of compliance comparison statement is enclosed in Annexures I & II.

All columns should be clearly filled up and, if more than one model is being quoted for,

then different sheets should be submitted for each model. Please do not fill only as

“Complied” in column 3, but, also indicate the quantitative specifications. Failure to

do so may result in the quote not being considered. Please highlight the quantitative

specifications in your data sheet / technical literature. If the space is not sufficient, then

additional sheets may be used. The compliance comparison statement should be signed

by the authorized signatory. If the compliance comparison statement is not filled up, then

the quotations are liable to be rejected.

The compliance statement should be enclosed with the technical part only. Compliance

statement with respect to terms and conditions(Annexure-II) stipulated in the tender

document should also be provided along with the technical part.

9

The tenderers should submit the quotes along with the complete data sheets of the

product. The vendor should also give the compliance of the item being offered with

C-DOT specifications by highlighting on the data sheet with the relevant serial no. of

C-DOT specifications written against the highlighted data.

14. Tenderers shall submit a list of clients, to whom they have executed similar type of

job. This list should clearly enunciate the address of the premises / location, where

such projects are executed, along with the names of the contact persons and their

phone nos./fax nos./e-mail ids .

15. The tenderer shall facilitate visits by the C-DOT team to their client executions sites, for

the purpose direct technical assessment of the equipment at site.

16. The price quoted must be on FOR C-DOT basis and to the designated place as per scope

of work and details given in the Specifications & Scope of work against each Sl.Nos.

17. C-DOT is a public funded R&D organization set up by the Govt. of India and pursuant to

notification no. 10/97 of Central Excise, C-DOT is exempted from paying Excise Duty.

Intending tenderers are advised to take note of the above while submitting their quotes.

Interested tenderers are requested to quote the basic price and the other statutory levies

separately and indicate their acceptance to supply the material at its basic cost with

applicable levies. The exact amount of duties, if applicable, and the tariff head, under

which it is applicable, must be indicated unambiguously in the commercial part.

18. C-DOT is registered with DSIR, Ministry of Science & Technology, Govt. of India, vide

registration no. TU/V/RG-CDE(629)/2006.

19. All quotations received against this tender shall be governed by the terms and conditions

indicated in the tender document. In the case of successful tenderers, E.M.D. amount

will be forfeited to C-DOT in the following cases, without any further intimation:-

a) If, after submission of the quotation, the tenderer fails to honour the Purchase

Order/Work Order/Letter of Intent or refuses to comply with any and/or all of the

terms and conditions of the tender.

b) If the tenderer withdraws the offer during the validity period.

c) If the tenderer fails to submit the 10% Performance Bank Guarantee in accordance

with Clause No.20.

10

20. As per C-DOT tendering procedures, the successful tenderer(s) shall have to deposit

a Security Deposit / Performance Bank Guarantee (PBG) equivalent to 10% of the

total order value for a duration upto the 3 years warranty/extended warranty. The

same can be deposited through a Crossed Demand Draft favouring C-DOT or a

Bank Guarantee as per the enclosed format in the tender document. In case of

submission of Security deposit/Performance Bank Guarantee in the form of a Bank

Guarantee, the same must be issued by an Indian nationalised bank or any prime

international bank. If the performance bank guarantee / security deposit of the

requisite amount stipulated in the purchase order is not submitted, the payments

shall not be made by C-DOT, even after the receipt of order acknowledgement,.

Fixed Deposits shall not be considered as Performance Bank Guarantee.

In the case where a bank guarantee has been submitted against the PBG, the validity of

the same should be equivalent to the warranty period of 3 years from the date of

acceptance of the item. The bank guarantee validity should, however, commence from

the date of written acceptance by C-DOT, subsequent to installation &

commissioning & acceptance at C-DOT. Since the bank guarantee has to be

submitted before equipment supply, this objective shall be met by issuing necessary

amendment to the bank guarantee later, after the date of written acceptance by C-DOT.

If the Security Deposit is submitted towards faithful performance through a Demand

Draft, then the same will be returned after the completion of the warranty period. The

E.M.D. amount submitted by the successful tenderer will be returned to the supplier, only

upon the submission of the security deposit/performance bank guarantee.

21. It should be clearly noted that compliance to the commercial requirement of

submission of security deposit/performance bank guarantee is mandatory. Any

quote enunciating the non-acceptance to this clause is liable to be rejected.

11

WARRANTY-For Sl.No.1

22. The tenderer shall warrant that the work executed and items supplied shall be NEW and

free from defects and faults in design, material, workmanship and manufacture and shall

be of the highest grade and in full conformity with the C-DOT specifications. Tenderers

will be responsible for any defect that may develop arising from faulty material, faulty

design and bad workmanship in the execution of the job/service and shall remedy such

defect at their own cost and at site.

The tenderers are required to submit their quotes with a comprehensive warranty

AS GIVEN IN THE SPECIFICATIONS. By the term “Comprehensive Warranty”

it is meant that the repair/replacement, parts replacement(if any).

Quotes of the tenderers, who are unable to quote with warranty will not be

considered and will be summarily rejected, even if they are meeting all the criteria

in-line with C-DOT’s technical specifications.

All statutory levies shall have to be met by the tenderer and/ or their Representatives

towards replacement and repairs during the warranty period. Thus the warranty should be

comprehensive, all paid up and unconditional.

The warranty shall commence from the date of written acceptance by C-DOT,

subsequent to installation & commissioning. In case of any delays in installation /

commissioning / rectification of faults, the warranty period shall automatically get

extended by a month for delay of 15 days, or, part thereof.

Support during warranty period covers attending to the problems reported by

C-DOT within 24 hours.

23. Warranty Certificate wherever applicable should be submitted from the date of

written acceptance given by C-DOT clearly indicating the commencement date and

expiry of warranty(Wherever applicable).

24. The appraisal of the performance of the material and services provided during the

warranty period shall be done by C-DOT and the same shall be binding upon the tenderer.

25. DELIVERY DATE : Time being the essence of the contract, the tenderers must indicate

the firm delivery date by which the materials will be dispatched and executed by them

from the date of receipt of C-DOT order. They must also clearly indicate the time limit

within which various phases shall be accomplished for work orders and completion

date.

12

26. PAYMENT TERMS:

The payment towards the execution of work will be paid in installments as specified

below. Payments to the contractor shall be "on account" and shall be adjusted against the

final bill.

The various stages of payment shall be as follows:

For Sl.No.1

STAGE I: On delivery of materials/certification

at the site and after inspection by C-DOT

authorities.

75% of the total cost of the material

supplied as per invoice.

STAGE II: On completion of the complete

project as per the work order.

85% of the total Project value after

deducting Stage-I payment .

STAGE III: On completion of all the works and

approval by C-DOT authorities.

Balance 15% of the total Project cost

within 30 days after completion of

work and on receipt of 10% PBG and

period as per the warranty mentioned

in our technical specifications.

For Sl.No.2

STAGE I: On delivery of materials/certification

at the site and after inspection by C-DOT

authorities.

50% of the total cost of the material

supplied as per invoice.

STAGE II: On completion of the complete

project as per the work order.

75% of the total Project value after

deducting Stage-I payment .

STAGE III: On completion of all the works and

approval by C-DOT authorities.

Balance 25% of the total Project cost

within 30 days after completion of

work as mentioned in our technical

specifications. 27. In case the delivery schedules are not adhered to and the supplies get delayed beyond

schedules, penalties shall be imposed on the vendor/tenderer by C-DOT and the

penalty to be imposed will be @ 0.5% for every 01 weeks subject to the maximum

being 5%. Delay beyond 10 weeks will be treated as an exception and C-DOT

reserves the right to impose additional penalty at its discretion.

28. In case the tenderer fails to deliver the material or fails to provide services within the

quoted delivery period in supersessions to the above penalty clause, C-DOT reserves the

right to make alternate procurement and arrangements only at the tenderers cost and risk.

For this, the supplier shall be served with a notice of 2 weeks under a registered cover and

in case of non-performance, on expiry of the notice period, the cost of alternate

procurement /arrangements shall be recovered from the vendor.

13

29. INSPECTION: Before supplying the building material, sample of the same have to

be shown and certified by C-DOT officials. No material will be accepted without t

sample approval. Materials, on their arrival at C-DOT, will be inspected for quality and

quantity by C-DOT officials and their decision in the matter will be final and binding.

The rejected material/s will need to be collected by the supplier within a reasonable

period of time for replacement from our premises and all the charges on the same

including packing charges will have to be borne by the supplier only. In case we do not

receive any response to our letters soliciting the suppliers to collect the rejected material

even within 16 weeks from the receipt of the rejected material at C-DOT, the same may

be disposed off by C-DOT through auction, and the proceeds of such an auction shall be

treated as earnings to C-DOT.

30. Tenderers shall be required to provide complete assistance/guidance at site during the

SITE PREPARATION and INSTALLATION & COMMISSIONING. The scope of the

work includes Supply, Erection, Installation and Commissioning of the various

materials at the place designated by C-DOT shall be the responsibility of the

supplier or their authorized representatives. All the associated costs shall have to be

borne by the supplier or their representatives. No extra charges will be paid.

31. Tenders should be complete in all respects and incomplete tenders not complying with the

terms & conditions shall be summarily rejected without any notice.

32. Quotations should be valid for a period of at least 6 months from the closing date of

the tender.

33. If, at any time, during the performance of the Purchase Order, the suppliers

Encounter conditions impeding timely delivery of goods and performance of service,

then they should promptly notify C-DOT, in writing, of the fact of the delay, the cause of

delay and its likely duration. C-DOT shall evaluate the situation and at its discretion,

decide to extend the suppliers, time for performance. C-DOT’s decision will be final and

binding.

34. C-DOT reserves the right to award work to deserving tenderer. The decision of

C-DOT shall be final and unquestionable.

35. C-DOT reserves the right to reject/accept any part or full Tender(s) without any reason

whatsoever.

36. ARRIVING AT THE LOWEST:

For Sl.No.1

It may be noted that the L1 price shall be calculated based on the rates quoted(AS

PER SPECIFICATIONS) with warranty & AMC on TURNKEY BASIS as per the

Scope of Work & Specifications.

14

For Sl.No.2

It may be noted that the L1 price shall be calculated based on the rates quoted(AS

PER SPECIFICATIONS) on TURNKEY BASIS as per the Scope of Work &

Specifications.

37. FORCE MAJEURE shall mean and be limited to War hostilities, riot or civil

commotion, earthquake, flood or other natural physical disaster and restriction imposed

by the Government or their statutory bodies which prevents or delays the execution of

the contract. In the event of delay lasting over one month, if arising out of cases of Force

Majeure, C-DOT will still reserve the right to cancel the order/contract.

38. Disputes, if any, arising out of the above tender will be referred to courts having

jurisdiction over Bangalore only and shall be subjected to Indian laws including the law

relating to Consumer Protection.

39. The specifications indicated in the tender are as per C-DOT’s requirement. Tenderers

have the option of quoting strictly as per the specifications indicated in the tender

document or offer any equivalents meeting C-DOT's requirement. However, based on the

compatibility, the decision of C-DOT on acceptance/rejection of the same would be final

and unquestionable.

40. Please note that any falsification / suppression of information would lead to tender

disqualification.

41. C-DOT is an R & D organization and is thus not registered under any State’s Sales

Tax or Central Sales Tax and thus has no C.S.T. and K.S.T. numbers.

42. Exact details of excise duty, sales tax, VAT and other levies must be clearly indicated.

Please do not indicate taxes & levies “as applicable”. It may be noted that C-DOT will

not be giving ANY CONCESSIONAL FORMS nor will be claiming any MODVAT

concessions.

43. C-DOT can provide the Excise Duty Exemption Certificates for purchases made from

Indian Manufacturers and also Customs Duty Exemption Certificate .

44. In case, the date of opening of the tender happens to be an unscheduled holiday, the

tender will be opened on the NEXT WORKING DAY at the same time and venue.

15

General Terms & Conditions of the Tender

1. The work to be carried out as per the specifications and scope of work.

2. The work shall be carried out as per the directions of C-DOT. The price shall be

inclusive of the cost of labour charges, scaffholdings etc. The work has to be carried

out after erecting Scaffholdings, wherever required.

3. All applicable Taxes shall be deducted at source.

4. You should mandatorily take Personal Accident Insurance for your employees.

5. Work should be carried out between 8.30 a.m & 5.00 p.m on Working Days only.

6. You are requested to take care of all the safety aspects while executing the work assigned.

Safety Belt should be used without fail. As the working area is very critical, adequate

care has to be taken to avoid any damages due to the negligence of the work. In case of

any damage to the existing building, equipments etc., C-DOT at its discretion will deduct

the amount to extent of the loss incurred.

9. You shall be responsible for payment of compensation in the event of injury, death or

damage caused to employee while discharging the duties.

16

10. You will keep your staff and labour duly insured against any injury or death while

working in the premises or during transportation and will keep C-DOT fully indemnified

against any claim of compensation in this regard.

11. You shall be responsible for statutory requirements and compliance with various

legislations. The employees deployed by the supplier shall be covered under the

provision of Minimum Wages Act and the supplier shall pay the PF/ESI contributions.

12. You shall be responsible for payment of compensation and settlement of litigation arising

out of dispute between employer and employees in the event of injury, death or damage

caused to employee while discharging the duties Labourers should be fully insured,

C-DOT will not be responsible.

*************************

THIS BANK GUARANTEE TOWARDS THE E.M.D SHOULD BE TYPED OUT ON

RS.50/- NON-JUDICIAL STAMP PAPER GIVING FULL POSTAL ADDRESS OF

THE BANK.

Guarantee No :

Amount :

Guarantee Cover From: To :

Last Date for :

Lodgment of Claim :

The Centre for Development of Telematics having its Registered office at C-DOT Campus,

Mandi Road, Mehrauli, New Delhi 110 030, having floated a Tender for (Tender for

______________________) with Tender no. hereinafter referred to as the tender, and M/s

(name and address of the supplier) having the intention of participating in the above

mentioned, we, the (banker's name and address) hereby irrevocably undertake and

guarantee to you that in the event of the award of the Contract to the tenderer and subject to

the failure of the Tenderer to perform any of the following clauses, we undertake to fully

17

compensate the Beneficiary to a maximum amount of Rs. _____________(Rupees

____________________________________ (in words) as and when the same is claimed

from us in writing during the validity of the contract as per the terms and conditions of the

tender contract.

1. If the tenderer fails to accept the contract with the terms and conditions of the contract.

2. If after the acceptance of the contract, the Tenderer fails to carry out the services in

accordance with the terms and conditions of the contract.

3. If the tenderer withdraws the tender during the validity period.

4. If the tenderer fails to complete their services in accordance with the terms and conditions

of the contract or if there is any unexcused delay on the tenderer’s part which may

warrant forfeiture of E.M.D. amount and or imposition of liquidated damages and or

closure/termination of the contract for default.

We, the bank, abide by your Tender terms and conditions and we shall on demand and

without demur, pay to you all and any sums upto a maximum of Rs.__________

(Rupees ____________________________________)

being the E.M.D. furnished by the tenderer to you in the form of this bank guarantee.

We further agree that the Beneficiary shall be the sole judge as to whether the Tenderer has

failed to perform as per the Tender terms and conditions duly specified by the Beneficiary.

We further hereby undertake to pay the amount due and payable under this guarantee without

any demur merely on a demand in writing from the Beneficiary stating the amount claimed

due by way of loss or damage. Any such demand made on the bank shall be conclusive and

binding upon us as regards the amount. Lodgment of claim through Registered Post shall be

conclusive evidence of claim made on us by the Beneficiary. However, our liability under

this guarantee shall be restricted to an amount not exceeding Rs._________(Rupees

________________________________). We further agree that the claim made on us shall

be settled within a period of 30 days from the date of lodgment of claim by the beneficiary.

We agree that the guarantee herein contained shall remain in full force and effect for a period

of 6 months (six months). Unless a demand is made on us in writing within one month from

the date of expiry of six months, we shall be discharged from all liability under this

guarantee.

We further agree that any change in the constitution of the bank or the tenderer shall not

affect our liability under this guarantee.

We further agree that the Beneficiary shall have the fullest liberty without in any way

affecting our liability under this guarantee alter any or all of the terms and conditions of the

tender.

Notwithstanding anything contained herein before our liability under this guarantee is

restricted to Rs._______(Rupees__________________________________________). This

18

guarantee shall remain in force upto a maximum of six months (6 months). Unless a demand

in writing is made on or before __________ (one month from the date of expiry of six

months (date) all your rights under this guarantee shall be forfeited and we shall be relieved

and discharged from all liabilities under this guarantee.

We lastly undertake not to revoke this guarantee during the penance of the above said

tender/tender contract except with the prior consent of the beneficiary in writing.

This guarantee must be returned to us in original immediately on the expiry of the validity

date.

Sealed with the common seal of the bank on this the.............day of..............2016

DATE : For BANKERS NAME

PLACE : SEAL, ADDRESS

19

PERFORMANCE BANK GUARANTEE

GUARANTEE NO :

AMOUNT :

GUARANTEE COVER FROM : TO :

LAST DATE FOR

LODGEMENT OF CLAIM :

In consideration of the Centre for Development of Telematics having its Registered office at

C-DOT Campus, Mandi Road, Mehrauli,, New Delhi - 110 030, hereinafter referred to as the

Purchaser having placed order(s): 1. (Order no and date) 2. (Order no and date), with our

constituents M/s ___________________________ (name of your organization) hereinafter

referred to as the contractor, having their office at (address of your organization) for the

supply and installation of (give brief detail of the order placed) and our constituents having

undertaken to guarantee the faithful performance of the contract during the warranty period

as mentioned in the purchase order(s) referred above, we the (Banker's name and address), do

hereby bind ourselves as their guarantors and undertake to be responsible to the purchasers

and their successors and assigns for payment of all or any sums of money, losses, damage,

costs, charges and expenses, that may become due or payable by the contractor, in the

faithful performance of his said obligations and covenants under the above contract stated

therein provided however that the total amount to be so recovered by the purchaser from us

shall not exceed Rs. ____ (Rupees ______________________________) amount of

guarantee to be mentioned) payable under the said Purchase Order.

We,____________________ ___________________________ (name and address of the

bank) do hereby unconditionally and irrevocably guarantee payment, without demur and

without recourse to the purchaser of sums upto Rs. _________ (Rupees

_______________________________________) amount of guarantee in Rs.___________

and words) on the purchasers first demand in writing making claim for payment to the

purchaser by reason of failure on the part of the contractor to fulfill their obligations under

the contract.

We hereby agree that lodgment of claim through registered post shall be conclusive evidence

of lodgment of claim.

We further undertake to settle the claim within 30 days of lodgment of claim.

This guarantee shall not be revocable by notice or otherwise and is unconditional and without

recourse and our liability as surety shall not be impaired or discharged, until the contractor

has fulfilled all the obligations under the contract and shall not be affected by any change in

the constitution of the purchaser, Contractor or the bank.

Notwithstanding anything stated herein above our liability under this guarantee is restricted to

Rs.___________ (Rupees ____________________________________ amount of guarantee)

20

and shall remain in force till (last date of guarantee) unless a demand or claim under the

guarantee is made on us in writing within one month of the above mentioned date, i.e., before

(date one month from the last date of guarantee cover) all your rights under this guarantee

shall be forfeited and we shall be relieved and discharged of all liability hereunder.

Dated: FOR

Place: (Banker's name)

Address and common seal

21

ANNEXURE-I

COMPLIANCE STATEMENT (TECHNICAL) FOR _______________________

REF: CDOT/TENDER/2016-2017/003

Col - I Column - II Column – III Column - IV

SL

NO.

C-DOT TENDER

SPECIFICATION

SPECIFICATION OF

MODELS QUOTED

DEVIATIONS

IF ANY

PLEASE LIST DOWN EACH

OF THE TENDER

SPECIFICATIONS IN THIS

COLUMN – AS PER SCOPE OF

WORK

PLEASE INDICATE THE

SPECIFICATIONS

OFFERED BY YOUR

MODELS

(DO NOT JUST SAY

COMPLIED)

COMPLIANCE FOR EACH

MODEL OFFERED ARE TO

BE GIVEN SEPARATELY.

ADDITIONAL FEATURES IF

ANY

NOTE: PLEASE FILL UP THE COMPLIANCE CHART FOR EVERY MODEL QUOTED

Date : Signature:

Place: Name:

Designation:

Seal of the company / Agency

22

ANNEXURE-II

COMPLIANCE STATEMENT (Tender terms and conditions)

Ref: CDOT/TENDER/2016-2017/003

I hereby declare that all the information furnished by us are true to my

knowledge.

I have no objection to C-DOT verifying any or all the information

furnished in this document with the concerned authorities, if necessary. I

also certify that I have understood all the terms and conditions indicated in

the tender document and agreeing to, in entirety. I am signing this

document as an authorized signatory in the capacity of

________________________.

Date : Signature:

Place: Name:

Designation:

Seal of the company / Agency

23

SL NO.1

SPECIFICATION

FOR

SUPPLY, INSTALL, TESTING ,

COMMISSIONING AND HANDING

OVER OF AN ANALOG,

ADDRESSABLE FIRE ALARM

SYSTEM ON TURNKEY BASIS

Warranty : Three years warranty from the date of receipt &

acceptance and 2 years post-warranty AMC.

24

INTRODUCTION

Through this tender we intend to equip our campus spread across 23 acres with more than 11

buildings scattered inside with Fire Safety and Management System. The scope of the work

includes Supply, Installation, Testing, Commissioning and Handing over of an Analog,

Addressable Fire Alarm system which is required to form a complete, operative, coordinated

system for various blocks. Bids are invited in Two-Bid System from reputed contractors having

experience in similar nature of work/ services.

TECHNICAL SPECIFICATION

This section of the specification includes supply, installation, testing, commissioning and

handing over of an Analog addressable fire alarm system as set out above. It shall include, but

not be limited to, Alarm initiating devices, Alarm notification appliances, Control Panels,

Auxiliary Control Devices, Annunciation, Power supplies and wiring as specified herein.

The fire alarm system shall generally comply with the requirements of NFPA Standard No.

72 for protected premises signaling systems, except as modified and supplemented by this

specification. The system shall be supervised either electrically or by software-directed polling

of field. The panel, detectors and modules shall preferably be UL listed.

GENERAL FIRE ALARM SYSTEM DESCRIPTION

The main FACP shall contain a Microprocessor based Central Processing Unit (CPU).

The Panel Shall communicate with and control various field devices used to make up the system, such as smoke, Thermal (heat) and Multi Sensor detectors, Addressable modules, including initiating circuits and notification appliance circuits, local and remote operator terminals, printers, annunciation, and other system controlled devices.

The FACP shall be capable of disabling an individual detector. FACP shall be capable

of simulating the fire condition to enable individual testing of the various alarm circuits.

The FACP shall have the facility to silence/ acknowledge/ reset the alarm. Apart from

the FACP, Repeater Panel present in the control room shall have the facility to silence/ acknowledge the alarm of all FACPs in the Network.

In case of a Fire alarm initiation by an alarm initiating device, the audio–visual alarm

shall be generated at the respective fire alarm controls and the Annunciation/Repeater Panels located in the Control Room as well as the particular location of fire and also initiate signal to operate Siren/Strobe located in the respective locations.

The FACP shall be programmed for the sequence of events to be initiated in case of

fire like closing of fire dampers, shutting down supply fans for HVAC, deactivating the access control system and activating the siren/strobe through a module.

The FACP shall have an in-built buzzer to alert the personnel in case of maintenance

25

requirements.

The electronic circuit shall be of solid state and of fail-safe design. It shall be Vermin proof, protected from humidity, corrosion and dust to ensure uninterrupted operation.

The circuit shall be protected against usual electrical transients, electromagnetic and

electrostatic interference (EMI &EMC) present in its vicinity.

SLC cable should be placed at-least minimum of one metre away from any High Voltage cable and the routing shall not permit multiple T joints.

The FACP shall have facility to alter access or reset the stored program through a

password to avoid unauthorized use. The system shall have reverse polarity detection / protection, sensitivity adjustment,

alert for drift compensation and shall be capable of networking minimum of 8 panels in a system

The system shall be capable of diagnosing the cabling for open and short circuits,

unauthorized removal of detector head and AC failure. In case of multiple alarms, the indication shall display the same in chronological

order.

FIRE ALARM CONTROL PANEL (FACP):

The FACPs used in the Building shall conform to the UL (- 9th

Editions)

The fire alarm control panel (FACP) shall be suitable for Class-A Style 5, 6 or 7 wiring and Class–B Style 4 type of wiring as per NFPA-72. It shall have provision to accept the range of 110V - 230V ± 10% single phase, 50 Hz SMPS supply. The processor shall be of M3 32 bit, capability for Day & Night mode. The panel shall maintain 2000 events, each with a time and date stamp. The control panels shall exclusively maintain 1000 alarm event and 1000 other events (troubles supervisory pre alarm etc). The system shall support three password levels, (i.e. Advance / Admin/ user). It shall have inbuilt USB 2.0 Interface for easy configuration facility via PC/Laptop. The FACP shall have Minimum 160 Characters LCD in which the LCD clearly indicates the location of fire, Fault & Supervisory. The FACP should have capacitive Touch Keypad, instead of mechanical snap dome switches for trouble free operation. The panel shall have degraded operating mode. In case of main CPU failure the panel still gives audio and visual notification. The FACPs shall have maximum capacity of four loops and can be configurable as one, two, three and four loop. It shall have inbuilt RS485 facility for networking. Peer to peer networking of at least eight panels should be possible in a system, comprising of not less than 8128 devices in any combination. The panel shall have two circuits for remote monitoring with at least one for Initiating device circuit. The FACP should have minimum two inbuilt Notification Appliances circuits. The FACP shall have provision to interface Ethernet, GSM module and any BMS. The FACP shall have the facility to connect the Printer by using Interface module directly to the panels.The panel shall have minimum three programmable form C, potential free Relays, loop wise Auto-learn facility for easy installation and commissioning, capability to add or delete the devices without affecting the existing configurations, facility to program 192 groups with label, built in visual alarm indication for minimum 36 zones, programmable time delay facility. The Panel should be capable of alerting duplication of address, mismatch on the device type. The panel shall have provision to restore factory default setting. The FACP should give audio and visual indication for main and/or standby power supply failure. The panel shall indicate degraded power supply in case

26

both the mains and standby power supplies are below the rated level with inbuilt battery charging circuit to charge up to 40Ah SMF batteries. The FACP shall be capable to integrate the voice evacuation system, shall have Programmable Trouble Reminder facility, AC loss Delay facility and also on site and off site programming. The FACP shall have the following functions activated through the touch key pad:

Acknowledge Silence Evacuate Reset Scroll Test

Loop card should have built in intelligence with 32 bit controller with auto addressing facility in respect to the slot it is inserted, shall be swappable without any configuration changes and should have LED for loop status indication. Each loop shall accommodate minimum 254 devices (detectors and modules) in any combination. All the alarm initiating devices shall be addressed through 8 way DIP switch without any configuration utility/ programming kit. (Binary –addressing). All types of detectors offered will be restorable type i.e. suitable for operating afresh after each actuation on alarm without replacement or adjustment. The sensitivity of smoke sensor shall be individually adjusted from the FACP to suit the conditions of each location. Each detector shall have self-test facility, which is monitored in the FACP. The FACP should be able to monitor each detector and raise maintenance alert once the drift compensation level is reached.

CONSTRUCTION DETAILS:

The FACP shall be of 1.6 mm CRCA cabinet and shall have an ingress protection of at least

IP – 50. It shall be capable of being wall Mounted or flush mounted. The cabinet and front

shall be corrosion protected, given a rust-resistant powder coat, and manufacturer's standard

finish. It shall be of Red, White or Black finish as per requirement. The FACPs shall be

provided with earthing terminals with cable entry from the top. The panel shall be completely

factory wired, absolutely ready-in all respects for installation at site. The internal wiring of

the panel shall be carried out with 650V grade, stranded copper wires of size rated for the

current in the corresponding circuit. The minimum size of the wire shall be not less than 0.8

sq.mm for electronic-circuits and 1.5sq.mm for electrical circuits & 14AWG for grounding.

The door shall be provided with a key lock and shall have the ability to be hinged.

POWER SUPPLY:

The System shall operate in the range of 110-240V AC, 50/60 Hz main supply (SMPS). The

power supply shall have auto resettable fuses. The panel shall have protection against

transient and surges. The Power Supply shall be provided with an earth detect circuit, capable

of detecting earth faults. The power supply shall have Battery charging facility with thermal

fuses to avoid reverse polarity damages. The SMPS power supply shall have LED indication

to show the healthiness of the power supply in green color and in low voltage condition it

shall have red indication.

27

CENTRAL PROCESS UNIT (CPU):

The FACP shall have a processor which shall be 32 bit ARM cortex M3 controller. The

sophisticated software shall facilitate extensive memory for storing the logs of alarms, times

and action taken report. The memory shall store data in a non-volatile format and retrievable

for at least seven years.

REPEATER PANEL (UL LISTED):

The Repeater Panel shall have minimum 160 characters LCD display in which the LCD

clearly indicates the location of fire, fault & supervisory status. The repeater panel should

have capacitive touch keypad, instead of mechanical snap dome switches, for trouble free

operation. Repeater panels shall be suitable for wall mounting or mounting on table which

shall display all the parameters occurring on the fire alarm control panel. It shall connect to

any of the fire panels in the network. It shall be provided with an external power supply. The

repeater panel shall replicate the main panel indications and shall be accessed only by

authorized users through password. The repeater panels shall be connected to the main panel

and other repeater panels in such a way that failure in any of the panels shall not affect the

performance of the other panels.

ADDRESSABLE DETECTORS

Addressable Multi Sensor (Optical & Thermal) Detector:

The multi-sensors must comply fully with the general requirements for intelligent point

sensors. Multi-sensors shall comply with standard NFPA for Enhanced Smoke Sensors. The

multi sensors shall incorporate photo electronic optical smoke sensors, and high sensitivity

thermal sensors, software interlocked to provide early warning from all types of smouldering

and thermal fires. Multi-sensors shall be able to be operated as enhanced smoke sensors and

thermal sensors. The smoke element shall be of the light scattering type using a pulsed

internal LED light source and a photocell sensor. The thermal element shall utilize high

sensitivity, high speed thermistors optimized to measure small changes in temperature, and

rate of change. The elements shall measure both absolute smoke and thermal levels, but also

rate of smoke and thermal change. The smoke and thermal elements must report

independently to the control panel, and must be software interlinked to enable intelligent high

–level decision making.

The detector shall be capable of operating within the following environmental limits.

a. Temperature operating range -10℃ to + 45℃

b. Humidity operating range 0% to 93% RH (without condensation)

c. The detector should have fixed temperature rating of 59℃ and rate of rise of

11.1℃ /min.

d. The multi detector shall be loop powered and addressed by DIP switches.

28

e. The detector shall have at least 3 levels of sensitivity settings.

f. The detector wiring shall be polarity free.

g. It shall have inbuilt drift compensation facility.

h. In case of a failure, panel shall allow to replace the detector with the same type

without the need of additional programming.

i. The detector shall change sensitivity settings based on day/night mode or with

schedules based on the programming.

Addressable Optical Smoke Sensor Detector:

The optical smoke detector must comply with UL- 268 for the general requirements for

intelligent point sensors. Optical smoke detector shall comply with UL 268 for Enhanced

Smoke Sensors. The optical smoke detector shall incorporate photo electronic optical smoke

sensors, software interlocked to provide early warning from all types of smouldering. Optical

smoke detector shall be able to be operated as enhanced smoke sensors. The smoke element

shall be of the light scattering type using a pulsed internal LED light source and a photocell

sensor. The elements shall measure both absolute smoke levels. The smoke elements must

report independently to the control panel, and must be software interlinked to enable

intelligent high –level decision making.

The detector shall be capable of operating within the following environmental limits.

a. Temperature operating range -10℃ to + 45 ℃

b. Humidity operating range 0% to 93% RH (without condensation)

c. The optical smoke detector shall be loop powered and addressed by DIP

switches.

d. The detector shall have at least 3 levels of sensitivity settings.

e. The detector wiring shall be polarity free.

f. It shall have inbuilt drift compensation facility.

g. In case of a failure, panel shall allow to replace the detector with the same type

without the need of additional programming.

h. The detector shall change sensitivity settings based on day/night mode or with

schedules based on the programming.

Addressable Heat Detector:

The Heat Detector shall confirm to the relevant standards having the following features:

1. Detector shall be UL approved.

2. The detector should have fixed temperature rating of 59℃ and rate of rise of 11.1℃

C/min

3. The Detector shall be loop powered and addressed by DIP switches.

4. All the detectors shall have a visible dual blinking LED to indicate the healthiness/

trouble/ alarm condition of the detector. The LED shall be located in such a way that

it shall be visible along all 360 degrees.

5. It shall possess False alarm immunity and a superior signal to noise ratio.

6. It shall be capable of supporting style 7 wiring.

7. In case of a failure, panel shall allow to replace the detector with the same type

without the need of additional programming.

8. The detector wiring shall be polarity free.

9. The detector shall have the connection details on the bottom.

29

Standard Base:

1. The base shall be UL Listed

2. The base shall be common for PHOTO, THERMAL AND MULTI SENSORS.

3. Terminals of base shall be rust resistant.

The base shall have separated in and out terminals.

4. The base shall have terminals to connect remote indicator.

ADDRESSABLE MODULES

Control Module (CM):

1. The Control Module shall be UL listed.

2. The CM shall have LED indication to show the status.

3. The CM shall activating notification devices and 24V DC operated devices.

4. It shall have a capability of handling at least 1A @ 30VDC to integrate with third party

system.

5. The CM shall be capable of powering through the auxiliary source and shall supervise

the auxiliary power. The CM shall communicate faults and troubles related to the NACs,

power supply to the panel.

6. The CM shall be addressed by means of dip switches.

7. The CM shall be loop powered.

Monitor Module (MM):

1. Monitor Module shall be UL Listed.

2. The MM shall have LED indication to show the status.

3. The MM shall have supervised monitoring circuit.

4. The MM shall monitor any number of potential free NO contact.

5. The MM shall be addressed by means of dip switches.

6. The MM shall be loop powered.

Relay Module (RM):

1. The Relay Module shall be UL Listed.

2. The RM shall provide two dry potential free contacts for activating a variety of auxiliary

devices and other firefighting / ventilation equipment.

3. The RM shall have contact rating of 2A @30V DC, 0.5 @230 VAC

4. The RM shall be addressed by means of dip switches.

5. The RM shall have LED for status indication.

6. The RM shall be loop powered.

30

Isolator Module/ Base:

Isolator module/ base shall be part of the loop. These modules shall be provided to

automatically isolate wire-to-wire short circuits on an SLC Style 6 (Class A) or Style 4 (Class

B branch). The isolator module shall limit the number of modules or detectors that may be

rendered inoperative by a short circuit on the SLC loop segment or branch. At least one

isolator module shall be provided for each floor or protected zone of the building. If a wire-

to-wire short occurs, the isolator module shall automatically open-circuit (disconnect) the

SLC. When the short circuit condition is rectified, the isolator module shall automatically

reconnect the isolated section. The isolator module shall not require any address setting, and

its operations shall be totally automatic. It shall not be necessary to replace or reset an

isolator module after its normal operation.

Addressable Zone Interface Module (ZIM):

1. The zone Interface module (ZIM) will facilitate connection of conventional detectors in

the same circuit /loop consisting of addressable detectors.

2. The ZIM shall be capable of powering the detectors through the auxiliary source and

shall supervise the IDC power supply.

3. The ZIM shall communicate alarm and troubles related to detector and power supply to

the Panel.

4. The ZIM shall allow resetting conventional detectors from the panel.

5. The ZIM shall have LED status indication

6. The ZIM shall be capable to connect at least 16 Initiating Devices.

Manual Pull Stations:

Each manual pull station unit shall comprise of a pull station of approved make with

minimum 1 N.O. + 1 N.C contacts. This whole assembly of Pull station shall again be

enclosed in an external die cast iron enclosure with all side covered included from the front

side. In case of fire when pull down the lever and inside glass tube is broken to give fire

warning, the pull station shall be released due to spring action hence giving remote fire alarm

through the NO contact which has now changed over.

I. The enclosure shall be completely dust, damp, weather and vermin proof protection.

II. The complete unit shall be suitable for wall / column mounting with necessary surface

/ recess mounting accessories as required.

III. The complete unit and the pull station shall be painted Signal Red (Shade No. 537 as

per IS:5) the internal surface shall be painted with Red colour.

Sounder :

The Sounder shall confirm to the relevant standards having the following features.

1. The Sounder shall be a Conventional sounder. (Bidder shall consider external power

supply, cable, conduits, modules required for activating externally powered sounders and

31

include the costing as part of the item – Sounders)

2. The sounder shall have audibility level of 85dB

3. The sounder shall have the capability of being tested from the FACP.

Sounder / Strobe:

The Sounder / Strobe shall confirm to the relevant standards having the following features.

1. The Sounder / Strobe Shall have audibility level of 90db.

2. The Sounder / Strobe shall have 15cd flashing capacity at 1HZ for Visual indications.

3. The Sounder / Strobe shall be integrated with Control Modules with necessary

auxiliary voltages.

4. The Sounder Cum strobe shall be working on 24VDC auxiliary power supplies.

Beam Detector:

The Beam Detector Shall confirm to the relevant standards having the following features.

1. Shall have an Infrared transmitter and receiver in a single housing.

2. Shall have an interoperating Prism Reflector.

3. Shall supports from 5 meter to 100 meter in range.

4. Shall have an inbuilt LASER light for easy alignment with the reflector.

5. Shall have a adjust screws for precise alignment.

6. Shall have inbuilt Drift level compensation.

7. Shall have three levels of sensitivity threshold settings (i.e) 18%,30%,50%

8. Shall operates on the temperature of -25deg C to 55 Deg C

9. Shall operate on 24VDC power supply.

10. Shall have a provision to connect the Response Indicator.

Duct Detector:

The Duct Detector shall confirm to the relevant standards having the following features.

1. Detector shall be UL approved.

2. It shall have smoke sensitivity of 1.9 +/- 0.6 %/ft

3. The Detector shall be loop powered and addressed by DIP switches.

4. All the detectors shall have a visible dual blinking LED to indicate the healthiness/

trouble/ alarm condition of the detector. The LED shall be located in such a way that

it shall be visible from the 360º.

5. It shall possess False alarm immunity and a superior signal to noise ratio.

6. It shall be capable of supporting style 7 wiring.

7. It shall have inbuilt drift compensation facility.

8. In case of a failure, panel shall allow to replace the detector with the same type

without the need of additional programming.

9. The detector shall change sensitivity settings based on day/night mode or with

schedules based on the programming.

10. The detector shall have at least 3 levels of sensitivity settings.

11. The detector wiring shall be polarity free.

32

12. The detector shall have the connection details on the bottom.

13. Test Hole on cover.

14. High efficient single sampling tube.

15. One-pipe air sampling system.

16. Patented venturi pipe and duct housing.

17. Simple installation.

A. Batteries:

(i) Battery shall have sufficient capacity to power the fire alarm system for not less half an

hour in alarm condition and at least 24 hours in normal condition.

(ii) The batteries are to be completely maintenance free.

(iii)The batteries shall be of Lead acid/SMF type (please specify)

B. Cables/conduits:

All cables/conduits to be laid on wall, ceiling and on the hangers wherever necessary and as

directed by the authority with required hardware. The cables shall be FRLS armored PVC

twisted 1.5 sq mm multi strand insulated, copper conductor, conforming to IS: 1554 and shall

be of specified make. The cables shall be properly terminated and labeled.

C. Approvals:

All the equipment shall have proper listing and/or approvals and shall comply with the

requirements of Underwriters Laboratories Inc. 9TH

edition.

GRAPHIC SOFTWARE:

All the panels in the network shall have a static IP address on Local Area Network.

All the panels in the network shall have single public static IP address on Wide Area

Network.

The Bandwidth of the LAN or the WAN shall be of minimum 1Gbps.

shall be GUI based User Friendly Software

Shall be able to identify the fire with location name as shown in the fire alarm control

panels.

Shall be able to identify the faults in the FACP.

Shall have facility to program the location of the devices.

Shall have the Event storage facility and printing facility of the events.

shall have configurable Visual and Sound Alerts for the fire and fault conditions

Shall have the acknowledgement facility.

Shall get stored all the events in the networked panel.

shall have two Level of access Admin and User levels

Multi Mode (Ethernet / USB) Communication Facility.

Pop up for any events like fire, fault, power fault, etc.

Maximum of 32 addressable fire alarm control panels shall be monitored and

controlled through the software.

Single / Multi Mode Floor Configuration facility.

Floor Configuration using DWG / DXF Files.

Recommended Operating Systems Windows 7 & 8

(’Home’ package variants can be used if network connectivity is not required)

33

40Gb Hard Drive (Minimum Recommended)

Backup device recommended (e.g. CDR, USB, ZIP disk)

ABBREVIATIONS USED

NFPA - National Fire Protection Association

UL - Underwriters Laboratory

CPU - Central Processing Unit

HVAC - Heating, ventilation and air conditioning

SLC - Signaling Line Circuit

AC - Alternative Current

USB - Universal serial Bus

LCD - Liquid Crystal Display

GSM - Global System for Mobile communication

BMS - Building Management System

SMF - Solid Maintenance Free

CRCA - Cold Rolled Closed Annealed

DIP - Dual Inline Package

AWG - American wire Gauge

ARM - Advanced RISC Machines

SMPS - Switch Mode Power Supply

°C - Degree Centigrade

CM - Control Module

MM - Monitor Module

RM - Relay Module

DC - Direct Current

ZIM - Zone Interface Module

NC - Normally Closed

NO - Normally Open

Db - Decibels

LASER - Light Amplification by Stimulated Emission of Radiation

FRLS - Fire Retardant Low Smoke

IS - Indian Standard

Gbps - Gigabytes per second

WAN - Wide Area Network

DWG - Drawing

DXF - Drawing eXchange Format

ZIP - ZIP is an archive file format that supports lossless data compression

Gb - Gigabyte

34

GENERAL TERMS & CONDITIONS

Intending Tenderers’ Eligibility Conditions :

1. Intending tenderers need to visit the CDOT campus personally to conduct a site

survey prior to submission of their tender.

2. Average annual turnover during the last 3 years, ending 31st March of the Previous

financial year, should be Rs 25 Lakh and above.

3. Copy of PAN/TAN card issued by Income tax Dept.

4. Documents relating to the constitution of the Firms i.e., Sole Proprietorship Affidavit,

Partnership Deed, Articles of Association, etc.

5. Valid registration documents of the firm (VAT & Service Tax)

6. Availability of service backup / Replacement / Repair facilities available in Bangalore

after installation / sales will be given preference

7. Any other credentials / supporting documents deemed useful.

8. Joint Ventures are not eligible to participate.

9. Applications without the above Documents/Certificates will not be considered

The following Documents to be submitted along with technical bid:

a. Product certification signed by the original equipment manufacturer of the fire alarm

system components certifying that their products comply with the referred standards

completely with specifications and UL/FM approval.

b. Certificate from the major equipment manufacturer or OEM indicating that the

proposed performer of contract for this particular work of C-DOT is an authorized

representative of their products along with 3 years warranty support from the date of

handing over of the system and 5 years’ spares support after warranty period.

c. Product data for fire alarm systems components including dimensional plans,

sections, and elevations showing minimum clearances installed features and devices

and list of materials and data

d. System operation description including method of operation and supervision of each

type of circuit and sequence of operations for all manually and automatically initiated

system inputs. Description shall cover this Specific project.

e. Shop drawings showing the annunciator layout, configurations and terminations

f. Complete operating and maintenance manuals listing the manufacturer’s names

including technical data sheets.

g. Wiring diagrams indicating internal wirings for each device and the inter

connections between the items of equipments

Approvals

The system shall have proper listing and approval from the following nationally recognized

agencies

Underwriters Laboratory Inc. - UL

National Fire Protection Association - NFPA72

35

FIRE ALARM SYSTEM -BOQ

SL.

No.

Make DESCRIPTION Qty. Unit

1 Edwards

EST / Ravel

/ Notifier

Supply ,Installation and Commissioning : Installation and

Commissioning of Addressable fire alarm Panel which

consists of display board which will have 160 Character

Display with Touch key pad, Mother board which will have

ARM CORTEX M3 32 Bit Processor, Inbuilt RS-485

Networking Circuit for peer to peer networking, Inbuilt USB

2.0 Port for upload and download the Configuration tools,

Two inbuilt programmable inputs, Two inbuilt NAC's, and

Three Programmable Relays, and 4 Loop Card circuits. power

Supply ,Installation and Commissioning Board which will

have SMPS fully protected board, which its operates on 120

to 220V AC ± 10% with 50/60 Hz, battery backup 24V DC

with built-in charger. the panel have IP-50 rating Optional:

for BMS integration thru MODBUS converter, Graphical

Software, Software for TCP/IP Module, provision for GSM

based Auto dialler,provision for printer thru compatible

module, Approval UL Listed. Make : Edwards EST / Ravel /

Notifier

11 Nos.

2 Edwards

EST / Ravel

/ Notifier

Supply ,Installation and Commissioning ,Installation and

Commissioning of Loop Card which will have 254 devices of

both detectors and modules in a single line circuit on any

combination, SLC should supports both Class A and Class B

wiring.Shall have an LED indication for FIRE,Normal and

Redundancy conditions Approval: UL Listed, Make :

Edwards EST / Ravel / Notifier

12 Nos.

3 Edwards

EST / Ravel

/ Notifier

Supply ,Installation and Commissioning of Addressable

Active Repeater Panel which consists of display board which

will have 160 Character Display with Touch key pad, Mother

board which will have CORTEX 64 Bit Processor, Inbuilt RS-

485 Networking Circuit for peer to peer networking, and One

Fire Relays, power Supply ,Installation and Commissioning

Board which will have SMPS fully protected board, which

operates on 24V DC Input. The panel have IP-50 rating -

Approval: UL Listed, Make : Edwards EST / Ravel / Notifier

1 Nos.

36

4 Edwards

EST / Ravel

/ Notifier

Supply ,Installation and Commissioning of Addressable

Smoke detector with base with Binary coded address setting.

Dual LED’s for 360° visibility.Polarity Free, Sleek low-

profile housing design. Regular 100mm base. IP Rating : IP -

42. Approval: UL Listed, Make : Edwards EST / Ravel /

Notifier

500 Nos.

5 Edwards

EST / Ravel

/ Notifier

Supply ,Installation and Commissioning of Addressable Duct

Smoke detector with 2ft. Sampling tubes and air velocities of

100 to 4000 ft/min with Binary coded address setting. Dual

LED’s for 360° visibility.Polarity Free, Sleek low-profile

housing design. IP Rating : IP - 54, Make : Edwards EST /

Ravel / Notifier

15 Nos.

6 Edwards

EST / Ravel

/ Notifier

Supply ,Installation and Commissioning of Addressable Heat

detector with Fixed temperature of 59°C and ROR feature to

raise an alarm when the temperatures raises 11.1°per Minute

,Shall have Binary coded address setting. Dual LED’s for

360° visibility. Non Polarised ,Sleek low-profile housing

design. Regular 100mm base. IP Rating : IP - 42. Approval:

UL Listed, Make : Edwards EST / Ravel / Notifier. Note:

Need to Connect with Addressable Monitor Module

30 Nos.

7 Edwards

EST / Ravel

/ Notifier

Supply ,Installation and Commissioning of Manual Pull

Station with addressable monitor module - Single Action/Dual

action - with back box andBreak Glass Rod,shall be resettable

by Align key to avoid unauthenticated restorations - Approval:

UL Listed, Make : Edwards EST / Ravel / Notifier

60 Nos.

8 Edwards

EST / Ravel

/ Notifier

Supply ,Installation and Commissioning of Conventional

Beam Detector comprising of 4 wire system with Infrared

emiter and receiver in a single housing and Four reflector

plates - 5-100mtrs. Range - equipped with built-in automatic

compensation - in-built laser light for easy alignment - Option

for remote indication - Three sensitivity threshold of 18%,

30% & 50%, Make : Edwards EST / Ravel / Notifier

10 Nos.

9 Edwards

EST / Ravel

/ Notifier

Supply ,Installation and Commissioning of Addressable

Control Module for activating the Notification application

devices. Shall have supervisory facility to supervise the

auxillary power Supply as well as the Notifcation Appliance

Circuits.. Shall have Binary Coding Setting dip switches,Shall

have an LED indication for normal working and active Modes

- Approval: UL Listed, Make : Edwards EST / Ravel / Notifier

55 Nos.

37

10 Edwards

EST / Ravel

/ Notifier

Supply ,Installation and Commissioning of Addressable Relay

Module with Non Supervised Dual potential free

contacts.Shall have Binary Coded Dip Switch address

settings,Shall have an LED indiaction for normal and active

modes Approval: UL Listed, Make : Edwards EST / Ravel /

Notifier

5 Nos.

11

RE - 717

MIEdwards

EST / Ravel

/ Notifier

Supply ,Installation and Commissioning of Fault isolator Base

/ Module capable of monitoring shorted loop circuit and

automatically restore communications when shorted

conditions are corrected, Make : Edwards EST / Ravel /

Notifier

35 Nos.

12 Edwards

EST / Ravel

/ Notifier

Supply ,Installation and Commissioning of Addressable Zone

Interface Module for monitoring the field Conventional

devices.,Shall have Binary Coding address DIP switch

Settings,Shall supports 16 conventional devices, Make :

Edwards EST / Ravel / Notifier

9 Nos.

13 AGNI /

Ravel / EM

Entps

Supply ,Installation and Commissioning of Conventional type

Horn / Strobe wall mounted type rated at 100 ± 5 DBA @ 1m

for Audible annunciation,Fire Sires Sound ,ABS, Make :

EGNI / Ravel / System Sensor / EM Entps

Note: Need to Connect with Addressable Control Module

55 Nos.

14 AGNI /

Ravel / EM

Entps

Supply ,Installation and Commissioning of Response indicator

for all detectors located above false ceiling and in closed

cabins, Make : AGNI / Ravel / EM Entps

155 Nos.

15 Edwards

EST / Ravel

/ Notifier

Supply ,Installation and Commissioning of TCP / IP Module

(Ethernet Module) - to provide communication between local

network that uses the RJ45 communication protocol (TCP

server & UDP) and fire alarm control panels, Make : Edwards

EST / Ravel / Notifier

12 Nos.

16 Edwards

EST / Ravel

/ Notifier

Supply ,Installation and Commissioning of Graphic Software -

to monitor & control the status of the FACP from the windows

based system - with Visual & Sound alerts for the fire and

fault conditions - with Three Level multi users access

1 Nos.

17 Edwards

EST / Ravel

/ Notifier

Supply & Installation of Back box with Addressable monitor

module for Manual Pull Station, Make : Edwards EST / Ravel

/ Notifier

60 Nos.

18 Cable

Supplying, and Laying of 2 core 1.5 sqmm FRLS twisted Shielded

copper multi strand armoured Cable along with the required

accessories 8000 Mtrs.

Warranty : Three years warranty from the date of receipt &

acceptance and 2 years post-warranty AMC.

38

SL NO.2

FOR

SUPPLY & FIXING OF CURB

STONES ON TURNKEY BASIS

39

Fixing of New kerb stones for main Roads

Scope of work:-The existing side stones have to be removed and shifted to the

designated place within our campus and new precast kerb stones have to be fixed with

necessary digging/concrete road cutting/plastering work etc. Plastering has to be done

between successive kerbs and 2 coats of Enamel paint have to be done (Green and white

colour)

Sl no Work description Quantity

01. Removal of existing side stone with digging concrete

cutting etc and shifting the same to the designated place

with in CDOT Campus

8000 RFT

02. Supply and installation of Precast kerbstone as per

drawing attached.

Kerb stones should comply with specifications as laid

out in IS 5758-1984.

Note-This work includes digging, concrete road cutting

with heavy duty drilling ,Back filling, plastering, etc.

as required.

8000 RFT

03. 2 coats of Enamel paint(Green & white) have to be

done on kerb stones

LS

40

Note-

Vendor should visit the site and understand the work before quoting.

All construction debris has to be taken out of campus.

Curing has to be done for all plastering works for at least 10 days( 3 time a day)

All the necessary tools and implements that are required for the job have to be made

available at the site by the vendor.

**************END OF THE TENDER DOCUMENT ****************


Recommended