View
215
Download
2
Category
Preview:
Citation preview
Page 1 of 88
TENDER DOCUMENT FOR
SUPPLY, INSTALLATION & COMMISSIONING OF FIRE ALARM SYSTEM (FAS), CCTV SURVEILLANCE SYSTEM &
ACCESS CONTROL SYSTEM (ACS) FOR
NRB, BARC, TARAPUR
Section - A: Tendering and Contract conditions
Section – B: General conditions of contract
Section – C: Technical Specification for supply, installation and commissioning of FAS,
CCTV & ACS system for NRB, BARC, Tarapur.
Section – D: Format for submission of tender
Part- I: (Technical Bid)
Annexure I: Technical format for submission of tender.
Annexure II: Schedule of deviation
Annexure III: Vendor evaluation Form
Part – II: (Price Bid)
A. Price & Quantities Schedule
B. Manufacturing & Delivery Schedule
Section – E: Drawings
1. Drg. No-1: General layout of FAS, CCTV & ACS ( Floor-1)
2. Drg. No-2: General layout of FAS, CCTV & ACS ( Floor-2)
3. Drg. No.3: General wiring scheme
4. Drg. No.4: Typical GA of CCTV Control Panel
5. Drg. No.5: Typical GA of Access Control Panel (Turnstile Gate)
Page 2 of 88
Section - A
TENDERING AND CONTRACT CONDITIONS
CONTENTS
Clause Details
1. Introduction
2. Location
3. Copies of bids and specifications
4. Delivery & Execution
5. Information to be included with the proposal
6. Pre-Bid Meeting
7. Price
8. Deviation from tender specifications
9. Packing shipment & transport
10. Testing, quality surveillance, progress reports and training
11. Guarantee
12. AMC
13. Validity of offers
14. Pre-qualification Criteria
15. Drawing
16. General information
Page 3 of 88
SECTION A: TENDERING AND CONTRACT CONDITIONS
1. INTRODUCTION
This tender covers design of suitable configuration, system detailing, assembly of
materials, safe delivery at site, erection, installation, inspection, testing, commissioning
and guarantee of Fire Alarm System (FAS), Close Circuit TV (CCTV) system & Access
Control System(ACS) at NRB, BARC, Tarapur as per technical specifications.
2. LOCATION
The site of NRB, BARC, Tarapur, Thane, herein referred to as “site”, is located in the
state of Maharashtra.
3 COPIES OF BIDS, SPECIFICATION AND DRAWING
Two copies of tenders, properly signed, together with two copies of all supporting
information shall be submitted.
4 DELIVERY & EXECUTION
The supplier shall submit his plans giving detailed time schedule of work in the form of
PERT/ CPM network covering the various phases involved in the work e.g. procurement
of materials, erections, inspection and testing etc.
The above items shall be delivered at site within four months from date of approval
of drawings & layouts. The installation, testing & commissioning at site, shall be
done by the supplier, within 6 months after receipt of materials at site.
5. INFORMATION TO BE INCLUDED WITH THE PROPOSAL
a) The offer without technical literatures, complete technical details of all components
and sub-systems, make, model number, manufacturer, operating instructions,
calibration procedures, circuit diagrams, all drawings and descriptions with
troubleshooting, check list, maintenance tips, technical data sheet with relevant
drawings, will be treated as incomplete and are liable to be rejected.
b) The offers shall be accompanied by a recommended configuration / architecture of the
offered system clearly indicating information flow and interconnections between
various subsystems. The deviations from the tender specifications shall be clearly
specified.
c) Contractor evaluation Performa
d) Proof of ability
e) Schedule of deviation
f) Statement of qualified man and machinery
Page 4 of 88
g) Activity wise bar chart for execution of work
h) The offer shall include a list of recommended spares for 5 years maintenance and
prices thereof.
5.1 Document to be submitted after completion of the installation work:
a. Compliance Certificate: On successful installation of FAS, CCTV & ACS
system, the supplier shall issue a certificate of compliance with specifications.
b. All relevant materials test reports, manufacture‟s test certificates,
commissioning test reports etc.
c. As built drawings duly approved by purchaser for complete system.
6. PRE- BID MEETING
In their own interest, bidders are advised to see site conditions before submission of the
offer.
A pre-bid meeting will be held with prospective bidders to enable them to seek
clarifications on technical specifications and the tender documents that may consider
necessary for submission of the tenders (Part –I (technical) & Part-II (price)). All
clarifications sought for, will be finalized during the meeting and confirmatory minutes
of pre-bid meeting shall be circulated among all bidders who have been issued tender
documents irrespective of their attending the pre-bid meeting. It is upto the prospective
bidders to take part in the pre-bid meeting. Non-attendance of pre-bid meeting does not
debar the prospective bidder from participating & submission of tender. No separate pre-
bid meeting will be conducted for the bidder, who do not attend the pre-bid meeting on
the date & time fixed for the purpose.
7. PRICE
7.1 Bidders are hereby advised to quote against the offer in compliance with the
specification first and then to quote alternative offers with their suggested material
and system, if any.
7.2 Break-up of prices as asked in Section-D, Part -II of this tender document shall be
furnished.
8. DEVIATION FROM TENDER SPECIFICATIONS
Two copies of any suggested deviation / finding discrepancies in or omission or having
any doubt as to the meaning or intent of any part thereof shall be submitted for
purchaser's approval prior to commencement of manufacture. Only such deviation as are
approved by the purchaser shall form part of the contract.
The bidder shall preferably quote for the item, strictly in accordance with the
specifications. Should he require offering deviations in any way from the specification,
the deviations shall be clearly and distinctly listed in his offer.
Page 5 of 88
9. PACKING SHIPMENT & TRANSPORT
Delivery of materials at site shall be responsibility of the supplier. The supplied items
shall be packed and protected as not to suffer any deterioration, damage or breakage
during shipment and storage in tropical climate.
The supplier should, at his responsibility check and ascertain the existing rail/road
limitation for transport of the materials from works to site, unloading of materials at site,
transport to store, joint inspection of material by department and supplier, lodging
insurance during transport, safe storage and prevention during storage. It is the
responsibility of the supplier to insure all the material during transit.
The supplier shall note that shipment shall be in accordance with the given instructions.
Each package shall be limited to size and weight that are permissible under the existing
rail and road limitations.
The supplier shall not ship the material without the prior approval of the purchaser's
inspector and subsequent written instruction to do so.
10. TESTING, QUALITY SURVEILLANCE, PROGRESS REPORTS & TRAINING
10.1 The supplier shall give at least 15 days advance notice prior to the
commencement of pre-dispatch testing so that the purchaser's representative can
plan to witness the tests.
The FAS, CCTV & ACS system shall be tested for functional and initial
installation tests as per relevant standards in presence of representative of the
purchaser at the manufacturer's works. The supplier shall install in accordance
with approved plans and also in accordance with manufacturer‟s specifications.
Upon completion of the installation, a satisfactory Site Acceptance Test (SAT)
shall be conducted by the supplier for FAS, CCTV & ACS systems in the
presence of representative of the purchaser at site.
10.2 Four copies of test reports (in CDs) and one hard copy shall be submitted after
receiving the approval of a preliminary copy from the purchaser.
Waiving of quality surveillance or acceptance of material or equipment by the
quality surveyor shall not relieve the supplier from the responsibility of
furnishing material and workmanship in accordance with this tender document.
10.3 Supplier shall arrange training of NRB, BARC engineers, supervisors and
operating staff on procedures of installation, programming, operation, upkeep and
maintenance of the complete integrated system at works & site.
11. GUARANTEE
11.1 All the components, parts, assemblies & equipment supplied under this contract
shall be guaranteed for satisfactory performance and against manufacturing and
material defects for a period of 12 months from the date of commissioning or 18
months from the date of delivery.
Page 6 of 88
11.2 Materials damaged in transit or during guarantee period shall be replaced
immediately and such replacement shall also be governed by similar guarantee.
12. AMC
The bidder should quote year wise for comprehensive annual maintenance after expiry of
warranty / guarantee period. Terms & conditions and charges thereof may be indicated
separately. The ability to execute / support for comprehensive AMC will be added
advantage during techno-commercial evaluation.
13. VALIDITY OF OFFERS
The quoted prices shall be valid for 120 days from the date of opening the tender.
14. PRE-QUALIFICATION CRITERIA
14.1 Bidder shall have proof of experience of similar works involving design, supply,
installation, testing & commissioning for FAS, CCTV & ACS system, successfully
completed of following magnitude during the last five years: -
a) Three similar completed works costing not less than the amount 35 Lakhs.
OR
b) Two similar completed works costing not less than the amount 45 Lakhs
OR
c) One similar completed works costing not less than the amount 70 lakhs.
Self-attested photo copies of work order/certificates, showing value of work,
schedule of items, Agency for whom executed, Completion time (stipulated &
actual) or present status of the work shall be furnished.
14.2 Following documents (self-attested) shall be submitted along with the quotation : -
a) Duly filled up technical data sheet and annexure-I to III of Section-D
b) List of past supplies made
c) Performance feedback report from users
d) Quality Assurance (QA) plan for the tendered item(s)
e) Certification / declarations from OEM for continued support for minimum of
5-7 years after the commissioning.
f) Non obsolescence of items offered shall be for at least 5-7 years.
g) Latest solvency certificate from any scheduled bank for a minimum value of
40% of the estimated cost.
h) List of plant & machinery and other infrastructure facilities to complete the
work in time.
i) Details of manpower.
j) Performance certificates.
k) Proof of average annual turnover of not less than Rs.2.0 crores during last
three years.
Page 7 of 88
l) Profit and loss statement of last five years confirming that loss has not been
incurred for more than two years in the period of last five years.
Note: original documents shall be produced for verifications if required.
14.3 Bidder shall have ISO-9001/9002 certification for design, and QA&QC for the
tendered items.
14.4 Bidder shall have adequate and standardized testing facilities for different
components/ assemblies of FAS, CCTV & ACS systems calibrated/ certified from
reputed institutions/ laboratories for undertaking the work under this tender.
14.5 Bidder shall have authorization from Original Equipment Manufacturer (OEM) for
the offered items.
14.6 No end user certificate shall be provided by the purchase for the tendered work.
15. DRAWINGS:
The successful bidder shall prepare layout, drawings, and fabrication drawings,
isometric drawings and submit to the department for approval. The department may
from time to time make certain changes in the drawings and specifications and issue
additional instruction if required. The work shall be carried out in accordance with the
specification and final drawing approved. All drawings specifications and copies
thereof furnished, approved by department shall be property of department. They are
not used in any other work & returned to department after completion of work.
16. GENERAL INFORMATION:
16.1 The successful bidder shall be responsible for providing FAS, CCTV & ACS
systems of reputed make.
16.2 The offers may include alternative configurations meeting the overall objectives
as options.
16.3 The bids may include recommended spares, optional accessories etc. which may
enhance the performance, availability and reliability of the instrument.
16.4 Security regulations in force may require police verification and clearance of the
supplier(s) and each individual to be deputed by the supplier for visiting the site
of use of the system & installation and commissioning of the FAS, CCTV & ACS
systems.
16.5 Appropriate testing equipment, instruments and assemblies of FAS, CCTV &
ACS systems calibrated/ certified from reputed institutions/laboratories required
during commissioning shall be arranged by supplier at his own cost.
16.6 Any damage to the civil works during activities of CCTV, ACS & FAS systems
installation shall be rectified by the supplier at his own cost.
Page 8 of 88
SECTION - B
GENERAL CONDITIONS OF CONTRACT
FORM B.A.R.C. P-11
SUPPLY, INSTALLATION AND COMMISSIONING OF FIRE ALARM SYSTEM
(FAS), CCTV SURVEILLANCE SYSTEM & ACCESS CONTROL SYSTEM (ACS)
FOR NRB, BARC, TARAPUR.
THIS PART CAN BE OBTAINED FROM THE NRBPSU, DEPARTMENT OF
ATOMIC ENERGY.
Page 9 of 88
SECTION-C
TECHNICAL SPECIFICATIONS FOR SUPPLY, INSTALLATION &
COMMISSIIONIG OF FIRE ALARM SYSTEM (FAS), CCTV SYSTEM
& ACCESS CONTROL SYSTEM (ACS) FOR NRB, BARC, TARAPUR.
Part-I: Technical specifications of Fire Alarm System (FAS)
Part II: Technical specifications of CCTV System
Part III: Technical specifications of Access Control System (ACS)
Page 10 of 88
PART-I
TECHNICAL SPECIFICATIONS OF FIRE ALARM SYSTEM (FAS)
1. SCOPE OF WORK
The scope of work includes supply, installation, testing and commissioning of
intelligent addressable fire alarm system for NRB, BARC, Tarapur. For layout &
wiring scheme, please refer Drg-1, Drg-2 & Drg-3, section-E of the tender.
1.1. SUPPLY
1.1.1. Supply of FAS components
The supply of the item shall be exactly as per the list of materials in
the specification attached as BOQ and list of spares. All the
accessories required for mounting and installation of FAS
components shall be provided by the supplier. However, the spares
list will also contain recommended spare parts from the supplier.
1.1.2 Supply of cables, conduit & accessories
All cables shall be supplied without any joints
1.1.2.1 2 pair x 1.5 sq mm copper conductor, stranded, twisted pair,
shielded, FRLS PVC sheathed signal cable as per latest
standard.
1.1.2.2 25 mm GI Conduit pipe with 14 gauge thickness, necessary
bends & accessories.
1.1.2.3 Mounting accessories shall be supplied as required.
1.2. INSPECTION & TESTING:
Inspection and testing of FAS, cable & conduit pipes shall be carried out in
the presence of I/O at manufacturer‟s works as per the technical
specifications. For imported items, the relevant certificates from the
manufacturer would be furnished.
1.3. INSTALLATION:
After placement of Purchase Order, the supplier‟s representative shall visit
the site immediately and give final recommendation on the installation of
detectors to be placed in various locations and should supply a loop
drawing indicating details of various devices in the loops and suggest
layout of cables. The responsibility of connecting the devices in the loops
with required connectors and cables lies with the supplier. The supplier
shall take approval of the Indenting officer for the drawing and install the
Page 11 of 88
detectors, Fire Alarm (FA) control panel and other components connected
to the system as per approved drawing.
1.4. COMMISSIONING:
Supplier shall prepare a commissioning procedure for approval by the
purchaser and test and commission the system as per approved procedure
for working as per the specification. The supplier shall carry out any
modification coming during commissioning and within the Guarantee
period.
1.5. HANDING OVER
Documentation:
1.5.1. All documentation shall be written in good, simple and
concise English using accepted technical terms, symbols and
nomenclatures and hard copy shall be submitted.
1.5.2. The document shall be updated regularly as the installation
progresses. All changes in the installation layout, wiring,
cabling and design shall be incorporated in its final edition.
Three copies of every updated edition shall be handed over to
NRB, BARC.
1.5.3 The final edition of the hand-over documents (4 copies
in CD) and one hard copy shall include design, installation,
commissioning, operation and maintenance aspects, technical
details of bought out components, as built drawings & device
charts of the system.
1.5.4 An O & M training program shall be arranged by the supplier
with commissioning of system on O&M aspects of fire
alarm system.
2. CODES AND STANDARDS
In general the Fire Alarm System and all components shall be listed under the
following standards and approvals as applicable.
2.1. For Fire Alarm System (FAS)
Standards : NFPA 72/IS 11360-1985/IS22189/IS-2175/EN54
Approvals: VdS/ UL/ LPCB or equivalent
2.2 For Cables
The latest revisions of the following standards shall apply in design,
testing and manufacturing of this cable.
IS: 694: Specification for PVC insulated electric cables.
Page 12 of 88
IS: 5608: Specification for Low frequency wires and cables with PVC
insulation PVC and sheath.
IS: 5831: PVC insulation and sheathing for electrical cables.
IS: 10810: Method of test for cables.
IS: 1554 Part –1 1988 and IS: 10810 and IS: 5831-1984 for Insulation
Testing
Smoke generation test as per ASTM D- 2843 Oxygen Index test as per ASTM D- 2863 HCL Gas Emission Test as
per
IEC-754-1 Flammability Test 1) IEEE-383
2) IEC-332-2
3) SS-424147 Class F-3
3. QUALITY ASSURANCE
3.1 Pre-qualification for the Bidder
The original manufacturers or their authorized dealers / representatives or
suppliers regularly engaged in manufacture/supply of fire alarm system
components and devices are eligible to bid if:
3.1.1 If the product manufacture meets ISO 9001: 2000 or ISO 9001:
2008, the bidder shall attach a certificate / catalogue to this effect
with their bid.
3.1.2 For imported items, the bidder shall provide country of origin
certificate/ VdS, LPCB, letter from OEM approval certificates etc.,
as required.
3.1.3 The bidder shall have supplied and installed products related to
fire safety and detection system for 10 projects in India in last five
years. The bidder shall submit a list of customers with their address
and contact details along with the names of the contact persons. The
purchaser reserves the right to communicate with them for getting
information on the bidder‟s as well as system‟s performance.
3.2 Single Source
All components and devices of Fire Alarm shall be either products of a
single manufacturer or their compatibility is guaranteed by the bidder.
3.3 Product Life
In order to ensure a substantial useful life of the components and devices of
FAS, the supplied products shall have their manufacturing dates within six
Page 13 of 88
months prior to placement of purchase order. The original manufacturer's
label containing the make, model no., serial number, batch number, date of
manufacturing and certification mark shall be preserved carefully so that
originality, genuineness, newness and certification could be verified. In case
of finalization of the purchase order, the vendor may be required to furnish
the manufacturer's order confirmation for the ordered products. Certification
/ declarations shall be furnished from OEM for continued support for
minimum of 5-7 years after the commissioning. Non obsolescence of items
offered shall be for at least 5-7 years.
3.4. Certificates
Wherever applicable, compliance/ conformance certificates shall be
supplied with all the components and devices.
3.5. Pre-dispatch Inspection
The shipping release to dispatch the components will be issued only
after a pre-dispatch inspection by the purchaser's representative to
ensure the compliance with this tender specification.
4. TENDER SUBMISSION REQUIREMENT
4.1 The tender submission shall show compliance to the specifications and shall
include a full set of descriptive and technical literature on the equipment
and system proposed. Necessary catalogues shall be enclosed. In case xerox
copy of catalogue is submitted, the supplier shall be required to submit
original copy whenever asked by BARC.
4.2 A detailed description of acceptance test procedures and checklist.
4.3 Recommended spares for 5 years maintenance shall be submitted by the
supplier with unit rate.
5. Evaluation of offers
The purchase order for the entire scope of work will be awarded to a single firm to
ensure dependability and uniformity in quality. Splitting of purchase order on any
basis will not be done.
6. SYSTEM DESCRIPTION
Fire Alarm System consists of 2 loop Fire Alarm Control Panel (with expandable
loop features) with intelligent addressable multi sensor fire detectors, Beam
detectors, Flame detectors, Linear Heat Sensing (LHS detector), addressable
manual call points (MCP), remote response indicators, SMF batteries, addressable
hooter (sounder), auto dialers (optional), repeater panel, interfacing devices,
mounting accessories and detector test kit. The locations of the detectors have been
tentatively shown in the layout drawing attached (Drg.-1 & Drg.-2, section-E of
Page 14 of 88
tender). However, while installing the detectors, some more studies, if needed, may
have to be carried out by the supplier to locate the detectors in the smoke path.
7. GENERAL REQUIREMENTS OF THE SYSTEM
Operating Conditions:
Temperature Range: 0 to 50°C for detectors, control panel, electronics, MCP,
sounder, cables etc.
Relative Humidity: 0% to 95%
8. STANDARDS AND PRACTICES
The equipment shall conform in all respects to the highest standards of engineering
design and workmanship and shall be in accordance with the highest grade of
engineering, and shall perform well, without much of degradation for the service
life of 30 years. The standards and approvals shall be as per codes and standards
given in Part-A of the Technical Specification.
9. POWER SUPPLIES
The power supply available to the electrical loads of the system is 230V±10%,
single phase ac, and sufficient isolation shall be provided from the loads. The
system shall contain necessary DC power supply and battery to cater to 72 hours
back up in no alarm condition in case of failure of the main power supply. The AH
rating and make of the battery shall be specified with evaluation. The make of the
offered battery shall be of reputed Indian make. The fire alarm panel will have
inbuilt chargers and batteries housed inside it for loop powered devices. For
externally powered devices like Air flow based tubular heat sensing system, synoptic
panel or any other conventional device, a separate external 24VDC power supply
cum charger along with batteries with sufficient AH for 72 hours backup, should be
considered by the bidder.
10. FAIL SAFE DESIGN
The electronic circuits used in the system shall be of failsafe design and be provided
with proper coating to have resistance to humidity and corrosion which prevents the
operation from being impaired by dust and dirt.
11. GENERAL FEATURES OF FIRE ALARM SYSTEM (FAS)
All types of detectors mentioned below shall be intelligent individually addressable
type (microprocessor controlled). Each detector, MCP, loop sounder and
input/output modules shall have built in isolator.
11.1 Universality
The detectors shall be of universal type for all kinds of smoke and shall be
equipped with suitable locking devices.
Page 15 of 88
11.2 Software Controlled
The detector shall be software controlled for setting the various threshold
levels and changes in the sensitivity.
11.3 Exchanging Detectors
It shall be possible to exchange the detectors without needing to reprogram
the control unit or powering off the systems.
11.4 User Friendly Software
The software shall be user friendly and menu driven with self-checking i.e.
all the routines shall be checked periodically for their proper functioning and
integrity.
11.5 Pre-programmable response
Response to each condition, i.e. alarm, fault shall be pre-programmable.
11.6 Indications & alarms
Different (clearly distinguishable) audio/visual indications (distinctive alarm
sounds for fault, fire, status of power supply i.e. whether normal or battery
driven) alpha numeric displays (LCD backlit display) shall be provided on
the panel. The detectors and MCPs shall have LED indication which will be
fully lit in red colour only in the event of an alarm. For Fire, healthy
indication and for fault indication, zone wise detector status shall be
available in synoptic panel with three different colours. For fire, it shall be
red colour, for fault it shall be yellow colour, and for healthy it shall be
green colour. The panel shall have necessary relay contacts for this purpose.
Provision should be incorporated in the synoptic for finding status of LEDs.
11.7 Location information
Comprehensive location information provided by the system shall consist of:
11.7.1 Type of incident or type of fault occurred.
11.7.2 Details of the location like zone, detector, building
etc,
11.7.3 Severity or location of hazard
11.8 Wiring
A single fault (either short circuit or open circuit or ground fault etc.) in the
cable loop shall not inhibit its function. Inbuilt short circuit isolators in all
the loop devices are necessary. The wiring will be complete loop wiring,
Class A and no stubs connection to be allowed.
Proper protection shall be provided in the panel for overvoltage and inbuilt
short circuit isolators shall be provided in each of the loop device against
short circuit problems in the loop. Loop should not be disturbed due to over
voltage or short circuit anywhere in the loop.
Page 16 of 88
11.9 Diagnostic Checks
Diagnostic checks shall be done by the system periodically for the proper
functioning of the detectors.
11.10 Real Time Clock
The system shall have its own crystal controlled real time clock and shall
provide information on year, month, day, hour, minutes and seconds with a
stability of 2 sec. per day on a CRT display.
11.11 Reporting
The software running on the Fire Alarm PC shall be capable of producing
alarm reports, diagnostic check reports, fault occurrence reports, layout
graphics of the individual detectors, routing and location, especially when
there is any alarm or occurrence of fault.
11.12 Status Monitoring
Every detector and controller module constantly checks its own status and
sends status information to the microprocessor controlled and monitored fire
alarm control unit.
11.13 Hot Redundancy (Optional)
The bidder may also quote, as an optional item, for a fire alarm panel with
100% hot redundant CPU. In the event of a fault in one CPU, all detectors
and functions must remain fully functional with hot standby CPU.
11.14 Discrimination
System shall respond only to genuine alarms as much as possible. Special
program should be embedded in the detectors to detect the same. The
detectors have to be intelligent.
11.15 Potential Free Relay Output
Contact
Potential free relay output contacts (minimum 4, individually addressable
relays each of 230V AC, 3 Amp. contact rating, and minimum 4,
individually addressable relays each of 30V DC, 3 Amp. contact rating)
shall be provided in the fire alarm panel for all the alarms, indications and
windows for external use by the plant.
11.15.1 Independent potential free contacts shall be provided, at least
two for each of the areas or zones. These potential free contacts
must be in energized or activated state when there is no fire or
smoke or when the interlock is good.
Page 17 of 88
11.15.2. The contacts should be a N/O contact and must be closed when
interlock is good or in healthy condition.
11.16 Flexibility for Expansion
The system shall have flexibility for upgrading and expansion in all respects
depending on future requirements with standard modules. The fire alarm
panel should be expandable upto minimum of 10 loops.
11.17 MTBF
The meantime between failures (MTBF) of the system shall be 10000 hrs. or
more with an availability of 99.99% or better.
11.18 Supply failure information
There shall be relay contact information from the control panel regarding the
failure of main supply, battery supply, and both supply failures.
11.19 Ethernet connectivity
Panel should have provision for Ethernet connectivity for connecting to PC
based Fire Alarm management system to be located in main control room of
the plant (please refer drg. No. 4, section-E of tender).
11.20 Auto Dialer (Optional)
Auto Dialer to be provided to call the concerned persons/Fire office in the
event of Fire. The Dialing facility shall be available to at least 4 persons at a
time.
11.21 On- line event recording feature for each event and fault identified shall be
available so that history of the events can be taken for analysis.
11.22 Battery low indication at 85% of the nominal voltage shall be provided on
the panel enclosure.
12. FIRE ALARM CONTROL PANEL
12.1 The Fire Alarm Control Panel (FACP) shall have microprocessor based
Central Processing Unit (CPU). The CPU shall communicate with
and control the following types of equipment used to make up the system:
intelligent addressable multi-sensor (smoke and thermal) detectors,
addressable modules, annunciators, and other system controlled devices.
12.2 Number of loops in the panel shall be two and expandable up to minimum 10
loops. Each loop should be capable of handling at least 127 devices
(combination of detectors, manual call points, control modules, monitor
Page 18 of 88
modules, loop sounders etc).
12.3 The microprocessor shall be a state-of-the-art, high speed, 32 bits. In case of
Fire Alarm Panel with hot redundant CPU, if one processor fails then
system should be still working with the hot redundant second processor along
with alarm on failure of running processor.
12.4 The FACP display shall have minimum of 4 line x 20 character alpha
numeric LCD type (80 characters). All alarm, fault and status monitoring of
all the devices should be possible from the fire alarm panel display.
12.5 It should be possible to scroll back and get the history of past 2 hours on FACP
panel.
12.6 Following information / incidences shall be available / reported on the
display and can also have LEDs to indicate preferably all of the following
information:
12.6.1. AC POWER
12.6.2. FIRE ALARM
12.6.3. FAULT
12.6.4. BATTERY FAULT
12.6.5. SYSTEM TROUBLE DISABLED POINTS
12.6.6. BATTERY LOW ON THE ENCLOSURE
12.7 The fire alarm control panel shall include a PC interface for full
programming of the fire alarm system. A security lock (DONGLE) to be
provided by the supplier to ensure that programming is done / altered by
only authorized personnel
12.8 All programs should be PC based and the fire alarm panel should be having
networking capability with other panels of the same make.
12.9 The main power supply shall operate on 240 VAC, 50 Hz, and shall provide
all necessary power for the Panel. It shall provide SMF Battery for 72 hours
along with charger for stand-by supply.
12.10 Detector sensitivity should be adjustable from the panel software. Day/Night
automatic adjustment of detector sensitivity shall be possible.
12.11 Maintenance alert shall be provided to warn of excessive detector dirt or dust
accumulation.
12.12 Any addressable device in the system may be enabled or disabled through
the system keypad.
12.13 Upon command from an operator of the system, a status report will be
generated and printed, listing all system status. Either inbuilt or external
printer shall be provided to print the events.
Page 19 of 88
12.14 The fire alarm control panel shall contain a history buffer that will be
capable of storing large no. of events (minimum 20000). Each of this
activation will be stored and time and date stamped with the actual time of
the activation. The contents of the history buffer may be manually reviewed,
one event at a time, or printed in its entirety.
12.15 Potential free relay output contacts shall be minimum 4, individually
addressable each of 230V AC, 3Amp. contact rating, and minimum 4,
individually addressable each of 30V DC, 3Amp. contact rating. These shall
be provided in the fire alarm panel for all the alarms, indications and
windows for external use by the plant including providing trip features in
power supplies, ventilation interlocks and providing status of zones.
12.16 The Fire Alarm Panel shall be modular in structure for ease of installation,
maintenance & future expansion.
12.17 When a fire alarm condition is detected and reported by one of the system
initiating devices, the following functions shall immediately occur:
12.17.1 The alarm LED on the Fire Alarm panel shall flash.
12.17.2 Fire Alarm panel shall sound.
12.18 The following Operator Control on the Fire Alarm Panel shall be
provided:
12.18.1 Silence Switch: Activation of the control panel acknowledge
switch in response to a single new alarm and/or trouble
condition shall silence the local panel signal and change the
system alarm or trouble LED from flashing mode to steady-ON
mode. If additional alarm or trouble conditions exist or are detected
and reported in the system, depression of this switch shall
acknowledge and/or advance the 80 character LCD display to the
next alarm or trouble condition.
12.18.2 Reset Switch: Activation of the reset switch shall cause all
electronically-latched initiating devices, appliances or software
zone, as well as all associated output devices and circuits, to
return to their normal condition. If the alarm conditions still exist,
or if they reoccur in the system after system reset switch activation,
the system shall then respond the alarm condition.
12.18.3 Lamp Test: Activation of the lamp test switch shall sequentially
turn on all LED indicators.
12.18.4 Isolation/ De-activation: It should be possible from operator controls
to deactivate a single device or a zone in the system. Also it should
be possible to enable the deactivated devices back to normal
condition.
12.19 All system output programs assigned via control-by-event interlock
Page 20 of 88
programming to be activated by the particular point in alarm shall be
executed, and the associated system outputs (alarm notification appliances
and/or relays) shall be activated.
12.20 Any future up-gradation in the panel would be through software.
12.21 Networking length between two fire alarm panels should be possible for
distance up to 1km.
13. PC WITH FIRE ALARM MANAGEMENT SOFTWARE
This PC shall be housed in the „CCTV control panel‟ which shall be located in the
main control room of the plant (Drg.no.4, section-E of tender). The PC shall be
provided with fire alarm management software.
13.1 Desktop PC Specifications
The PC shall be of one of the following makes: HP, DELL or IBM/ Lenovo.
Intel Core i3-3220 or better in LGA 1155 socket with 3.3 GHz or
higher clock with Intel original CPU cooling fan & heat sink
assembly.
Cache 3 MB L2 Cache or higher
FSB 1333 MHz or higher
Chipset Intel original chipset (G-41 or better)
Memory 8GB 1333MHz Dual Channel DDR3 SDRAM (Expandable
to 8GB or higher)
Hard Disk Drive 2 TB SATA Hard Drive or higher
Optical Drive DVD RW
VGA Onboard Intel Graphics Media Accelerator with 32MB and
support for up to 256 MB memory
External I/O Ports USB - 6 external & 2 internal, 1 serial, 2 PS/2 one
each for keyboard & mouse, 1 RJ 45 Connector
Expansion Slots 2 PCI, 1 PCIe x1 slot, 1 PCIe x16(Graphics)
Network interface Integrated 1 Gigabit Ethernet network interface.
Keyboard & Mouse USB Keyboard and Optical 2-button USB scroll
mouse
Panel mountable Monitor 22 inch widescreen Flat Panel LCD Display
32/64 bit Genuine Windows-7 Professional or latest Windows
Operating System as required by the HMI software along with its
license. The OS license should be portable to other machine if
required.
Page 21 of 88
The necessary HMI / Graphic User Interface (GUI) shall be
developed in this PC by the supplier for Fire Alarm System. The
site details for development shall be provided by NRB, BARC
during detailed engineering. All the necessary software shall be
provided by supplier along with the PC.
Drivers and support software for various hardware components of the
PC along with Hard Drive based System Recovery with option to
keep user data files intact.
13.2 Specifications for the HMI / GUI software
13.2.1 The software for the Fire Alarm control system should provide
the configuration and monitoring of the Fire Alarm System using
Ethernet connected PC with authentication.
13.2.2 The supplier shall install the Fire Alarm System application
software (HMI) on any other IBM compatible PC if required.
The license of the application software shall be portable and any
required code/ lock to run it on a different PC shall be provided by
the supplier.
13.2.3 The procedure of HMI software installation on any other machine
shall be clearly stated and documented.
13.2.4 The HMI software shall support following operating systems:
Windows XP, Windows 7, Windows 2003 Advanced server
and Windows 2008 server and Linux enterprise edition.
13.2.5 It shall be possible to run this HMI software application along
with other application software running on the host PC/ server PC.
14. REPEATER PANEL
It shall be installed in main control room. Necessary wiring shall be done from
main Fire Alarm Panel to this repeater panel.
Specifications:
Operating Voltage : 240V AC
Operation : Colour touch screen
Resolution : 800 x 480
Processor : RISC ARM9 CPU, 200 Mhz, real-time clock or
better
Operating system : Windows
Memory : 32 MB flash
64 MB SDRAM
512 KB SRAM (battery-buffered)
Page 22 of 88
Interfaces : RS485, Ethernet, USB 2.0
Mounting : Surface mounted
15. INTELLIGENT ADDRESSABLE FIRE DETECTORS
All detectors and bases shall be provided by the same manufacturer of the control
system. No other make of detectors will be permissible. All detectors shall have real
intelligence itself. This means even without control panel the detector can make
decision, adapt to different environmental condition and diagnose itself. They shall
have decentralized intelligence, automatic function self-test, CPU failure mode, alarm
and operating data memory and integrated short circuit line isolators. The detector
bases for interfacing between the loop wiring and the detector head shall be
manufactured by means of injection moulded ABS plastic coloured white. The base
fixings should be suitable as indicated in specification of point wiring. All bases shall
include the option to provide a programmable relay output for interfacing, providing a
dry contact for third party.
All bases shall be provided with a plastic removable dust cover for protection during
site construction as well as an IP rated sealing gasket to prevent dirt and moisture
from entering through from the fixing surface. Removal of a detector from it‟s
associated base shall not affect the continuity of the detection loop. The Fire alarm
manufacturer shall have the complete range of following ADDRESSABLE detectors
with decentralized intelligence as standard so as to meet the specific applications of
the site. The detector shall be sensitive to invisible smoke such as produced in the
early stages of high temperature of flaming fire as well as visible smoke from most
smoldering fires. The detectors shall be such that they can be inserted into or removed
from the base by a simple push twist mechanism to facilitate exchange/ for cleaning
and maintenance. The standard base shall be supplied with sealing plate to prevent
entry of dirt/dust/moisture into the wire terminal of the detector contact points. The
detector shall have built in temperature compensations to ensure consistent sensitivity
for the following site environmental conditions.
Complete self – monitoring
Short circuit and open–circuit tolerant.
Signal classification to recognize signal not tropical of fires through pattern
recognition of fire parameters and multisensory evaluation.
Optimum adjustment to ambient condition through configurable parameters
Integrated fault, alarm and operating hours counter
Extremely low quiescent current of 50 to 65µA
Indicates detector contamination and implements quiescent value tracing in
accordance with the current standards and directives.
a) Operating Temperature : -20oC to 50
o C
b) Operating voltage : 9 – 42 V DC
c) Relative Humidity : up to 95% (non- condensing)
All of the detectors shall be compatible with the aforementioned base providing inter-
changeability between detector heads, without the requirement for switch settings.
All detectors shall also have an integral short circuit isolator, which in the event of a
single cable fault will isolate the “culprit” piece of cable and retain all devices on the
loop operationally.
Page 23 of 88
Each detector shall possess two integral LED giving a red flashing indication for fire
and green for normal operation. For remote locations, each detector shall be capable
of connection to a remote LED unit by means of 2 core wire connection.
Detectors shall be white in colour and manufactured from ABS plastic. All
electronics and associated sensing elements will be housed within this unit, these
components being hermitically sealed to prevent their operation from being impaired
by dust, dirt and humidity.
The sensitivity of all detectors shall be adjustable from software. It shall be possible to
program detector sensor sensitivity directly on the loop using interface with a laptop
PC and appropriate programming software from manufacturer. The supply of laptop
PC and configuration software(s) are included in the scope of supplier.
For MULTI SENSOR detectors, disablement of each sensor element shall be possible
individually or for whole loop. Also this disablement feature shall be possible to have
manually or time / event controlled.
All detectors shall be provided with a plastic removable dust cover for protection
during site construction.
15.1 Technical features
15.1.2 The Detectors shall be Intelligent Addressable and shall connect with
two wires to the Fire Alarm Control Panel (FACP) loops.
15.1.3 All the detectors shall be intelligent microprocessor based. Each
detector should be able to respond on its own. Each detector should
do a self-checking every second. The detector should adjust on its
own for any drift compensation or slight change in the environment.
The detectors should be intelligent and should have the inbuilt
features to avoid false alarms and it should distinguish test alarms
when checked through the testing gas. The test alarms should not be
reported in the panel display as fire alarms.
15.1.4 All addressable detectors should be compatible with common base.
15.1.5 The detectors shall have built-in short circuit isolators.
15.1.6 Once set, the sensitivity should remain fixed irrespective of
variation of environmental factors like temperature, humidity, dust,
dirt etc. No drift in the sensitivity should be allowed. The detectors
should have a facility of automatic environment compensation (drift
compensation).
15.1.7 Detectors shall have a plug-in wiring connector for ease of
installation and serviceability. Easy wiring using terminal block shall
be provided to enable removing the detector without loss of power to
the remaining loop.
15.1.8 The detectors should have a test feature such that on testing with
smoke or heat, the LED glows but no fire alarm is annunciated or
any action initiated on this signal.
15.1.9 All the detectors shall be addressed using software. No hardware
addressing like rotary switch or dip switches to be used.
Page 24 of 88
15.1.10 The detectors shall be Vds/ equivalent approved in accordance with EN
54.
15.2 Multi-sensor intelligent addressable detector
Multisensor (with in-built flasher) detector with integrated optical detector and
heat detector, with time-controlled signal analysis and weighted data
combination of both detector functions for detecting smouldering fires and fires
with extreme heat generation. Intelligent detector with decentralised
intelligence, self function test, CPU redundancy mode, automatic adaptation to
the environments, alarm and operating data storage, alarm indication and soft
addressing. The loop isolator is integrated in the detector. This device shall
combine two individual sensing elements to provide excellent cover for both
“types” of fires. (Slow smouldering and fast free burning).
Optical sensing Shall be carried out by 2 infra-red LED transmitters across 2
separate optical detection angles. This sensor shall process both the forward
and backward scattered light caused by entering the detection chamber of
device, allowing the detector to differentiate between real smoke and non-
smoke particles e.g. steam & dust.
Heat sensing Shall be carried out by a thermistor, sampling the surrounding
environmental temperature.
Technical Data:
Quiescent current @ 19 V DC 50 μA
Area to be monitored 110 sq. m.
Height to be monitored max. 12 m
Application temperature -20 °C ..... 50 °C
Storage temperature -25 °C ….. 75 °C
Type of protection IP 43 (with base + option)
Response temperature 79 -88 deg C @ 1 deg C/min
Material ABS plastic
Color white
15.3 Flame Detector
The flame detector shall be provided in the plant to sense the oil flame. It
shall be intelligent and addressable type. The flame detector shall detect rapid
flame development and temperature changes in a large area of interest. This
detector is required to be connected to system‟s loop technology. Hence all
the necessary interfacing devices and mounting arrangements required shall
be supplied along with the detector.
Specifications :
Quiescent current : 2.3 mA
Spectral sensitivity : 2 µm to 6 µm
Page 25 of 88
Monitoring area : ~ 600 m2
Room height : 12 m
Housing : Die cast aluminium
Protection rating : IP-67
Ambient temp. : 10 oC to 50
oC
15.4 Beam Detector
This type of detector is required to monitor the smoke / fire in the high bay
area of the plant. It shall be intelligent and addressable type.
Specifications :
Protection range : 60m
Adjustment angle : ± 10o
Sensitivity : shall be adjustable in 6 steps
Alignment : by means of integral signal strength meter
Indicators : Alarm, Trouble, Normal
15.5 Analogue Type Fixed Temperature LHS Cable
The analogue type linear heat sensing cable shall be provided for the
protection of electric cables laid in trenches and trays of the plant.
15.5.1 Linear heat sensor cables shall be of temperature sensitive insulated
wire type.
15.5.2 This linear heat sensor shall be in the form of continuous cables
consisting of copper conductors / cores and shall be of analogue type.
15.5.3 Each core of analogue linear heat sensor cable shall be insulated with
a negative temperature coefficient material. The cores shall be
protected by an outer sheath of high temperature, flame retardant
stainless steel braiding. The outer sheath, as well as the metallic braid
shall not affect the performance of the heat sensor.
15.5.4 The linear heat sensor cable for each zone / area shall be connected to
an electronic interface unit, which shall sense the temperature
variations by continuously monitoring the resistance of the negative
temperature coefficient core insulation. The electronic interface unit
shall be located suitably in the area being protected.
15.5.5 The analogue linear heat sensor cable of every zone shall be
continuously monitored for open and short circuit. A breakage,
disconnection or a short between cores shall initiate a FAULT alarm
on the fire alarm panel.
15.5.6 Subsequent to an alarm / actuation due to a fire, the sensor cable shall
automatically reset.
15.5.7 The design of the analog, linear heat sensor cable and corresponding
electronic sensing circuits shall be such as to allow a maximum zone
length of 200 meters to be connected as a single cable for monitoring
one zone. The system shall be designed to have an optimum
sensitivity.
Page 26 of 88
15.5.8 The Linear heat sensor cable should be of fixed type with a reset
temperature of 120 Degree C.
15.5.9 For a given length of sensor cables it shall be possible to set the alarm
temperature over a wide range from 70 -1300 C with a Linear Heat
Detection Controller and with a tolerance not to exceed ± 4%.
15.5.10 The linear heat sensing cable should have strong capability to
withstand the mechanical damage, tensile, water and corrosion and
electromagnetic interference with the metal shield housing and coat.
16. ADDRESSABLE INTERFACING MODULE
The addressable monitor cum control module shall be able to take at least two
input point (for status etc.) and have at least one relay output. The output
potential free contacts shall be rated for 230V, 3A (max 60W). This module shall
be suitably mounted in a metallic box in the plant.
16.1 The module should be suitable for connecting special detectors like LHS
system and flame detector. These should contain an integrated short circuit
isolator, which should ensure that the fault is localized and that the loop
continues to function fully in the event of a wire break or a short circuit.
16.2 The modules would be with IP 66 enclosures. 16.3 The modules will be with inbuilt short circuit isolators. 16.4 Modules will have only software addressing. No hardware addressing
permitted.
17 ADDRESSABLE MANUAL CALL POINTS
Addressable Manual call point is to be used to trigger a fire alarm manually, and
should be suitable for connection to the system‟s loop technology. The alarm is to
be set off by breaking the glass, with the alarm carrying on until a replacement
glass panel is fitted. Unit MCP should be suitable for surface mounting with
protection category IP 24. Should contain an integrated short circuit isolator which
should ensure that a fault is localized and that the loop continues to function fully in
the event of a wire break or a short circuit.
17.1 The manual break glass units shall be addressable type and suitable to
connect with two wires to the Fire Alarm Control Panel (FACP) loops. 17.2 The manual call point (break glass units) shall be of standard compact type
of plastic material. It should be operable by breaking the glass with the finger
without providing any harm. 17.3 Manual Call Points shall connect with two wires to one of the control panel
loops. The manual call points shall be software addressed from the panel
software. The manual call points will be with inbuilt short circuit isolators. 17.4 The manual call points should be visible to everybody. Their location
should be marked and highlighted if necessary for it to be visible.
18. RESPONSE INDICATOR
18.1 The response indicator shall provide a remote indication for any addressable
detector installed above the false ceiling / closed corridor or cabin.
Page 27 of 88
18.2 The response indicator shall be driven directly from its associated local
detector.
18.3 The connection to the response indicator shall be monitored for open and
short circuits.
18.4 Response indicators of the same manufacturer / make will be preferred.
19. SMF BATTERIES
The fire alarm panel shall have inbuilt chargers and batteries housed inside it for
loop powered devices. The battery shall have sufficient capacity to power the fire
alarm system for not less than seventy-two hours upon a normal AC power failure.
The rating shall be specified with supporting catalogue to cross check whether the
battery will provide 72 hour rating in no alarm condition. The current required in
alarming condition shall also be written.
19.1 The batteries are to be completely maintenance free, SMF of reputed make. 19.2 The fire alarm panel shall have an inbuilt charger to charge the batteries. 19.3 The batteries shall be placed inside the FA panel with low voltage
indication/ battery fault indication in the front of the panel.
20. ADDRESSABLE LOOP POWERED SOUNDER (HOOTER)
The addressable loop powered sounders provided shall be such that it
gives discontinuous/intermittent audible alarm automatically whenever
automatic/manual detector operates and is distinct from the background noise in
every part of the premises. All sounders shall produce a similar sound and shall
maintain the same during their operation.
21. AUTO DIALER (OPTIONAL)
21.1 An auto-dialer is an electronic device that can automatically dial telephone
numbers to communicate between any two points in the telephone, mobile
phone networks. Once the call has been established the auto-dialer will
announce verbal messages to the called party. 21.2 16 x 2 LCD for easy programming, 16 keys multifunction soft touch key pad,
60 second message storage, and 10 telephone numbers storage facility. 15 digit
length telephone number to store cell phone numbers and STD numbers. 21.3 The Product: Auto Dialer is an Electronic Device which alerts through phone
/ cell by playing the pre – recorded message. 21.4 Voice Message: 60 seconds recorded message in any language includes
a common message to describe the location and short message to describe the
alarm event. 21.5 Non-volatile memory for message storage and telephone number storage. 21.6 24 V DC volts operation.
Page 28 of 88
22. FA CABLE
The FA cable shall be 1.5 sq. mm, 16 strand, twisted pair, shielded, un-
armoured, FRLS PVC sheathed cable.
The cables shall be used for carrying low-level signals from sensors like smoke
detector, flame detectors, beam detectors etc. to FA control panel consisting of
micro-processor based data acquisition and control system. These carry high
frequency low-level digital signal these are prone to noise pick up. Hence these
require excellent shielding and low values of Resistance and Capacitance. The cable
shall withstand a voltage of 1500 V rms AC when applied for one minute
between the two conductors of the pair. The insulation resistance shall be minimum 1
mega ohm. The number of strands and diameter shall be as per IS 8130. The
following pre-dispatch tests shall be offered at cable manufacturer‟s works :
Type Tests:
Conductor resistance test
Dielectric test at room temperature at room temperature.
Test for insulation resistance.
Insulation resistance test at 60 deg C.
FRLS test
Insulation shrinkage test.
Annealing test for copper.
Verification of physical/dimensional characteristics.
Core, number of strands, cross section.
Thickness of insulation and sheath,
Colour of insulation
Diameter of cables.
Core lay used.
Hot deformation test
Per-sulphate test.
Inspection to have no joints
Routine tests:
Dielectric test (Water immersion test)
Insulation resistance test
23. DETECTOR TEST UNITS
The smoke detector test units shall be designed to functionally test smoke detectors.
Aerosol spray for smoke testing shall be comprised of a range of particles
comparable to those found in various types of smoke. Extension poles shall enable
the reach to be extended up to 6.5m. Removal, replacement as well as testing shall
be possible from the ground floor.
24. AEROSOL TEST CAN
The 300 gm aerosol can shall be supplied as an accessory to the Smoke Test Unit.
Page 29 of 88
It shall support for testing of 200 - 300 detectors units. The aerosol should not
contain ozone damaging CFC's.
25. Mandatory Questionnaire
It shall be filled by the bidder and return with their bid. Offers without the filled up and duly signed questionnaire are liable to be rejected.
Sr. No. Questions Vendor’s Response
1. Standards/ Approvals for FAS as per the indent
2. Number of installations in last three years
3. Have you attached a list of installations done
in last
three years along with their addresses, contact
details and names of contact persons?
26. INSPECTION, TESTING & COMMISSIONING
The Fire Alarm equipment shall be carefully examined to determine their conformance with reference to material, workmanship, finish, markings and dimensions to assess its conformance with other requirements stated or reasonably implied otherwise. All the constituent units of fire alarm equipment supplied to the provisions of this specification shall be subjected to visual, dimensional and functional inspection and testing to the satisfaction of the purchaser. 26.1 Pre-dispatch Inspection
26.1.1 Testing and verification of the FA components shall be carried out at
manufacturer‟s works to ensure that the detectors are working
satisfactorily as per technical specification and components are in
good condition.
26.1.2 A document from the original supplier shall be submitted for
verification to ensure that the components are new and are not older
than 6 month.
26.1.3 The cables shall tested for routine & acceptance tests at cable
manufacturer‟s work as per specifications and latest standards.
26.2 INSTALLATION & COMMISSIONING
26.2.1 Installation at site
All the equipment supplied shall be installed at site as per the
engineering drawings duly approved by the indenter. The supplier
shall obtain specific clearance in writing wherever a part of the work
is sub-contracted. However he shall be responsible for the activities
carried out by the sub-contractor. The supplier shall inform day-to-day
progress of the work to the indenting officer or authorised
representative from NRB, BARC. All the connected components,
detectors, cables shall be tested for their continuity and working at
Page 30 of 88
different phases of completion of the installation process. The
indenting officer shall clear the system installed only after
certification. The fire alarm signal cable shall be routed through 25
mm surface mounted G.I conduit pipe. Supply and installation of G.I
conduits and required bends, hardware accessories are in the scope of
supplier. Total installation of the system shall be in the scope of
supplier. The supplier shall visit sites of installation at NRB, BARC
and shall prepare drawings for execution of cabling. All the
required mounting clamps, boxes and accessories for installation
of fire alarm system components shall be in the scope of supplier.
26.2.2 Commissioning: Site Acceptance Test (SAT)
26.2.2.1 A very extensive testing of the system under real plant
conditions shall be carried out to remove the remaining
hardware/software bugs for a period of min.2 months.
After successful completion of the semi-industrial run, the
equipment will be considered as having been commissioned.
After it is commissioned, the system shall be handed over to
the purchaser. The supplier shall prepare a commissioning
document containing all the test results, conclusions and
other details. 26.2.2.2 Burn in Test at site
All the electronic sub-units shall be subjected to Burn-in test
under rated load conditions. The burn-in period shall be for
a continuous period of 100 hrs. During which time the sub-
unit shall be kept switched „ON‟ under prevalent ambient
conditions; the performance of the sub-units shall be
checked before, during and after the test and there shall not
be any deviation from the specifications. 26.2.2.3 Functional Test at site
All the functional tests shall be performed in the presence of
the indenter or his authorized representative at the site. The
suppler needs to prepare a detailed testing procedure for
testing all the types of detectors and this document needs to
get the approval of the indenting officer prior to the testing
of the system and its components. Integrated testing of the
system with sample detectors of each type wired together
shall be done for establishing the functioning of the system
Fire and fault alarm conditions shall be simulated on each
line and channel and the complete operation sequence shall
be checked. On sample basis, the channels shall be tested
for their capability for various detectors combinations and
types of detectors.
26.2.2.4 Endurance test
A continuous run test for 48 hrs shall also be conducted on
Page 31 of 88
the whole system with simulated channels for its integrity
for both physical and functional means. Self-diagnostic tests
and tests for alarm/trouble etc. shall also be conducted. No
failure shall occur. At the end of tests the test reports shall
be supplied to the indenter. 26.2.2.5 Acceptance of the System
The system shall be declared functional after successful
testing and commissioning. The supplier shall make 4 copies
(in CD) and one hard copy of as built drawings,
maintenance manuals, operation manuals and related
software and submit the same for final acceptance of the
system to the purchaser. The purchaser on receipt of the
same shall give necessary approval of acceptance.
27. SPECIAL NOTES
Make/Model No./Part No. as applicable of Fire alarm Panel, detectors, Hooters,
Local indicators, manual call points shall be submitted along with technical bid offer.
This is essentially required for further consideration of offer. Further, all Detector
shall be of same make and similar features (not mixed type).
Page 32 of 88
BOQ of Fire Alarm System
Sr.No. Description Unit Qty.
1 (a)
Intelligent Addressable Modular Fire Alarm Control Panel based on 32 bit
microprocessors including the following as per specification.
a. 2 loop cards
b. battery charger
c. SMF Batteries for 72 Hrs. back-up
d. Enclosure
e. 80 character LCD display
No.
1
1 (b)
Optional - Intelligent Addressable Modular Fire Alarm Control Panel with
redundant CPU and the followings as per specification.
a.2 loop cards
b. battery charger
c. SMF Batteries for 72 Hrs. back-up
d. Enclosure
e. 80 character LCD display No.
01
2 REPEATER PANEL Nos 1
3 MULTISENSOR FIRE DETECTOR WITH FLASHER Nos 70
4 BEAM TYPE FIRE DETECTOR Set 5
5 FLAME DETECTOR Nos 1
6 LINEAR HEAT SENSING CABLE Mtr 200
7 INTERFACE MODULE (for Analogue Linear Heat Sensor) Nos 2
8 INTERFACE MODULE (for Flame Detector) No. 1
9 End of Line (EOL) BOX (for Linear heat Sensor & Flame Detector) Nos. 3
10 LOOP ISOLATOR(RELAY BASED) Nos. 4
11 HOOTER (Sounder) Nos 8
12 MANUAL CALL POINT Nos 13
13 REMOTE RESPONSE INDICATOR Nos 28
14 AUTO-DIALLER (Optional) Nos 1
15 Loop card (Spare) No. 1
16 PC with compatible HMI / GUI Fire alarm management software Nos 1
17 Detector Test & Removal kit as per specification Set 1
18 GI CONDUIT (25mm) & Accessories Mtr 3000
19
2 Pair X 1.5 sq.mm copper conductor, un-armoured, FRLS PVC sheathed signal
cable Mtr 3000
20 MOUNTING ACCESSORIES FOR DETECTORS & FA PANEL Lot 1
21 Recommended Spares Lot 1
Preferred make of Fire Alarm system : Honeywell, Bosch, Siemens or equivalent
FA Cable : RR KABEL, Finolex, Universal or equivalent
Page 33 of 88
Part-II
Technical Specification for CCTV System
This specification pertains to the requirements of Closed Circuit Television (CCTV)
surveillance system used for monitoring of different areas of the plant. For layouts, wiring
scheme & GA of control panel, please refer Drg.-1, Drg.-2, Drg.-3 & Drg.-4, section-E of
tender.
1. Application:
Closed circuit television (CCTV) surveillance system is required for use in a plant for
surveillance of plant, machinery and personnel. It shall help in monitoring the
condition of the various equipment. It shall also assist in monitoring the movement of
personnel to and from various areas which are generally unoccupied / unattended in
order to detect any unwarranted / unauthorized entry to the areas. It shall comprise a
number of CCTV cameras with monitoring stations at main control room and at
plant‟s reception. The cameras shall be distributed in various areas and shall be
connected to the main control room. The detailed configuration of the system is
described in the detailed technical specifications.
2. Operational Requirement:
The functional and operational requirements of the CCTV system are described below :
a) The proposed CCTV surveillance system shall meet the technical specifications
described in this document.
b) Proposed system shall be designed using the latest technology. All PCs and
gadgets shall be latest, reliable, maintenance free and recommended for round the
clock (i.e. 24x7) operation in the industrial environment.
c) The detailed system architecture and block diagram shall be submitted with the
technical bids.
d) There are mainly two types of cameras involved i.e. fixed focal length cameras
and dome cameras for surveillance of plant areas. The installations and testing of
CCTV system shall be carried out by the supplier at manufacturer‟s works to
ensure satisfactory operation of the system.
3. Scope of Tender:
a) The CCTV surveillance system is required to ensure effective surveillance of the
different areas as well as tamper proof record for post event analysis. The system
shall provide an online display of video images on LCD monitor(s) located in
main control room as well as at reception.
b) The scope of the tender shall include design, manufacturing, inspection & testing,
delivery, installation and commissioning of the complete CCTV surveillance
system as per the technical specifications.
c) The CCTV surveillance system shall facilitate viewing of live and recorded
images and controlling of all cameras by authorized user logged on to the system.
d) It shall include supply of all equipment including different types of cameras, pan
and tilt assemblies, camera control units, video LCD monitors, Digital Video
Page 34 of 88
Recorders (DVRs) and control units, CCTV control panel and PC based
monitoring and control unit, cables, connectors and any other hardware(s) required
to make the system fully functional for performing all the functions described
subsequently. Note that, OEM of these items under the scope of supply shall be
ISO firm and the offered product must be CE certified.
e) It shall include any other accessories required to enhance the functionality,
operational performance, reliability and availability of the complete system.
f) It shall include pre-dispatch inspection at the supplier‟s works / premises of all
the components and the complete system.
g) It shall include packaging, safe delivery and warranty.
h) It shall include the installation at site comprising fixing of various components like
cameras, monitors, pan and tilt units, DVRs, CCTV control panel, laying of
control, power and video cables and interconnection, testing and commissioning of
complete system at the user‟s site.
i) It shall include supply of complete documentation (4 CDs and one hard copy)
including layout details, interconnection schematics, program listings, circuit
diagrams, operating instructions, maintenance procedures, troubleshooting tips and
repair guides, a list of recommended spares, detailed report on commissioning
procedures and commissioning test results.
j) It shall include training on CCTV system.
k) It shall include warranty for all the components, parts, and assemblies supplied
and installed, against defects in material and workmanship for a period of at least
12 months (parts and labor), commencing upon date of acceptance by the user.
4. General Specifications:
a) The system shall be rugged and shall be able to withstand the harsh
environment.
b) The system shall be capable of continuous round the clock operation. It shall
be easy to maintain and expandable to accommodate more numbers of
cameras in future with very high reliability the lowest possible false alarm
probability. The MTBF of the system shall be greater than 4 years.
c) The system shall use video signals from various types fixed /indoor auto-
dome/ outdoor auto-dome color CCD cameras installed at different locations
and process them for viewing from main control room and at security
reception and simultaneously record all the cameras after compression
(MPEG4 or better). Joystick or mouse-keyboard controllers shall be used for
Pan, Tilt, Zoom and other functions of desired cameras.
d) Digital Video Recorder (DVR) shall offer recording frame rate & resolution
setting in respect of individual channel can be programmable and the system
should ensure that once recorded, the video cannot be altered, ensuring audit
trail in intact for evidential purposes.
e) System shall provide sufficient storage of all the camera recordings @ 25
FPS, at 4 CIF or better quality using necessary compression techniques for
all cameras (extended capacity i.e. present capacity +25%).
f) The system shall be equipped with extensive test and debugging facilities to
help in troubleshooting and quick repairs.
g) All control & monitoring equipment shall be provided in standard racks.
Page 35 of 88
h) The various components used in the system shall be easily available types.
In case of custom made components, availability of spares for 10 years shall
be guaranteed.
i) The System shall be immune to radiated and conducted EMI. The system
shall be able to withstand the fluctuations in the mains supply, vibrations,
temperature and humidity variations without any malfunctioning.
j) The system shall operate on 230VAC +/-10%, 50Hz, single phase supply.
Power for all equipment shall be backed-up by UPS. If any equipment
operates on any voltage other than the supply voltage and supply frequency,
necessary conversion/ correction device for supply power & their
installations shall be included in the offer.
k) The system shall be able to withstand temperature upto 50C and relative
humidity upto 95%.
5 System Functional Requirements:
5.1 Cameras shall be located at different locations (indoor as well as outdoor)
in the plant and the auxiliary buildings. The cameras and the control units
shall be equipped with appropriate circuitry to drive a minimum of 250 m
length of video and control cables without any distortion of the signals.
Lighting in the areas is provided by artificial sources viz. electric
fluorescent tubes and incandescent lamps.
5.2 Video LCD monitors, video switching / control system, power supply and
the PC based monitoring and recording system shall be housed in a CCTV
control panel, which shall be located in the Main Control Room of the
plant.
5.3 The control system of the camera shall be preferably state of art
microprocessor based digital system with keyboard and shall be
programmable for automatic control and manual control.
5.4 It shall be possible to perform all camera control functions including
power switching, zooming, electronic focusing, pan, tilt etc. from the
control unit.
5.5 It shall preferably be possible to direct the output of any camera to any
monitor. In addition, it shall be possible for the operator to direct the
output of any camera to the separate designated monitor to view that site
continuously.
5.6 The system shall include DVR units which would be able to record the
scene from any or a select number of locations in a user defined prioritized
sequence. It shall have the following features :
The recording unit shall receive the video signals from the video
switcher/controller or shall be an integral part of it.
The unit shall be programmable and shall have provision to select or
deselect any or all cameras.
The unit shall have provision for recording as well as playback at the
same time if desired.
The unit shall be able to record the pictures from any or all cameras
for a minimum period of 30 days.
It shall have mass storage back-up devices for taking the back-up of
the recorded videos.
Page 36 of 88
It shall have facility to interface with an intruder detection / alarm
system. It shall be programmable to start recording in case of an
external alarm.
5.7 The system shall have a PC based monitoring and control unit for
monitoring and control of the system. It shall have the following features.
The unit shall have a Graphical User Interface (GUI) to allow the user
to interactively perform the functions.
The user shall be able to select any camera or monitor for monitoring,
control and recording functions.
The graphical user interface shall be programmable to include the site
layout and the camera locations. It shall be possible to pre-program the
system for automatic control in any desired sequence.
It shall also have facility for recording the pictures on CD /DVD
format.
It shall be possible to integrate into the control systems, other security
systems like burglar/intruder alarms, door monitors, etc. such that it is
possible to initiate certain pre-determined camera and system control
sequences based on the alarm inputs.
5.8 The system shall have a built-in real-time clock. While recording, the date,
time and camera no. shall be superimposed on the video scene and
recorded. There shall however, be a provision to disable this function
when so is required.
5.9 The cameras shall be equipped with circuitry to initiate an alarm at the
CCTV control panel in case they are tampered with i.e. the camera shall
act as their own intrusion detectors.
5.10 Preference will be given to the configurations which involve minimal
number of components/ sub-systems and also involve minimal quantities
and types of cables for interchange of control and video information
between the control panel and camera sites.
6. Detailed Technical specifications
6.1 Indoor Dome Camera with PAN & TILT specifications :
6.1.1 The domed camera system shall be available in pendant versions
designed for indoor surveillance applications. The camera
system consists of an integrated high resolution, CCD camera
with a 1/6-inch imager or equivalent and an auto-iris, auto-focus
zoom lens; a variable/high speed, 360° pan/tilt unit; and an
intelligent, integral receiver/driver.
6.1.2 The camera shall automatically switch from daylight colour
operation to a higher sensitivity night-time monochrome mode
when light levels fall below an adjustable threshold level.
Day/night operation may also be manually switched on or off
from the system switcher/controller keyboard.
6.1.3 The camera shall be equipped with a high (preferably 25 x)
optical zoom lens. The digital zoom shall be on/off selectable
from the system controller keyboard.
Page 37 of 88
6.1.4 The camera shall ensure that any advanced commands required
to program the camera are accessed via three levels of password
protection ranging from low to high security.
6.1.5 6.1.5 The camera shall provide normally open or normally
closed alarm input contacts and one relay output. Any or all of
the input contacts may be programmed upon activation to
automatically move the camera to any preposition location,
close the output relay for a programmed period of time, and
display an alarm indication on the on-screen display of the
display monitor.
6.1.6 The camera shall accept RS-232/RS485/ bi-phase camera
control codes.
6.1.7 The camera shall be available in wall mount or pipe mount
options.
6.1.8 Camera Specifications
Imager: 1/6-inch interline transfer CCD: PAL: 752h x 582v or
equivalent
Horizontal Resolution: 460 TVL (PAL) or equivalent
Lens: zoom, F1.6 to F2.7 or equivalent
Digital Zoom: 12X or equivalent
Field of view: 2.0° to 45°
Focus and iris: Automatic with manual override
Aperture correction: Horizontal and vertical
6.1.9 Electrical Specifications
Video output : 1.0Vp-p ± 0.1Vp-p, 75 ohms.
Synchronization : Line-lock, internal crystal
Sensitivity : (usable video):
Day Mode Slow Shutter on : 0.13 lx
Night Mode Slow Shutter on : 0.016 lx
Signal to Noise Ratio : Greater than 50 dB or
equivalent
6.1.10 Environmental Specifications
Humidity : 0% to 90% relative, non-condensing
Operating temperature : 14°F to +122°F (-10°C to
+50°C).
Enclosure ratings : NEMA 3x (IP54) or equivalent
6.1.11 Agency Approvals
Safety : CE, UL or equivalent
6.2 Outdoor Pan/ Tilt/ Zoom (Dome) Camera specification
6.2.1 The product specified shall be a rugged, outdoor surveillance
domed camera system. The camera system shall consist of an
integrated high resolution, CCD camera using a 1/6-inch imager
and auto-iris, auto-focus zoom lens; a variable/high speed, 360°
pan/tilt unit; and an intelligent, integral receiver/driver.
6.2.2 The camera shall automatically switch from daylight color
operation to a higher sensitivity nighttime monochrome mode
when light levels fall below an adjustable threshold level.
Page 38 of 88
Day/night operation may also be manually switched on or off from
the system switcher/controller keyboard.
6.2.3 The camera shall provide a selectable slow shutter (frame
integration) function that increases the camera‟s sensitivity up to
50 times by reducing the shutter speed.
6.2.4 Digital image stabilization shall be provided using electronic
compensation that filters out vibrations caused by wind and other
environmental conditions.
6.2.5 The camera‟s 360° pan rotation shall is divided into some
independent sectors. Any or all of the 16 sectors may be blanked
from the operator.
6.2.6 The camera shall ensure that any advanced commands required to
program the camera are accessed via three levels of password
protection ranging from low to high security.
6.2.7 The camera shall provide normally open or normally closed alarm
input contacts and one relay output. Any or all of the input contacts
may be programmed upon activation to automatically move the
camera to any preposition location, close the output relay for a
programmed period of time, and display an alarm indication on the
on-screen display of the display monitor.
6.2.8 The camera system shall be provided in a NEMA 4X or IP66 certified,
rugged, weather-resistant package.
6.2.9 Camera Specifications
Imager: 1/6-inch interline transfer CCD: (PAL: 752h x 582v) or
equivalent
Horizontal Resolution : 460 TVL (PAL) or equivalent
Lens : 25x zoom, F1.6 to F2.7 or equivalent
Digital Zoom : 12X or equivalent
6.2.10 Electrical Specifications
Main supply input voltage/current : PAL: 230VAC, 50HZ
Video output : 1.0Vp-p ± 0.1Vp-p, 75 ohms.
Synchronization : Line-lock (-120° to +120°
vertical phase adjust) or internal
crystal.
Sensitivity: (usable video):
Day mode w/slow shutter on : 0.13 lux
Night mode w/slow shutter on : 0.016 lux
Signal to Noise Ratio : Greater than 50 dB or
equivalent
6.2.11 Environmental Specifications
Humidity : 0% to 100% relative, condensing.
Operating temperature : (-40°C to +50°C).
Storage temperature : (-40°C to +60°C).
Housing Rating : NEMA 4X and IP66 Certified.
6.2.12 Agency Approvals
Safety : CE, UL or equivalent
Page 39 of 88
6.3 P/T/Z auto-dome Camera Controller specification
6.3.1 The P/T/Z Camera controller shall provide control of remote
camera pan/tilt and motorized lens functions, and allows access
to the extended features of above mentioned P/T/Z (Dome)
Camera.
6.3.2 The controller shall produce control codes capable of being
transmitted up to 5000 feet when using 18AWG shielded twisted
pair cable. Codes shall be compatible with Dome system.
6.3.3 The controller shall allow minimum 6 P/T/Z (Dome) camera
systems to be connected in a daisy chain configuration.
6.3.4 The control unit joystick shall include integral camera zoom lens
control, allowing one hand operation.
6.3.5 The controller shall provide, but not be limited to, selection of the
following remote camera site functions:
- Joystick or mouse-keyboard control of pan/tilt/zoom
- Focus, and iris lens control
- Auto pan, auto tour
- Selection of pre-positioned scenes per camera.
6.3.6. Electrical Specifications
Rated supply voltage: 230 VAC, 50/60 Hz ± 10%
6.3.7 Environmental Specifications
Operating Temperature: 0 ° C to +50 ° C
Humidity: 10 to 80% relative, non-condensing
6.4 Varifocal Lens 5-50 mm or equivalent
6.4.1 This product shall be manufactured by a firm whose quality system
is in compliance with the I.S./ISO 9001/EN 29001, quality system.
6.4.2 The lens shall be 1/3-inch format. The lens shall include two
aspherical lenses.
6.4.3 The lens shall be available DC iris. The lens shall have a CS
mount.
6.5 Fixed Colour Camera specification
6.5.1 The product specified shall be a rugged, indoor surveillance
camera system. The camera system shall consist of an integrated
high resolution, CCD camera using a 1/3-inch imager or
equivalent, high sensitivity and advanced digital signal
processing.
6.5.2 The camera shall have extended sensitivity in night mode.
6.5.3 The camera shall have auto detection of Lens type and accept AC or
DC voltages.
Page 40 of 88
6.5.4 The camera system shall be provided in a NEMA-4X or IP-65
certified, rugged, weather-resistant package or higher.
6.5.5 Camera Specifications
Imager : 1/3-inch interline transfer CCD: (PAL:
752h x 582v) or equivalent
Horizontal Resolution : 460 TVL (PAL) or equivalent
Focus and iris : Automatic with manual override
Aperture correction : Horizontal and vertical, symmetrical
6.5.6 Electrical Specifications
Main supply input voltage : 230VAC, 50HZ
Video output : Composite video 1.0Vp-p, 75 ohms.
Signal to Noise Ratio : Greater than 50 dB
6.5.7 Connectors
Video output: BNC
Lens mounting: C and CS
6.5.8 Environmental Specifications
Humidity : 0% to 90% relative, condensing
Operating temperature : (0°C to +50°C).
Storage temperature : (0°C to +60°C).
Housing Rating : NEMA 4X and IP65 Certified
6.5.9 Agency Approvals
Safety : CE, UL or equivalent
6.6 Fixed camera Housing
Construction: Extruded Aluminium housing. Shall be provided
with abrasion resistant acrylic viewing window,
aluminium rear-end cap and aluminium cradle.
Hermetically sealed.
Size: Slim and compact. Suitable for the camera offered
Weight: Light weight
Camera mounting: Removable cradle assembly with hole pattern
for mounting camera / lens assembly.
Housing mounting: Provided with tapped holes and fittings.
Environmental standard: IP-65 or equivalent
6.7 Colour LCD Monitor
6.7.1 Colour VGA 32” and 22” LCD monitor with resolution better
than 1024 x 1024. And a dynamic contrast ration of 50,000:1 and
reputed make.
6.7.2 The 22” LCD monitor shall be installed in CCTV control panel in
main control room. It shall be panel mountable type.
6.7.3 The 32” LCD monitor shall be mounted near the security at
plant‟s reception. It shall be surface/ wall mountable type.
Page 41 of 88
6.7.4 The monitor shall allow for selection of any three audio inputs to
follow the video inputs, A, B, Y/C.
6.7.5 The monitor shall provide loudspeaker volume from any two
selected audio sources with front panel adjustment. The monitor
controls for adjusting contrast, brightness, color, tint, input source
and power shall be located on the front panel. On screen display
shall provide feedback details of monitor adjustments.
6.7.6 Rated supply voltage: 230 VAC, 50/60 Hz ± 10%.
6.7.7 Video Input: 1 Vpp, negative sync. Automatic switching from 75
ohms unbalanced termination to Hi-Z with looped through operation.
6.7.8 Environmental Specifications
Temperature: Operating: 0 ° C to +50 ° C
Humidity: 20% to 80% relative, non-condensing
6.8 Keyboard
6.8.1 Remote key board (Joystick keyboard) shall be installed for remote
viewing of videos mainly at security reception near the plant entry point.
The Keyboard shall provide control of all commands of video Switcher
& Digital Video Recorder simultaneously. The tentative cable distance
between joystick keyboard and DVR shall be approximately 100m.
6.8.2 Supply shall be locally provided (i.e. Rated supply voltage: 230 VAC,
50/60 Hz ± 10%.) if the requirements are different , then necessary
adapters shall be arranged and installed by the supplier.
6.9 Digital Video Recorder (DVR)
It shall have the following features:
6.9.1 The recording unit shall receive the video signals from the video
multiplexer or can be an integral unit of it.
6.9.2 The unit shall be programmable and shall have provision to select
or deselect any or all cameras.
6.9.3 The unit shall have provision for recording as well as playback at
the same time if desired.
6.9.4 It shall be capable of Duplex operation.
6.9.5 It shall have capability for Real time or Time-lapse recording.
6.9.6 The unit shall be able to record the pictures from any or all
cameras for a minimum period of 30 days.
6.9.7 It shall have mass storage back-up devices like DAT drive for
taking the back-up of the recorded pictures.
6.9.8 It shall be PAL/ CCIR compatible.
6.9.9 It shall have an Ethernet port with 10/100 Mbps speed for
connecting to a Host PC. The GUI software for the same shall be
supplied.
6.9.10 It shall have facility for instant retrieval with Alarm/Time/date/search.
6.9.11 Minimum storage size of DVR shall be 2 TB.
Page 42 of 88
6.10 CCTV Panel Construction Features
The CCTV control panel shall be located in main control room (please refer drg.
No.4, section-E of the tender). This panel shall house LCD monitor, keyboard,
DVR, ethernet switch, video switching unit and other equipment of CCTV
system. This panel shall also house dedicated PC along with LCD monitor for
Fire Alarm system and Access control system. The management software of fire
alarm, CCTV and access control shall be loaded in their respective PCs. The
CCTV control panel shall have following constructional features :
6.10.1 Panel shall be completely metal enclosed, free standing, floor/ false floor
mounting type and shall be dust, moisture and vermin proof. The panel
enclosure shall provide a degree of protection not less than IP-51.
6.10.2 Panel shall be fabricated of cold rolled steel of thickness not less than
2.0 mm for front and rear equipment bearing surfaces and 2.0 mm for
sides, top and bottom portions. The panels shall be free from
undulations, dents and flaws and sufficiently reinforced to provide level
surfaces and rigidity during transportation and installation.
6.10.3 The perimeter of all doors, removable cover plates shall be gasketed all
around with neoprene gaskets. Ventilating louvers are considered
undesirable, however, if provided, shall have fine brass or stainless steel
mesh screens and disposable type of air filters. All doors shall be
provided with concealed type hinges.
6.10.4 Panel shall have rolled channel base frame at the bottom with smooth
bearing surface, which shall be welded directly to purchasers embedded
parts as per approved drawings. Hardware shall be zinc plated and
passivated.
6.10.5 Panel shall be fitted with removable gland plates of adequate size for
fixing the cable gland
6.10.6 The external shade of the paint shall be shade No. 693 as per IS-5. The
internal shade shall be glossy white.
6.10.7 Panel Dimensions and Colour
The approximate dimensions are 2100 mm (H) x 1000 mm (W) x 800
mm (D) and colour shall be Siemens Grey. As the size and color are to
be matched with existing panels located in main control room, exact
dimensions and colour will be provided at the time of detailed
engineering. Panel grouting shall be in the scope of supplier.
The panel shall house the video monitors of FAS, CCTV & ACS
systems, video switcher/controllers, keyboards, video recorder; PC based
Graphical user interface and any other hardware which shall be part of
the Central monitoring station. It shall be designed such as to provide
easy accessibility to various components for both operation and
maintenance.
Page 43 of 88
6.11 Power supply
230 V AC/ 50 Hz uninterrupted power supplies required for operation of
the CCTV control panel shall be under the scope of NRB, BARC.
6.12 Interconnecting cables
The following cables shall be used for interconnecting the different components
of the system :
6.12.1 3-core x 1.5 sq.mm stranded tinned copper conductor, PVC insulated,
FRLS PVC inner-sheathed, GI wire armoured, FRLS PVC outer-
sheathed, 1100 Volts grade power cable. This cable shall be of make
Finolex, Polycab, Universal Cable etc.
This cable shall be used for providing AC/DC power supply to
individual CCTV camera(s) and the control panel.
6.12.2 Coaxial video cable (RG11 or equivalent) for connecting various
cameras to the CCTV control panel. The typical constructional features
of RG11 cable is given below :
General Description : The centre conductor shall be made of
solid electrolytic grade 99.97 pure
copper. The conductor shall be
insulated with foam dielectric made
of polyethylene injected with
nitrogen gas. The double screen shall
be of special composite type bonded
aluminium foil and special grade
aluminium alloy braiding of 60%
coverage to ensure low loss in signal
quality, additional mechanical
strength and resistance to oxide
formation in tropical whether
conditions. The PVC compound used
in the jacketing shall be UV and
abrasion resistant.
Center Conductor nominal dia.
(mm)
: 1.63
Di-electric
nominal dia. (mm)
:
:
Foam PE
7.11
Outer conductor
1st Shield
2nd Shield
Min. Coverage (%)
Al. Foil Bonded
Al. Alloy Braiding
60
Flooding Compound : Jelly
Jacket
Nominal dia.(mm)
:
:
PVC Black
10.3
Bending Radius(mm) : 70
Electrical Parameters:
Page 44 of 88
Center Conductor Max.
resistance
Characteristics
Impedance(Ohms)
Nom. Velocity Ratio (%)
Make : Finolex, Polycab,
Universal Cable etc.
:
:
:
0.85 ohm/ 100 m
75 +-3
85
6.12.3 2 Pair, 0.75 sq.mm, copper conductor, un-armoured signal cable for
PTZ control of dome cameras. The cable shall be of reputed make
like Finolex, Polycab, Universal Cable etc.
6.12.4 Any variations from the above specifications of cables if any, or the
specifications of any other cable required for connecting the system
shall be mentioned clearly.
6.12.5 The armoured power cable to various CCTV cameras shall be laid
surface mounted type with proper clamps. The co-axial video cable
and PTZ signal cable shall be laid inside the conduit pipe. GI
conduit pipe (25 mm OD & 2 mm thickness) with suitable bends
and accessories shall be supplied and laid by the supplier at site for
this purpose.
For powering to camera, the supplier may lay the power cable to
various CCTV cameras and shall provide the 3-pin plug sockets
near each camera for the purpose of providing power to individual
camera(s). All such supply and installation shall be under
supplier’s scope.
6.12.6 The acceptance testing of RG11, 2-pair signal cable and 3-core power
cable shall be offered to NRB, BARC at manufacturer‟s works as per
the relevant latest standards.
6.12.7 The cable entry and exit points in any area may be sealed by fire
retardant sealing and these points shall be physically apart so that to
ensure different cable route.
6.12.8 The wiring shall comply with IS-732- 1965 specifications.
6.13 6 port Ethernet Switch with 2 Fiber Port
The ethernet switch shall be used for providing remote connectivity features for
Monitoring the videos of CCTV cameras (please refer drg. No. 3, section-E of
tender).
The ethernet switch shall have following features:
Type : 6 Port Managed Ethernet switch with 10/100/1000 Mbps
speed
No. of ports : 6 x 10/100/1000BASE-TX and 2 x 100/1000BASE-FX
Page 45 of 88
ports
Diagnostic LEDs : Per Unit: Power, Per Port: Activity/Link, Speed
Interface Options : RJ-45 for 10/100/1000BASE-TX
SC for 100/1000BASE-FX
Network Protocol &
Standards
: IEEE 802.3 Ethernet, 802.3u Fast Ethernet, 802.3x Flow
control IEEE 802. Id spanning tree support
Full SNMP support
VLAN support based on MAC address and port
Power Supply : 100-240 VAC, 50/60 Hz Internal Universal Power
Temperature : Operating: 0o – 50
o C
Humidity : Operating: 5% to 95% RH & Non-condensing
Mounting : Rack Mounted
Software : Management software compatible Windows 7 / 8 OS
Make : Cisco, HP, D-Link
6.14 Termination hardware, Junction Boxes and other accessories
The junction boxes required at different locations for terminating the cables
shall be supplied along with the system. The termination hardware like sleeve,
lugs, screws, insulation tapes, etc. shall be supplied along with the system.
6.15 Test and programming tools
The system shall be supplied with the test and programming tools required for
the installation, testing, commissioning and maintenance of the system. The
system shall be fault tolerant and shall have extensive fault diagnostic facility.
These fault diagnostics shall be clearly mentioned in the technical documents.
7. Technical Documentation
One set of hard copy and 4 CDs of complete technical documentation including
operating instruction manuals and trouble shooting and maintenance manuals shall
form part of the systems. The documentation shall describe the principles of
operation of various components and subsystems. It shall include the system
configuration and other technical details viz. circuit diagrams, camera layout, wiring
and interconnection details, and recommended spares with ordering part numbers. It
shall also include the programming manual of configuration software and graphical
user interface.
8. Installation, Testing & Commissioning of CCTV system
The CCTV system including fixed cameras, indoor dome cameras, outdoor dome
cameras, conduits, power cable, RG11 video cable, signal cable, CCTV control panel,
DVR, video switcher, ethernet switch, LCD monitors and other accessories shall be
supplied and installed by the supplier at purchaser‟s site. All the accessories required
for the installation shall be in the scope of supplier. The installation plan shall be
approved by the purchaser. After installation of complete system, the commissioning
tests shall be carried out by the supplier. Few of the commissioning checks shall be as
per the table given below :
Page 46 of 88
Sr. No. Description Visual
Test
Readings
Document
ation
1
All cables are tested for continuity,
insulation, resistance etc. √
2
System installation proper as per
drawing √
3
Carry out visual checks on all cameras,
cables, camera housing etc.to ensure
they are clean and free from any
mechanical damage √
4 Check for proper termination & feruling √
5 Check input A/C supply voltage √
6
Check Input supply DC voltage at every
camera . √
7
Check proper connection of video cable
to ensure that there is no video loss . √ √
8
Check all camera‟s signal on monitor.
Also check for clarity , sharpness of the
picture. √
9 Check PTZ controls of PTZ camera. √
10
Check recording, playback & other
various features randomly. √
11 Check recording FRAME RATE √
12
Check all software server & client has
been installed correctly & running
without any bug/error.
√ √
9. Training & Inspection
The supplier shall provide the customer with details of the training required by
personnel to operate and maintain the system. The supplier and the customer shall
jointly agree the number of staff to attend the training courses. Inspection of all the
system and components will be carried out at supplier‟s location.
Page 47 of 88
BOQ of CCTV System
1 FIXED LENS CAMERA Nos. 13
2 DOME CAMERA WITH PAN & TILT (Indoor) Nos 2
3 DOME CAMERA WITH PAN & TILT (Outdoor) Nos. 4
4 16 CHANNEL DVR with 2 TB HDD Nos. 2
5 4-CHANNEL VIDEO-SWITCH Nos. 2
6 JOYSTICK KEYBOARD FOR PTZ CONTROL Nos. 1
7 32” LCD MONITOR (Wall mountable) No. 1
8 22” LCD MONITOR (Panel mountable) No. 1
9 RG-11, UN-ARMOURED VIDEO CABLE Mtr. 3000
10
3C, 1.5 sq.mm ARMOURED POWER CABLE as per Tech.
specs. Mtr. 3000
11
2P x 0.75 sq.mm UN-ARMOURED SIGNAL CABLE FOR
PTZ CONTROL Mtr. 1500
12 6 port Ethernet Switch along with 2 fiber ports No. 1
13 GI CONDUIT (25mm), bends & Accessories Mtr 3000
14 CCTV Control Panel Nos. 1
15
MOUNTING ACCESSORIES (clamps, 3-pin lighting plug
sockets, brackets, JBs etc.) LOT 1
16 VIDEO MANAGEMENT SOFTWARE 1
17 Recommended spares LOT 1
Preferred Make: Pelco, Bosch, Panasonic, Sony or equivalent
Page 48 of 88
Part-III
Technical specification for Access Control System (Turnstile Gate)
1. Introduction
A turnstile gate as an access control system shall be deployed in the plant to monitor
& control the personal access to the plant. For wiring scheme & Panel GA, please
refer Drg.-3, Drg.-4 & Drg.-5, section-E of tender.
The turnstile gate shall be modular in nature, and shall permit expansion of both
capacity and functionality through addition of controllers, RFI card readers, sensors
etc.
The turnstile gate system shall incorporate the necessary hardware, software, and
firmware to collect, transmits and process alarm, tamper and trouble conditions,
access requests, and advisories in accordance with the security procedures of the
plant. The system shall control the flow of authorized personnel traffic through the
secured areas of the plant.
The scope of the tender shall include design, manufacturing, testing at manufacturer‟s
works, delivery, installation and commissioning of turnstile gate system as per the
technical specifications.
Proposed system shall be designed using the latest technology. All gadgets shall be
latest and reliable and maintenance free and recommended for round the clock (i.e.
24x7) operation in industrial environment. The overall system shall compromise of
the following major components:-
Turnstile gate controller shall provide access, monitor alarm conditions and
perform control functions.
A PC with management software shall be provided in the main control room of
the plant for the purpose of card assignment to users, managing and monitoring of
alarms in the whole system.
2. Turnstile Gate
The brief technical specification of turnstile gate is tabulated below :
a) Type : Full Height, Robust, Single-lane,
bi-directional movement
b) Operation : Gate shall rotate clockwise and
anticlockwise
c) Material : Stainless steel
d) Overall dimension : As per Drg. No. 5, section-E of tender
Page 49 of 88
e) Control Head : Positive action lock, self - centering,
hydraulic damping, anti -backup device
f) Drive : Electro mechanical hand operated
g) Rotor : 4 x 90 degree
h) Configuration : Normally Closed
i) Features : Positive action lock to prevent two passage
at one time
Anti-back-up device to prevent reverse
rotation once the head has moved 30 degree
from its rest position.
Self-centering mechanism to ensure
complete rotation of the head to the rest
position.
j) Certification : CE certified against electrical & EMC
safety
k) Controller : 02 Nos. of RFID card readers, one reader
on each side of the gate, fail safe (open on
power failure) status indications.
l) Lockable side door of turnstile
gate
With matching SS members as per Drg. No.
5, section-E of tender
m) Top arrangement of turnstile
gate
With matching SS members as per Drg. No.
5, section-E of tender
3. Contactless Smart RFID card reader
The entry into the plant shall be possible with the help of contactless smart RFID card
reader which shall recognize NRB, BARC identity cards. The RFID card reader shall
be provided by supplier along with turnstile gate. The card reader shall be designed to
read and identify BARC identity cards for entry into the plant area. The card reader
shall have following technical features :
3.1 It shall be i-CLASS contactless smart card readers or equivalent. It shall include
supply of electronics, controller and antennae and accessories as required for
complete installation of the system.
3.2 Card readers will be either wall mounted or it will be vertically mounted on
turnstile gate.
3.3 The reader enclosure shall be sealed as per the rating of IP-45 or equivalent.
3.4 The reader shall be UL/C listed and shall be FCC and CE certified and shall
conform to ISO standard, a copy of the proof shall be submitted with technical
documents.
3.5 Reader shall have a reading – range of 6 inch approximately.
Page 50 of 88
3.6 The reader shall be equipped with visual indication (green & red LED) and
audio alert by audio transducer capable of providing unique tone sequences for
various status conditions.
3.7 The reader shall be capable of reading card information from any MIFARE card
using standard chip and transmit the data in standard format for further
processing. Reader shall be capable of incorporating existing BARC RFID cards
to eliminate the use of multiple cards.
3.8 The reader shall have flash memory to allow future enhancements to be added in
the field.
3.9 Supply shall include complete installation with all accessories.
4. Desktop PC and management software
This PC along with access control (turnstile gate) management software shall be
housed in CCTV control panel which shall be located in main control room of the
plant. A 22” LCD monitor shall be mounted in the CCTV control panel. The PC shall
have following technical features :
Intel core i3-3220 or higher with 3.3 Ghz or higher
Minimum of 4GB of RAM
Minimum hard disk storage space of 01 TB & two USB port
24x or higher SATA DVD writer
Support standard RS 485 Local Area Networking
Support Ethernet 100 Base-T port
Support a communication port for remote dial-in via modem
Key board, mouse of standard make
Panel mountable color 22” LCD monitor with built in audio speaker
All application software shall reside in this PC. The following application software
functions shall be provided :
Administrators or users access rights setup
Password assign to all users and administrators
Centralized database backup of all the field controllers in the entire system
Centralized access control and alarm transactions monitoring and handling
Remote control functions for access control, arming/disarming of alarm points
and on/off controls from the central security application software.
Centralized and local Alarm monitoring and alarm handling procedures
Centralized and local card database administration
Centralized and local report generation of transactions and audit trails
Global card formats setup
Database Backup/Restore
Report generation of all events and alarms based on selection criteria
Page 51 of 88
5. System parameter
The turnstile gate system shall be provided with following parameterization features :
5.1 Access Group
The controller shall be provided with programmable access group. Each
Access Group defines access for a particular group of doors associated its
own set of schedule (time zone groups) where a person can enter.
Each card holder shall be assigned a min of 2 access group.
5.2 Schedules (Time Zones)
The controller shall have weekly schedule (time zone) groups for all
operations. Each schedule consists of different start and stop time zone
periods.
These schedules (time zones) shall be usable for any or all of these
applications:
activating different card access operation modes
automatic locking/unlocking of doors
automatic arming/disarming of the intrusion monitoring modes
automatically control electrical equipment on and off
It shall be possible to pre-program upto 20 or more holiday dates so that its
operations will change automatically. It shall also adjust itself to leap year
computation automatically and also GMT date/time reference.
The controller shall provide anti-pass back feature for single reader or a group
of readers as a standard feature.
True anti-pass back shall be implemented with selectable forgiveness or non-
forgiveness modes. In forgiveness mode, a cardholder shall be able to get out of
the controlled area even if he / she forgets to use his/her card at the entry reader
and instead followed someone in.
When a card reader reads a valid card, the field controller shall unlock the door
for 10 seconds (shall be programmable from 3-255 seconds). For each handicap
person, it shall be possible to provide extended door unlocking timings to
facilitate their slower movement.
A door ajar (partially open) alarm shall be generated if the door is held opened
longer (example 1 minute, but programmable from 60 seconds to 255 seconds)
than the allowed preprogrammed time. This alarm shall automatically be reset
when the door is closed back
It shall be possible to control the locking/unlocking of doors automatically up to
four time zone periods per day based on schedule (time zone) control. The card
Page 52 of 88
reader shall emit a beeping warning signal if the door is not closed at the end of
the time where the door is supposed to be re-locked.
6. Power Supply, Cables, Terminal Hardware, JBs and other accessories
6.1 Power supply
Single phase, 230 V AC/ 50 Hz uninterrupted power supplies required for
operation of the access control panel shall be under the scope of NRB,
BARC.
6.2 Cables
Interconnecting cables, data cables and power supply cables etc. as required for
complete installation of the system shall be supplied by the supplier along with
the system. Cables shall be at least FLRS with PVC sheathed 1100 volts grade
cables of reputed make. Cables specification shall be subject to the clearance of
NRB, BARC engineer. Supplier shall offer cable- testing at the supplier
premises in presence of NRB, BARC engineer / officer before dispatching the
material.
Any variations from the above specifications of cables if any, or the
specifications of any other cable required for connecting the system shall
be mentioned clearly.
The supplier shall be responsible for placing cables inside the conduit
provided on wall or ceiling for connecting the sensors, controllers and
indicators etc. to control panel.
The cable entry and exit points in any area shall be sealed by fire retardant
sealing and these points shall be physically apart so that to ensure different
cable route.
6.3 Termination hardware, Junction Boxes and other accessories
The junction boxes required at different locations for terminating the cables
shall be supplied along with the system. The termination hardware like sleeve,
lugs, screws, insulation tapes, etc. shall be part of the system and supplied along
with the system. Grouting of Turnstile gate and necessary civil work shall be in
the scope of supplier.
Note : All items and components of turnstile gate system shall be from reputed
make with UL,CE ,DIN ,IEC,BS ,LPCB, IS etc approval wherever applicable
for installation and operation in an industrial plant . A copy of proof shall be
attached.
Page 53 of 88
BOQ of the Access Control System
1 FULL HEIGHT SINGLE LANE TURNSTILE GATE
(SHIVANANDA OR EQUIVALENT MAKE) WITH 2 RFID
READERS (01 reader on each side) & Controller.
Nos. 1
2. Recommended spares Lot 1
3 Desktop PC with Panel mountable 22” Monitor and Access
Control Management Software
Nos. 1
4 Conduits, wires & Accessories LOT 1
Preferred Make: Shivananda or equivalent
Page 54 of 88
D. Miscellaneous items
Laptop Specification:
Processor
Intel® Core™ i7-820QM Processor (
1.73GHz 1333MHz )
Operating system
Genuine Windows 7 Professional 32
Total memory
4 GB DDR3 SDRAM 1066MHz
Display type
15.6 " HD+ AntiGlare 1600x900
Hard drive device
320GB
Network card
Intel Centrino Advanced-N 6200
Optical device
DVD Recordable (Dual Layer)
Bluetooth
Bluetooth Version 2.1 + EDR
Form Factor
Notebook
Finger print reader
Finger print reader
Warranty
Three years parts and labour (system
battery: one year)
WWAN
Integrated Wireless Wide Area Network
upgradable
Pointing device
UltraNav (TrackPoint and Multi-touch
TouchPad)
Battery
9 Cell Lithium-Ion
Laptop PC No. 01
Preferred Make: Dell, HP, Lenova
Page 55 of 88
SECTION - D: FORMAT FOR SUBMISSION OF TENDER
PART- I (TECHNICAL BID)
ANNEXURE-I (TECHNICAL DATA FORMAT)
A- Fire Alarm System
1. Fire Alarm panel(Main)
Specification Offered
Make & model no
Approval
Configuration
Power supply
Installation
Operation temp
Humidity
Housing
Software
2. Repeater Panel
Specification Offered
Make & model no
Approval
Configuration
Display Size
Power supply
Installation
Operation temp
Humidity
Housing
Software
3. Multisensor Fire detector with Flasher:
Specification Offered
Make & model no
Approval
Configuration
Power supply
Installation
Page 56 of 88
Operation temp
Humidity
Housing
Software
4. Beam type Fire Detector
Specification Offered
Make & model no
Approval
Configuration
Power supply
Installation
Operation temp
Humidity
Housing
Software
5. Flame Detector
Specification Offered
Make & model no
Approval
Configuration
Power supply
Installation
Operation temp
Humidity
Housing
Software
6. Linear Heat Sensing Cable
Specification Offered
Make & model no
Approval
Power supply
Installation
Operation temp
Humidity
7. Addressable Interface Module for LHS
Specification Offered Make & model no
Page 57 of 88
Manufacturer/Make Operating Voltage Contact Current/voltage rating No. of Input/output relay
contacts
Dimension Temperature Relative Humidity Standards/Approvals
8. Addressable Interface Module for Flame Detector
Specification Offered Make & model no Manufacturer/Make Operating Voltage Contact Current/voltage rating No. of Input/output relay
contacts
Dimension Temperature Relative Humidity Standards/Approvals
9. End of Line Resistor for LHS & Flame Detector
Specification Offered
Make & model no
Approval
Installation
Operation temp
Humidity
Housing
10. Loop Isolator
Specification Offered
Make & model no
Approval
Installation
Operation temp
Humidity
Housing
11. Hooter
Specification Offered
Make & model no
Approval
Configuration
Page 58 of 88
Power supply
Installation
Operation temp
Humidity
Housing
12. Manual call Point
Specification Offered
LED
Key reset
Type
Addressing Requirements
Operating Voltage
Max. SLC Loop Voltage
Max. SLC Loop Current
Operating Temperature Range
Humidity Range
Indication
Approvals
13. Remote Response Indicator
Specification Offered
Make & model no
Approval
Configuration
Power supply
Installation
Operation temp
Humidity
Housing
14. Auto-Dialler
Specification Offered
Make & model no
Operating voltage
power
Storage capacity
Message recording feature
Non-volatile memory
Page 59 of 88
15. Loop card (Spare)
Specification Offered
Make & model no
Approval
Configuration
Power supply
Installation
Operation temp
Humidity
Housing
Software
16. PC with Fire Alarm Management Software.
Specification Offered
Make & model no
Approval
Processor
RAM
Hard Disk
DVD
Monitor type & size
Power supply
Operating system
(Licensed)
Fire Alarm Management
software
Networking
Operation temp
Humidity
Housing
17. Detector Test & Removal kit
Specification Offered
Make & model no
Approval
18. GI Conduit
Specification Offered
Make
Outer diameter
Thickness
Page 60 of 88
Thickness of galavanized coating
Tests offered at manufacturer‟s
works
19. Pair x 1.5 Sq. mm, Un-armoured FRLS sheathed Fire alarm cable
Specification Offered
Conductor material
No. of conductor x cross
Glass mica tape over conductor
(thickness)
Insulation over glass mica tape
Material
Thickness
Twinning of two cores ( twist per meter)
Inner sheathing over cores
Material
Thickness
Shield
Material
Thickness
Outer sheathing
Material
Thickness
Overall diameter of the cable
Electrical parameters
Insulation resistance for 1 Km at 20ºC
DC resistance of each conductor for 1 Km
at 20ºC
Capacitance between conductors of a pair
Capacitance between conductor and
drain
wire of a shield
Voltage rating of the cable
Percentage noise reduction
20. Mounting Accessories for FDs & FA Panel
Specification Offered
Make & model no
Page 61 of 88
B - CCTV SYSTEM
1. Fixed Lens Camera:
Specification Offered
Make & model no
Approval
Configuration
Power supply
Focal length
Resolution
Installation
Operation temp
Humidity
IP class
2. Dome camera with Pan & Tilt, Indoor
Specification Offered
Make & model no
Approval
Configuration
Power supply
Focal length
Resolution
Installation
Operation temp
Humidity
IP class
3. Dome camera with Pan & Tilt, Outdoor
Specification Offered
Make & model no
Approval
Configuration
Power supply
Focal length
Resolution
Installation
Operation temp
Humidity
IP class
Page 62 of 88
4. 16 Channel DVR with 2 TB HDD
Specification Offered
Make & model no
Video System
Approval
Configuration
Operating system
Display resolution
Recording Resolution
Video Compression
PTZ Control
Communications
Backup options
Power supply
Installation
Operation temp
Humidity
Housing
Compliance
5. 4-Channel Video Switcher
Specification Offered
Make & model no
Approval
Configuration
Power supply
Installation
Operation temp
Humidity
Housing
6. JOYSTICK Keyboard for PTZ Control
Specification Offered
Make & model no
Approval
Configuration
Power supply
Installation
Operation temp
Humidity
Housing
Page 63 of 88
7. 32” LCD Monitor
Specification Offered
Make & model no
Approval
Configuration
Power supply
Resolution
Contrast Ratio
Audio / Video Inputs
Installation
Operation temp
Humidity
Housing
Mounting
8. 22” LCD Monitor
Specification Offered
Make & model no
Approval
Configuration
Power supply
Resolution
Contrast Ratio
Audio / Video Inputs
Installation
Operation temp
Humidity
Housing
Mounting
9. RG-11, Coaxial cable
Specification Offered
Make
Center conductor nominal dia
Max. resistance (Ohm/100M)
Di-electric
Outer conductor
1st Shield
2nd
Shield
Flooding compound
Jacket
Nominal dia.
Page 64 of 88
Tests offered at
manufacturer‟s works
10. 3-Core, 1.5 Sq.mm armored power cable
Specification Offered
Make
Conductor material / size
Insulation
Inner sheath
Outer sheath
Armour
Voltage grade
Tests offered at
manufacturer‟s works
11. 2-Pair, 0.75 sq.mm, Un-armoured Signal Cable for PTZ Control
Specification Offered
Make
No. of twists / Meter
Conductor material / size
Insulation
Voltage Grade
Tests offered at
manufacturer‟s works
12. 6 Port Ethernet Switch along with 2 Fiber ports
Specification Offered
Type
No. of ports
Diagnostic LEDs
Interface Options
Network Protocol &
Standards
Power Supply
Temperature
Humidity
Mounting
Software
Make
Page 65 of 88
13. GI Conduit
Specification Offered
Make
Outer diameter
Thickness
Thickness of galavanized coating
Tests offered at manufacturer‟s
works
14. CCTV control panel
Specification Offered
Make
Dimensions (H x W x D)
Sheet used
Thickness of sheet
Thickness of frames
7-tank cleaning process
offered
Powder coating offered
Finish
Colour
15. Mounting Accessories
Specification Offered
As required
Page 66 of 88
C- Access Control System
1. Full Height Single-Lane Turnstile gate:
2. Controller unit
Specification Offered
Make & model no
Approval
Configuration
Power supply
Features
Information Storage
Alarm annunciations
Resolutions
Connectivity with PC
Networking
Installation
Operation temp
Humidity
Housing
Software
3. RFID card reader:
Specification Offered
Make & model no
Approval
Configuration
Power supply
Secondary supply
Alphanumeric
Specification Offered
Make & model no
Construction
Approval
Alarm indication
Operating Voltage
Current
Operating Environment
Temperature
Humidity
Vibration , Impact , Shock
Page 67 of 88
LCDdisplay with
backlighting
Connectivity with PC
Networking
Installation
Operation temp
Humidity
Housing
Software
4. Desktop PC & access control management software
Specification Offered
Make & model no
Approval
Processor
RAM
Hard Disk
DVD
Monitor type & size
Power supply
Operating system
(Licensed)
Networking
Operation temp
Humidity
Housing
Management software
features
5. Conduits & Accessories
Specification Offered
Make
Page 68 of 88
D- Miscellaneous Items
1. Laptop PC with configuration software(s) of FAS, CCTV & ACS
Specification Offered
Make & model no
Processor & speed
RAM
Communications
HDD
Screen size
Operating system (Licensed)
Configuration softwares for FAS, CCTV & ACS
(Licensed)
Operating Environment
Temperature
Humidity
2. Training
Specification Offered
Training
3. Documentation
Specification Offered
Page 69 of 88
Annexure - II Schedule of deviation
Sr. No. Section Clause No. Deviation
1.
2.
3.
Date:
Place:
(Signature of bidder)
Page 70 of 88
Annexure III: Vendor Evaluation Proforma
(To be filled in and submitted along with the tender.)
Ref: Tender Enquiry No. ________________
Equipment :
Quotation No. : Date :
1. Vendor details
1.1 Name :
1.2 Address Office :
Works :
1.3 Telephone :
1.4 Telex :
1.5 E-mail :
1.6 Contact person :
2. Registration details with
2.1 S. S. I. :
2.2 Directorate of Industries :
2.3 Others (please specify) :
3. Organizational details
3.1 State/Central undertaking :
3.2 Public/Private Ltd. :
3.3 Partnership :
3.4 Proprietary :
3.5 Top Management
(Qualification & position)
3.6 Date of inception :
Page 71 of 88
4 Performance of past 3 years with profit and loss and as anticipated for the Current
year.
4.1 Year :
4.2 Capital :
(Authorized/Working)
4.3 Turnover :
4.4 Profit/Loss :
(Do not enclose balance sheet,
Annual report etc.)
4.5 Give a list of items on the regular production program with annual production
rates for each item
5. Proof of ability
Give name and address of the parties to whom CCTV surveillance system and
access control system of the type covered by this tender were supplied in the
last 3 years with number of instruments supplied to each party. (As per
attached annexure- A)
List of works carried out in Nuclear Plants if any: (As per attached annexure-A)
6. Details of facilities
6.1 Floor space
6.2 Key departments (Attached Separately)
6.3 List of man power, machines/ equipment, (As per attached annexure-B) test
and calibrating standards etc. available. (Attached Separately)
6.4 Quality control facilities. (Attached Separately)
6.5 Drawing facilities Men power available (Attached Separately)
6.5 List all inspection and test facilities available to carry out the different
tests/inspections specified in this tender specification:
7. Documentation:
7.1 Reference standards (Specific to this tender) : Available /Not Available
7.2 Drawing detailed availability : Verification (Yes/No)
Retention (Yes/No)
7.3 Test certificate for procured materials : Verification (Yes/No)
Retention (Yes/No)
Page 72 of 88
7.4 Availability of inward inspection records to customer for : Verification (Yes/No)
Retention (Yes/No)
7.5 Availability of process inspection records to customer for : Verification (Yes/No)
Retention (Yes/No)
7.6 Availability of final inspection records to customer for : Verification (Yes/No)
Retention (Yes/No)
Page 73 of 88
Annexure - A Proof of ability of the bidder
Use one form for each work carried out
1. Name of work :
2. Name of firm for which project was done :
3. Address for reference :
4. Value of total work : Rs.
5. Date of commencement :
6.Date of completion :
7. Has the work been completed and final payment received :
Yes ____________ No__________
8. Was there any arbitration :
Yes ____________ No__________
Date:
Place:
(Signature of bidder)
Page 74 of 88
Annexure - B
Statement of man and machinery
Sr.
No.
Description Qualifications &
experience
Total nos.to be employed by
supplier.
1. Manpower
Deployment
2. Engineer
3. Supervisor
4. Fitter
5. Welder
6. Rigger
7. Messons
8. Skilled/Semi
Skilled/Un-skilled
labourers
9. Machines/Equipment
It may be noted that the above deployment is minimum, after detailed programming
and actual condition of site, additional deployment shall be done as necessary for the
completion of the work within the stipulated time period. A separate sheet showing the list of
machines and equipment to be used shall be enclosed.
Date:
Place:
(Signature of bidder)
Page 75 of 88
PART-II (PRICE –BID)
The bidder shall quote for design, manufacture, testing, delivery at site, installation &
commissioning for following on a firm lump sum basis, conforming to the requirements of
this specification.
A. PRICE & QUANTITIES SCHEDULE:
A Fire Alarm System SUPPLY INSTALLATION
Sr.No. Description Unit Qty.
1 (a)
Intelligent Addressable Modular Fire
Alarm Control Panel based on 32 bit
microprocessors including the
following as per specification :
a. 2 loop cards
b. battery charger
c. SMF Batteries for 72 Hrs. back-up
d. Enclosure
e. 80 character LCD display Nos.
1
1 (b)
Optional - Intelligent Addressable
Modular Fire Alarm Control Panel
with redundant CPU and the
followings as per specification :
a.2 loop cards
b. battery charger
c. SMF Batteries for 72 Hrs. back-up
d. Enclosure
e. 80 character LCD display Nos.
1
2 REPEATER PANEL Nos. 1
3
MULTISENSOR FIRE DETECTOR
WITH FLASHER Nos. 70
4 BEAM TYPE FIRE DETECTOR Set 5
5 FLAME DETECTOR Nos. 1
6 LINEAR HEAT SENSING CABLE Mtr 200
7
INTERFACE MODULE (for
Analogue Linear Heat Sensor) Nos. 2
8
INTERFACE MODULE (for Flame
Detector) No. 1
9
End of Line (EOL) BOX (for Linear
heat Sensor) Nos. 3
10 LOOP ISOLATOR(RELAY BASED) Nos. 4
11 HOOTER (Sounder) Nos. 8
12 MANUAL CALL POINT Nos. 13
13 REMOTE RESPONSE INDICATOR Nos. 28
14 LOOP CARD(Spare) Nos. 1
15 AUTO-DIALLER (Optional) Nos. 1
16 PC with compatible HMI / GUI fire Nos. 1
Page 76 of 88
alarm management software
17
Detector Test & Removal kit as per
specification Set 1
18 GI CONDUIT (25mm) & Accessories Mtr 3000
19
2 Pair X 1.5 sq.mm copper conductor
un-armoured FRLS PVC sheathed
signal cable Mtr
3000
20
MOUNTING ACCESSORIES FOR
FDs & FA PANEL LOT 1
21 Recommended spares Lot 1
22
Engineering, Testing &
Commissioning
23 Annual Maintenance Contract (AMC) LOT 1
SUB TOTAL
TAXES
SUBTOTAL WITH TAXES
Total System cost (Supply +
Installation)
B CCTV system
1 FIXED LENS CAMERA Nos. 13
2
DOME CAMERA WITH PAN &
TILT (Indoor) Nos 2
3
DOME CAMERA WITH PAN &
TILT (Outdoor) Nos. 4
4 16 CHANNEL DVR with 2 TB HDD Nos. 2
5 4-CHANNEL VIDEO-SWITCH Nos. 2
6
JOYSTICK KEYBOARD FOR PTZ
CONTROL Nos. 1
7
32” LCD MONITOR (Wall
mountable) No. 1
8
22” LCD MONITOR (Panel
mountable) No. 1
9 RG-11, UN-ARMOURED CABLE Mtr. 3000
10
3C, 1.5 sq.mm ARMOURED FRLS
POWER CABLE Mtr. 3000
11
2P x 0.75 sq.mm UN-ARMOURED
SIGNAL CABLE FOR PTZ
CONTROL Mtr.
1500
12
6 port Ethernet Switch along with 2
fiber ports No. 1
13 GI CONDUIT (25mm) & Accessories Mtr 3000
14 CCTV Control Panel Nos. 1
15
MOUNTING ACCESSORIES
(clamps, 3-pin lighting plug sockets,
brackets, JBs etc.) LOT
1
16 Video management software 1
17 Recommended spares Lot 1
18
Engineering, Testing &
Commissioning LOT 1
Page 77 of 88
19 Annual Maintenance Contract (AMC) LOT 1
SUB TOTAL
TAXES
SUBTOTAL WITH TAXES
Total System cost (Supply +
Installation)
C
Access Control System
(Turnstile Gate system)
1
FULL HEIGHT SINGLE LANE
TURNSTILE GATE
(SHIVANANDA OR EQUIVALENT
MAKE) WITH RFID READER (01
reader on each side) & Controller. No. 1
2 Recommended spares
Lot 1
3
Server PC with Panel mountable 22”
Monitor and Access Control (turnstile
gate) Management Software No. 1
4 Conduits & Accessories LOT
5
Engineering, Testing &
Commissioning LOT 1
6 Annual Maintenance Contract (AMC) LOT 1
SUB TOTAL
TAXES
SUBTOTAL WITH TAXES
Total System cost (Supply +
Installation)
D Misc.
1
Laptop PC with configuration
software(s) of fire alarm system,
CCTV system and turnstile gate
system Nos. 1
2 TRAINING LOT 1
3 DOCUMENTATION LOT 1
SUB TOTAL
TAXES
SUBTOTAL WITH TAXES
Total System cost (Supply +
Installation)
Grand Total(Supply +
Inst.+Taxes)
Page 78 of 88
B. MANUFACTURING & DELIVERY SCHEDULE
1. We agree to carry out the work in accordance with the following schedule.
2. Period required for starting manufacture after placement of purchase order:
3. Period required for making drawings & layouts to be approved from NRB, BARC, if
any:
4. Period required for completion of fabrication & manufacture:
5. Period required for inspection & testing at site:
6. Periods required for installation of CCTV, ACS & FAS systems at site:
7. Periods required for testing the CCTV, ACS & FAS system at site:
8. Periods required for CCTV, ACS & FAS systems commissioning:
(Signature of the Bidder)
Date:
Place:
Page 79 of 88
DOCUMENTATION:
The FAS, CCTV and Access Control system supplier, upon completion of the
commissioning activity, shall hand over the systems to the customer.
At the time of hand over, the supplier shall provide the customer with the following
documentation:
1. Copy of detailed report
2. Component and equipment list
3. Product description sheets
4. System design drawing(s)
6. System schematic diagram(s)
7. System operating manuals
8. Test and commissioning report.
9. As build drawings.
HANDOVER :
Prior to final acceptance, the installing contractor shall provide complete operation
and maintenance instruction manuals to the owner. All aspects of system operation
and maintenance shall be detailed, including wiring diagrams of all circuits, a written
description of the system design, sequence of operation and drawing(s), illustrating
control logic and equipment used in the system. Checklists and procedures for
emergency situations, maintenance operations and procedures shall be included in the
manual.
TRAINING & INSPECTION:
The supplier shall provide the customer with details of the training required by
personnel to operate and maintain the system.
The Supplier and the customer shall jointly agree the number of staff to attend the
training courses.
Inspection of all the system and components will be carried out at suppliers location.
MAINTENANCE:
Routine maintenance should be carried out in accordance with customers
requirements.
All performance checks undertaken should be recorded in the system log book.
As a minimum, the following performance checks must be undertaken on each
maintenance visit.
Remove dust and dirt from the camera enclosures (Inside & outside) exterior using a
soft brush or a lint cloth. A solvent which is harmless to the finishes of metal and
plastic may be applied to more stubborn stains.
Page 80 of 88
Examine the exterior of the enclosure for any signs of damage or loose cable glands
and rectify any faults found.
Remove any dust or dirt from the interior of the camera & DVR using a soft brush or
a vacuum cleaner.
Examine the printed circuit boards for signs of overheating, dry joints and/or
damaged tracks.
ADDITIONAL TERMS AND CONDITION:
• The bidder must submit the Manufacturer's Authorization Letter from the OEM
of all the component of systems.
• Compliance of technical specifications should be provided.
• The Vendor should be ISO certified and the relevant components should be
approved from internationally approved standards.
• Any additional supporting software and auxiliary hardware required for
completing Installation and commissioning of the system is in scope of supply
and same to be taken into consideration while submitting the quotations. All
software should be supplied in Authorized Version on CD. User department will
not provide support for any kind of software and auxiliary hardware.
• Work should be completed within specified period of time from the date of
commencement of the same.
• Two sets of relevant literature giving full details of the quoted items should be
submitted along with the quotation.
• Successful bidder will have to present full quantity for inspection to the
purchaser and shall carry out necessary tests in his presence, free of cost, to
demonstrate the performance of the item as per specification. Purchaser however
reserves the right to carry out additional tests at his own cost for the above
purchase.
Page 81 of 88
Section-E – Drawings
1. Drg. No-1: General layout of FAS, CCTV & ACS ( Floor-1)
2. Drg. No-2: General layout of FAS, CCTV & ACS ( Floor-2)
3. Drg. No.3: General wiring scheme
4. Drg. No.4: Typical GA of CCTV Control Panel
5. Drg. No.5: Typical GA of Access Control Panel (Turnstile Gate)
Page 82 of 88
A
1
B
C
D
E
F
G
H
I
J
K
L
M
A
B
C
D
E
F
G
H
I
J
K
L
M
2345678910111213141516
16 15 14 13 12 11 10 9 8 7 6 5 4 3 2 1
6
DN
WA
LL U
PT
O 2
.1 M
.
7
(LCP-2)
MC
C-4
1
COLLAPSIBLE GATE
Hig
h b
ay A
rea
ROLLING SHUTTER
ELECTRICAL
SUB -STATION
DP
Hig
h b
ay a
rea
8 5 2U/G TANK
EP
MM
C-2
10
ENTRANCE HALL
13
46
711
12
15
14
17
18
1916
22
1
2
24 20
27 25
26
21
34
28
29
32 33 35 36
38
37
39 40
ROLLING SHUTTER
ROLLING SHUTTER
ROLLING SHUTTER
ROLLING SHUTTER
ROLLING SHUTTER
9
F
H
HM
H
H
H
H
H
MANUAL CALL POINT (MCP)
LEGENDS:
TURNSTILE GATE
R
R
RRR
R
R
R
R
R R
R
R
R
1
2
3
4
5
6 7
89
10
1
2
3
4
5
6
4 2
3
5
6
6
9
30 31
M
23
M
M
M
M
M
M
M
13
1
M
7
8
10
1
23
4
56
7
8
9
1011
1112
13
(MO
UN
TE
D O
N
CR
AN
E)
F
F
F
F
F F
FF
F
BD1-Tx
BD1-Rx
BD2-Tx
BD2-Rx
BD3-Tx
BD3-Rx
BD4-
Tx
BD5-Tx
BD5-Rx
BD4-Rx
FIXED LENS CAMERA
FL
AM
E
DE
TE
CT
OR
DC-1
DC-2
DC-3
DC-5
MULTISENSOR FIRE DETECTOR WITH FLASHER (FD)
H HOOTER (H)M
REPEATER PANEL
DOME CAMERA
R
F
BEAM TYPE FIRE DETECTOR
REMOTE RESPONSE INDICATOR(Local LED Indicator)
FLAME DETECTOR
DETECTORS BELOW FALSE FLOORING
DETECTORS ABOVE FALSE CEILING
LOOP ISOLATOR(RELAY BASED)
INTERFACE MODULE(for Linear Heat Sensor & Flame Detector)
LHS
CA
BLE
, 10
0 m
LHS
CA
BLE
, 10
0 m
EOL(End of Line Resistor)
EOL
EOL
24 V DCInterfacemodule-1
DC-4
DC-6
Interfacemodule-224 V DC
LINEAR HEAT SENSOR(LHS) CABLE
Interfacemodule
Drawing-1General layout of FAS,CCTV & ACS System
Bypass Door(Lockable)
Refer Drg-5 for details
Page 83 of 88
A
1
B
C
D
E
F
G
H
I
J
K
L
M
B
C
D
E
F
2345678910111213141516
16 15 14 13 12 11 10 9 8 7 6 5 4 3 2 1 SIZE : A0
`A'
PART PLAN AT FIRST FLOOR (EL 17.850)
7 8z86
8z8 9
J
I
P
PDB-2
CONFERENCE ROOM
CONTROL ROOM
FALSE CEILING AT 3.0 M FROM FFL
DOUBLE GLASS
TRAINING CENTRE
WO
OD
EN P
AR
TITI
ON
INST.LAB /ELECTRICAL
UP
DOWN
WC
WC
TOILET
DOWN
UP
CP
1C
P2
FAA
CP
PD
B
DA
S
BA
TTER
Y-1
BA
TTER
Y-2
MECHANICAL
PDB
42
44
41
49
57
58
56
54 53
50
TRAINING CENTRE
CONTROL ROOM
DOUBLE GLASS
43
CONFERENCE ROOM
DETECTORS ABOVE FALSE CEILING DETECTORS ABOVE FALSE CEILING & BELOW FALSE FLOORING
M
HM 1.5 M WIDE PASSAGE11
12
712
11
R
R
R
R
R55
R
R
R
1415
16
17
18
19
20
21
UPS-2
UPS-1
R
PASSAGE
F
F
48
45
46
46
59
19
47
47
51
51
52
43
Drawing-2General layout of FAS,CCTV & ACS System
Page 84 of 88
Fig-1.
FIRE ALARM SYSTEM
SCHEMATICS
Fig-2
CCTV SYSTEM SCHEMATICS
Input 230V AC
TB
(RECEIPTION)
FD1FD58
LOOP CARD-1
LOOP CARD-2
(SPARE)
FA PANEL
(RECEIPTION)
REPEATER PANEL
(C/R)
2Pair SignalCable un-armoured (in 25 mm G.I. conduit)
Input 230V AC Input 230V AC
M M M
BD 01
MCP1 MCP2 MCP12
RRR1R26
2 Pair Signal Cable un-armoured (in 25mm G.I. conduit)
BD 01
TxRx
BD 05
TxRx
BD 05
FLAME
DETECTOR.
L2
H
H
H
H1
H2
H7
L3 LIL4
LH
S C
ab
le,1
00
M
(An
alo
gu
e)
Interface
module-1
EOL EOL
24 V DC
LH
S C
ab
le,1
00
M
(An
alo
gu
e)
24 V DC
Interface
module-2
Interface
module24 V
DC
EOL
Input 230V ACCCTV
CAM-1
CCTV CONTROL PANEL
(VIDEO MONITOR,
SWITCH & DVR)
C/R
VIDEO MONITOR
(RECEIPTION)CCTV
CAM-12
DC-1
DC-6
RG-11 Cable (Video signal)
3C x 1.5 sq.mm cable (Power)
2P x0.75 sq.mm Signal cable(for PTZ control)
2P x0.75 sq.mm Signal cable(for PTZ control)
Input 230V AC
Fig-3
ACCESS CONTROL SCHEMATICS
Input 230V AC
3C x 1.5 sq.mm cable (Power)
RG-11 Cable (Video signal)
3C x 1.5 sq.mm cable (Power)
3C x 1.5 sq.mm cable(Power)
RG-11 Cable (Video signal)
RG-11 Cable (Video signal)
CONFIG. PC WITH GUI
SOFTWARE
HOUSED INSIDE THE CCTV
CONTROL PANEL
CONFIG. PC WITH ACC.CONTROL
MANAGEMENT SOFTWARE
(IN C/R)
TURNSTILE
CONTROLLER
ETHERNET CABLE
RFID READER
DA
TA
CA
BL
E
6 PORT MANAGED
ETHERNET SWITCH
WITH 2 FIBER
PORT
TURNSTILE GATE
32" LCD MONITOR
(RECEIPTION)
Fig-2a
VIDEO SWITCHING SCHEME
22" LCD MONITOR
(CONTROL ROOM)
16 CH.DVR-1 16 CH.DVR-2
JOYSTICK KEYBOARD
(AT RECEIPTION)
4 CH. VIDEO-SWITCHER-1 4 CH. VIDEO-SWITCHER-2
To Remote Control Room
Drawing-3
General wiring scheme
Page 85 of 88
22" Panel mounted
CCTV Monitor
22" Panel mounted
ACS Monitor
22" Panel mounted
FAS Monitor
21
00
mm
1000 mm
Drg. No.4
Typical GA of CCTV Control PanelFront View
Top View
1000 mm
80
0 m
m
Note:
The CCTV Control Panel shall accommodate the
following components of FAS, CCTV & ACS:
1) 3 nos. of 22" Monitor (one for each
system) mounted on front panel.
2) 2 nos. of CPU (Behind the panel)
3) 2 nos. of 16 Ch. DVR(Behind the panel)
4) 2 nos. of 5 Ch. Video Switcher(Behind the
panel)
5) 06 port Network Switch(Behind the panel)
Drawable arrangement
for key board & Mouse
Keyboard for FAS
Keyboard for CCTV & ACS
Page 86 of 88
Drg.-5
Typical GA of Access Control Panel
1500 mm1400 mm
28
00
mm
20
00
mm
14
00
mm
1400 mm 1500 mm
Front View
Top View
80
0 m
m
Page 87 of 88
NOTE:
1. THE DETCTOR SHALL BE MULTISENSOR TYPE WITH THERMAL SENSOR
AND OPTICAL SENSOR WITH BUILT-IN-FLASHER AND SHALL HAVE A
DETECTION RANGE OF 6 MTRS.
2. THE BEAM SENSOR SHALL HAVE A SENSING RANGE OF 50 MTRS.
3. ALL DETECTORS, MONITOR MODULES, CONTROL MODULES AND FAULT
ISOLATOR MODULES SHALL BE UL LISTED.
4. THE FIRE ALARM PANEL SHALL BE LOCATED AT SECURITY RECEPTION
AND REPEATER PANEL IN ASFSF CONTROL ROOM .
5. DETECTORS ARE PLACED AS PER BEAM DETAILS. ALL THE DETECTORS
SHALL BE MOUNTED AT BOTTOM OF ROOF SLAB.
6. FAULT ISOLATER MODULE SHALL BE PLACED AFTER EVERY 20
DEVICES IN A LOOP.
7. ALL MANUAL CALL POINTS SHALL BE LOCATED AT HEIGHT OF 1.4M
FROM FINISH FLOOR LEVEL.
8. REFERENCE STANDARDS: ALL LATEST EDITIONS OF STANDARDS SHALL
BE USED.
a) IS : 2189 : 1999 CODES OF PRACTICE FOR SELECTION, INSTALLATION
AND MAINTENANCE OF AUTOMATIC FIRE DETECTION AND ALARM
SYSTEM.
b) IS : 11360 : SPECIFICATION OF SMOKE DETECTORS FOR USE IN
AUTOMATIC ELECTRICAL FIRE ALARM SYSTEM.
c) NFPA 72E : AUTOMATIC FIRE DETECTORS.
d) NATIONAL BUILDING CODE (NBC).
9. REMOTE RESPONSE INDICATOR (LED TYPE) SHALL BE MOUNTED ON
TOP OF EXIT/ENTRY DOOR.
10. HOOTERS WITH CONTROL MODULE SHALL BE INSTALLED AT THE
HEIGHT OF 2.75M FROM FINISH FLOOR LEVEL.THE HOOTER LOCATIONS
ARE TENTATIVE. FINAL LOCATION SHALL BE FINALISED AT SITE.
11. LINEAR HEAT SENSOR CABLE SHALL BE TIED OVER THE TOP LAYER OF
POWER CABLE WITH NYLON CABLE TIE AT REGULAR INTERVALS.
12. DETECTORS ARE DRAWN NOT TO SCALE. APPROX. DETECTOR DIA. IS
180mm.
13. RFID CARD READERS SHALL BE LOCATED AT HEIGHT OF 1.4M FROM
FINISH FROM LEVEL.
14. CAMERA SHALL BE LOCATED AT AROUND 3.5M FROM FINISH FLOOR
LEVEL.
15. CAMERAS SHALL BE SUPPORTED FROM WALL, PIPE SUPPORT, COLUMN
AS AVAILABLE.
16. CAMEARA LOCATIONS ARE TENTATIVE. THE EXACT LOCATION SHALL
BE FINALISED AT SITE.
Page 88 of 88
17. ALL THE FIRE DETECTORS & DETECTOR CONDUITS SHALL BE
SUPPORTED FROM ROOF SLAB USING MS SCREWS.
18. PULL BOXES SHALL BE PROVIDED AT EVERY BEND.
19. THE SIZE OF THE GI CONDUIT SHALL BE 25 mm.
20. THE CONDUIT AND CABLE LENGTHS MENTIONED IN BOM MAY VARY
AS PER SITE REQUIREMENTS
21. ALL SYSTEMS, i.e., FD, CCTV & ACS SHALL BE PROVIDED WITH
SUITABLE INTERFACE FOR REMOTE OPTICAL CONNECTIVITY.
22. FA SYSTEM, CCTV SYSTEM AND ACCESS CONTROL SYSTEM SHALL BE
COMMUNICABLE TYPE WITH OPEN PROTOCOL LIKE MODBUS,
ETHERNET ETC.
************************
Recommended