72
मी - बो रे ट री / Semi-Conductor Laboratory अंतिर िवभाग , भारत सरकार / Government of India, Department of Space सेटर -72, सा . . ि. नगर ( मोहाली ) -160071 , चंडीगढ़ के समीप ( पंजाब ) भारत Sector-72, S.A.S. Nagar (Mohali)-160071, Near Chandigarh (Punjab) India. फोन/Phone: +91-172-229 6166/83 फै स/ Fax: +91-172-2237410. ईमेल/Email: [email protected] Website: www.scl.gov.in िनिवदा सूचना संय. एससीएल/टी/151 िदनांक/ Dated: 10.07.2019 TENDER NOTICE No. SCL/PT/151 िन दे श क , एससीएल के िलए एवं उनकी ओर से से मी - कं डटर ले बो रे ट री के मुख एवं भण्डार , िनàन के िल दो भा गɉ मɅ ऑन लाइन िन िव दा आमंित करते हɇ । For and on behalf of The Director, Head-Purchase & Stores, Semi-Conductor Laboratory (SCL) invites Online TWO part Tender for the following: मसं . Sr. No. िनिवदा या Tender Number िरण Description या / Quantity 1 एससीएल / एस 5/ 2019E0144501 SCL/PS5/ 2019E0144501 एससीएल, सएएस नग, जाब मɅ फै ब लाइन मɅ अित-रंिभक चेतावनी एिèपरेटर èमोक िडटेशन (वीईएसडीए) णाली की िडजाइन, िवèत त इंजीिनयिरंग, èथापना, परीण और कमीशिनंग, िनिवदा दèतावेज मɅ दी गई िवèत जानकारी के अनुसार Design, Detailed Engineering, Installation, Testing and Commissioning of Very Early Warning Aspirator Smoke Detection (VESDA) System in the Fab line at SCL, SAS Nagar, Punjab as per details given in Tender Document. 01 No. िनिवदा दèतावेज डाउनलोड के िलए िदनांक और समय: Date & Time for download of Tender Form शुǾ/ Starts: 11.07.2019 से / from 1701 /hrs. (IST) समाÜत/Ends: 13.08.2019 तक/ at 1100 बजे/hrs (IST) ऑन लाइन िनिवदा को दो भागɉ मɅ èतुत करने की ितिथ एवं समय Date & Time of Submission of Online Tenders in TWO Parts: शुǾ/ Starts: 11.07.2019 से / from 1702 /hrs. (IST) समाÜत/Ends: 13.08.2019 तक/ at 1130 बजे/hrs (IST) ऑन लाइन िनिवदाएं खोलने की ितिथ एवं समय (कनीकी भाग) Date & Time of Opening of Online Tenders (Technical part): 20.08.2019 / from 1100 /hrs (IST) नोट/Note: 1. उपȾत िन िव दा के िन िव दा दèतावेज को e-tender portal https://eprocure.isro.gov.in से दे ख सकते हɇ और एससीएल की वेबसाइट www.scl.gov.in / इसरो की वेबसाइट www.isro.org / सीपीपी पो ट ल ( http://eprocure.gov.in ) से डाउनलोड कर सकते हɇ Tender Document of above mentioned Tender can be accessed at e-tender portal https://eprocure.isro.gov.in and can be downloaded from SCL website (www.scl.gov.in ) /ISRO website (www.isro.gov.in)/ CPP Portal (http://eprocure.gov.in ). मुख, एवं भंडार भाग/Head, Purchase & Stores Division

सेमी कंडक्टर लेबोरेटरी Government of India ......Testing and Commissioning of Very Early Warning Aspirator Smoke Detection (VESDA) System in

  • Upload
    others

  • View
    15

  • Download
    0

Embed Size (px)

Citation preview

समी -कडकटर लबो रटरी Semi-Conductor Laboratory

अतिरकष िवभाग भारत सरकार Government of Ind ia Depar tment o f Space

सकटर -72 सा अ िस नगर (मोहाली ) -160071 चडीगढ़ क समीप (पजाब ) भारत

Sector -72 SAS Nagar (Mohal i ) -160071 Near Chandigarh (Punjab) Ind ia

फोनPhone +91-172-229 616683 फक स Fax +91-172-2237410

ईमलEmail hpssclgovin Website wwwsclgovin

िनिवदा सचना सख या एससीएलपीटी151 िदनाक Dated 10072019

TENDER NOTICE No SCLPT151

िन दशक एससीएल क िलए एव उनकी ओर स समी- कडक टर लबो रटरी क परमख करय एव भण डार िन न क िलए दो भाग म ऑन लाइन िनिवदा आमितरत करत ह

For and on behal f of The Director Head-Purchase amp Stores Semi-Conductor Laboratory (SCL) inv i tes Onl ine TWO part Tender for the fo l lowing

करमस

Sr No

िनिवदा सखया

Tender Number

िववरण Descr ip t ion सखया Quant i t y

1

एससीएल पीएस5

2019E0144501 SCLPS5 2019E0144501

एससीएल एसएएस नगर पजाब म फब लाइन म अित-परारिभक चतावनी एि परटर मोक िडटकशन (वीईएसडीए) परणाली की िडजाइन िव तत इजीिनयिरग थापना परीकषण और कमीशिनग िनिवदा द ता वज म दी गई िव तत जानकारी क अनसार

Des ign Deta i led Engineer ing Ins ta l lat ion Test ing and Commiss ioning of Very Ear ly Warning Aspi rator Smoke Detec t ion (VESDA) System in the Fab l ine at SCL SAS Nagar Punjab as per deta i ls g iven in Tender Document

01 No

िनिवदा द तावज डाउनलोड क िलए िदनाक और समय Date amp Time for download of Tender Form

श Starts 11072019 स from 1701 बजhrs (IST)

समा तEnds 13082019 तक at 1100 बजhrs (IST)

ऑन लाइन िनिवदा को दो भाग म पर तत करन की ितिथ एव समय Date amp Time of Submission of Online Tenders in TWO Parts

श Starts 11072019 स from 1702 बजhrs (IST)

समा तEnds 13082019 तक at 1130 बजhrs (IST)

ऑन लाइन िनिवदाए खोलन की ितिथ एव समय (तकनीकी भाग) Date amp Time of Opening of Online Tenders (Technical part)

20082019 स from 1100 बजhrs (IST)

नोटNote

1 उप कत िनिवदा क िनिवदा द ता वज को e- tender por ta l ht tps eprocure isrogov in स दख सकत ह और एससीएल की वबसाइट wwwsc l gov in इसरो की वबसाइट www is roorg सीपीपी पोटर ल (h t tp eprocuregov in ) स डाउनलोड कर सकत ह

Tender Document of above mentioned Tender can be accessed at e-tender portal httpseprocureisrogovin and can be downloaded from SCL website (wwwsclgovin) ISRO website (wwwisrogovin) CPP Portal (httpeprocuregovin)

परमख करय एव भडार परभागHead Purchase amp Stores Division

Tender No SCLPS52019E0144501 1

TenderDetailsTender No SCLPS52019E0144501

Tender Date 10072019

Purchase Entity Pur_Entity5

TenderNotice

E‐Procurement Tender No SCLPS52019E0145501 dated July 10 2019 SEMI‐CONDUCTOR

LABORATORY [SCL] invites ONLINE offers in TWO part system through e‐tender portal

httpseprocureisrogovin for Design Detailed Engineering Installation Testing and Commissioning of

Very Early Warning Aspirator Smoke Detection (VESDA) System in the Fab line at SCL SAS Nagar Punjab

Tender Documents can be downloaded from July 11 2019 ‐ 1701 hrs to August 13 upto 1100 hrs The

vendors need to get enrolled in the e‐tender portal to access tender and submit their offer online

Vendors need to have Digital Signature Certificate as detailed on our e‐portal and corporate e‐mail ID to

register on the above portal Only online tenders will be accepted No ManualPostalcouriere‐mailfax

tender will be entertained Please note Tender fee shall not be applicable for tenders submitted on‐line

through this portal

Vendors interested to participate in this e‐Tender are required to register themselves as vendors if not

already registered in our e‐procurement portal httpseprocureisrogovin by downloading plugins and

help demos listed on the home page of the e‐procurement link mentioned above to complete the

vendor registration process They can seek help from help desk +91 20 2531 5555 Mobile No91679

69601 (Email supportisronextenderscom) also the home page of e‐procurement portal may be

accessed for any technical help for registration and subsequent process Vendors may please note that

without registering in our E‐procurement portal they will not be able to quote for this tender

Tender No SCLPS52019E0144501 2

TenderAttachmentsTechnical Write‐upDrawings

Attachment ‐ I

IDT00230100000000000isro05401jpg

Attachment ‐ II

IDT00230100000000000isro05402pdf

Attachment ‐ III

Attachment ‐ IV

Attachment ‐ V

Instructions to Tenderers (PT)

1Interested tenderers may at their option login to httpeprocureisrogovin and submit offers as per

details of notification

2This being a two part tender ‐Technical and Commercial part separate the Technical part should not

contain Pricing information The tenders containing Price details in Technical part will be treated as

unsolicited offers and rejected

3 Request for the extension of the due date will not be considered

4 SCL reserves the right to accept or reject any or all the tenders in part or full without assigning any

reasons thereof The bidder is at liberty to seek information related to bidding conditions bidding

process andor rejection of its bid

5 In this tender either the Indian Agent on behalf of the PrincipalOEM or the PrincipalOEM itself can

bid but both cannot bid simultaneously for the same item Indian agents while quoting on behalf of

their principals shall provide necessary latest authorization letter obtained from their

PrincipalsManufacturers in their bid

6 If an agent submits bid on behalf of the PrincipalOEM the same agent shall not submit a bid on

behalf of another PrincipalOEM in the tender for the same item If submitted all offers submitted by

the said agent shall be excluded from the procurement process

7 Late tenders delayed tenders fax quotations and e‐mail quotations are not considered

Bids submitted other than EGPS mode shall not be considered

8 SCL reserves the right to verify all claims made by the bidder

Tender No SCLPS52019E0144501 3

9 SCL reserves the right to change any milestone date of the tendering activity tender schedule

10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected

11 If tender opening date happens to be a public holiday tender will be opened on the next working

day and interested bidders may depute their representatives to attend the Tender Opening with proper

authorization

12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

14 It is to be noted that the drawings specifications end‐use etc given by the purchaser are

confidential and shall not be disclosed to any third party

15 Prices are required to be quoted according to the units indicated in the tender When quotations are

given in terms of units other than those specified in the tender form relationship between the two sets

of units must be furnished

16 The quote should indicate quantity wise unit rate separately which have to be filled online The

Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated

and indicated in the column provided in online forms explicitly

17 Bidders are expected to comply with commercial and other terms and conditions given in vendor

specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in

the vendor specified terms column

18 All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the unraced technical offer bidder are advised not to

quote any rate with BOQ provide in technical specification document

19 Specifications Stores offered should strictly confirm to our specifications Deviations if any should

be clearly indicated by the tenderer in his bid The tenderer should also indicate the MakeType number

of the stores offered and provide catalogues technical literature along with the quotations Test

Certificates wherever necessary should be forwarded along with supplies

20 The tenderer should provide the name of his bankers as well as the latest Income‐Tax clearance

certificate duly countersigned by the Income‐Tax Officer of the Circle concerned under the seal of his

office if required by the Purchaser during evaluation of tender

21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the

orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner

whatsoever to any other party save with the previous written consent of the purchaser Such consent

Tender No SCLPS52019E0144501 4

by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation

duty or responsibility under the Purchase Order Contract

22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act

23 The authority of the person submitting the tender if called for should be produced

24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir

authorized representatives who may like to attend the tender opening against presentation of

Authorization letter Due to any breakdown in serverlink bid opening will be continued on the

following dates

The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders

only

25 PROCEDURE FOR EVALUATION OF TENDERS

Technical Evaluation Criteria

Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall

be considered to be technically qualified

Evaluation of Price Bids

The following elements shall be considered for evaluation of Priced Commercial offer

a Price quoted by the bidder in the price bid template for meeting the functionalities given in the

Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance

with the Payment Terms prescribed in this tender document In the event the bidder offers Payment

Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base

Rate of SBI prevailing on the date of opening of price bids

c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the

rate 05 percent of the LC value towards confirmation charges

d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the

bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India

26 The bid should contain the following information‐

a Agency Commission Bidders are required to provide the following information in respect of their

authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for

consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the

contact person A letter from the Manufacturersupplier in the current date certifying that the said

Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian

Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under

the proposed purchase The amount of agency commission included in the price and payable to Indian

Tender No SCLPS52019E0144501 5

Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in

Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date

of placement of the Purchase Order and which shall not be subject to any further exchange variations

The payment will be released to the Indian Agents within 30 days from the date of acceptance of the

goods

b Details of any technical service if required for erection assembly commissioning and

demonstration

27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer

country

28 The details of Import License will be furnished in the Purchase Order

29 Instructionoperation manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documentscorrespondence should be in English Language

only

30 Part shipment is not allowed unless specifically agreed to by us

31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any

Agency nominated by us

32 RECOVERY OF SUM DUE

Whenever any claim for the payment of whether liquidated or not money arising out of or under this

Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in

part or whole the security deposited by the Contractor if a security is taken against the Contract In the

event of the security being insufficient or if no security has been taken from the Contractor then the

balance or the total sum recoverable as the case may be shall be deducted from any sum then due or

which at any time thereafter may become due to the Contractor under this or any other Contract with

the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor

shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or

makes any claim whether liquidated or not against the Contractor under any other Contract with the

purchaser the payment of all moneys payable under the Contract to the Contractor including the

security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid

by the Contractor

33 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

34TECHNICAL DOCUMENTATION

Tender No SCLPS52019E0144501 6

The Contractor shall provide installation operation maintenance and programming manual All

documentation shall be in English language

35 CONTRACTORS DEFAULT LIABILITY

The purchaser may upon written notice of default to the Contractor terminate the Contract in

whole or in part in circumstances detailed hereunder

a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the

time specified in the Contractagreement or within the period for which extension has been

granted by the Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

In the event the Purchaser terminates the Contract in whole or in part as provided in this tender

document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he

may deem appropriate stores similar to that terminated and the Contractor shall be liable to the

Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as

defined in Clause 24 until such reasonable time as may be required for the final supply of stores

A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any

other rights provided in this Article may require the Contractor to transfer title and deliver to the

Purchaser under any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b) Such partially completed stores

drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor

has specifically produced or acquired for the performance of the Contract as terminated The Purchaser

shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the

purchaser and for manufacturing material delivered and accepted

B) In the event the Purchaser does not terminate the Contract as provided in this tender document the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in this tender document until the stores are

accepted

Tender No SCLPS52019E0144501 7

BidTemplatesPART A General specifications‐ I

Item Specifications ‐I

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Introduction

bull The intent of these

specifications is to Design

amp Implement Very Early

Warning Aspirator Smoke

Detection (VESDA) system

(consisting of Aspirator

Smoke Detection

detectors High Level

Interface gateways

Sounders power supplies

Aspiration system

communication network

cables Server PCs

sampling pipes Software

etc) in the wafer fab lines

at SCL so as to augment

the existing smoke

detection system

comprising of ionization

type addressable smoke

detectors The fab lines

have clean rooms laid out

in a Bay amp Chase

configuration The Air

management in the clean

Tender No SCLPS52019E0144501 8

rooms is such that there is

downward unidirectional

airflow in the clean rooms

and through the raised

floor the air returns

upwards into the adjoining

grey areas and finally to

the Return Air handlers for

recirculation The ACPH

(Air changes per Hour) is

typically 400‐550 The

clean room layout

depicting clean bays and

grey areas is at Annexure‐I

of this document

bull It is envisaged to install

Detector sampling pipes at

a height of about 35m

from the raised floor in the

grey areas Also the

sampling pipes wherever

required shall be provided

below the raised floor to

optimally cover all the

spaces

bull The selected vendor

shall undertake design

detailed engineering of

the Aspiration system

including piping layout etc

to realize an efficient

Aspiration smoke

Tender No SCLPS52019E0144501 9

detection system in the

fab lines at SCL

2 Scope of Work

bullTo conduct site visit at

SCL and collect necessary

data required for

designing detailed

engineering and

implementation of the

system

bullVendor shall submit

design and detailed

drawings of the offered

System for review and

approval of SCL prior to

execution of work Vendor

shall implement the

system as per SCL

approved design and

drawings

bullAspirating type smoke

detectors shall be

compatible for clean room

environment in SCL This

shall be confirmed in

writing by the OEM

bullThe work shall include

supply of Aspirating type

smoke detectors High

Level Interface (HLI)

Tender No SCLPS52019E0144501 10

Gateways sounders

power supplies Aspiration

system communication

network cables Server

PCs sampling pipes and

installation of complete

Aspiration system along

with calibration and

software integration and

any other itemmaterial

required for realizing the

System meeting the

specifications

bullInstallation Testing and

commissioning of the

Aspiration smoke

detection system shall be

carried out as per the OEM

guidelines by the selected

vendor (OEM) In case the

selected Vendor happens

to be the OEMrsquos

authorized System

Integrator for this work

the implementation shall

be done as per the OEMrsquos

guidelines and under the

supervision of OEMrsquos

representative

bullDemonstrating the

performance which shall

include operation of all

Tender No SCLPS52019E0144501 11

detectors in test mode

This shall also include

creating artificial fire zone

for testing and

Annunciation of Aspiration

smoke detection system

for all faults as per SCL

requirement

bullIn view of the need for

maintaining continuity of

operations in SCLrsquos fab

minimal shutdown shall be

permitted within which

the vendor has to

complete the job

bullAny other item required

to be executed to

complete the work as per

the detailed technical

specifications

3 Period of Completion

Time allowed for

completion of the entire

work comprising of

Design detailed

engineering supply

installation testing and

commissioning of the

Aspiration smoke

Tender No SCLPS52019E0144501 12

detection system shall be

five (5) months to be

reckoned from the 7th day

of issue of the Purchase

Order by SCL The prices

shall remain firm for the

entire duration of the

contract including

extended period if any

No cost escalation shall be

applicable for the work

4 Drawings Data and

Manuals after receipt of

Purchase Order The

Vendor shall prepare and

submit following

drawingdocuments for

review and approval of

SCLrsquos concerned

Engineer(s) prior to start

of the work The Vendor

shall incorporate SCLrsquos

commentsobservations

and resubmit

drawingsdocuments

stated below for approval

bullMake type Model and

catalogue of all

components along with

technical leaflets and test

certificates etc within 15

days of receipt of the issue

Tender No SCLPS52019E0144501 13

of the Purchase Order by

SCL

bullGA drawings of

detectors Drawings

showing pipe layout and

all other equipment

forming part of the

system

bullDesign calculations for air

sampling holes spacing

orientation based upon

Factory Mutual (FM) listed

software tool

bullChecks list test to be

conduct during erection

testing amp commissioning

of the individual detectors

as per applicable

standards

bullAny other

drawingdocument

relevant to work as per

requirement

5 Deviation Any deviation

from the tendered

specifications shall be

clearly mentioned in the

Techno‐commercial bid for

SCL evaluation In case the

deviation is not acceptable

Tender No SCLPS52019E0144501 14

to SCL the Vendor shall

have to comply with the

tendered specifications

6 Electricity for installation

Electricity required for the

work shall be provided by

SCL at no charge basis to

the vendor

7 General Information The

Contractor may conduct

site visit to SCL to have a

fair assessment of the

work involved

8 Storage space Space for

storage of material

procured by the vendor

for incorporation in the

work shall be provided by

SCL within its premises

9 Safety In the course of the

work personnel working

in the system at site

should take utmost care

for their safety and work

purely at individuals

partyrsquos risk SCL will not be

responsible for any

untoward accidents for

the individual partyrsquos

working personnel The

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 1

TenderDetailsTender No SCLPS52019E0144501

Tender Date 10072019

Purchase Entity Pur_Entity5

TenderNotice

E‐Procurement Tender No SCLPS52019E0145501 dated July 10 2019 SEMI‐CONDUCTOR

LABORATORY [SCL] invites ONLINE offers in TWO part system through e‐tender portal

httpseprocureisrogovin for Design Detailed Engineering Installation Testing and Commissioning of

Very Early Warning Aspirator Smoke Detection (VESDA) System in the Fab line at SCL SAS Nagar Punjab

Tender Documents can be downloaded from July 11 2019 ‐ 1701 hrs to August 13 upto 1100 hrs The

vendors need to get enrolled in the e‐tender portal to access tender and submit their offer online

Vendors need to have Digital Signature Certificate as detailed on our e‐portal and corporate e‐mail ID to

register on the above portal Only online tenders will be accepted No ManualPostalcouriere‐mailfax

tender will be entertained Please note Tender fee shall not be applicable for tenders submitted on‐line

through this portal

Vendors interested to participate in this e‐Tender are required to register themselves as vendors if not

already registered in our e‐procurement portal httpseprocureisrogovin by downloading plugins and

help demos listed on the home page of the e‐procurement link mentioned above to complete the

vendor registration process They can seek help from help desk +91 20 2531 5555 Mobile No91679

69601 (Email supportisronextenderscom) also the home page of e‐procurement portal may be

accessed for any technical help for registration and subsequent process Vendors may please note that

without registering in our E‐procurement portal they will not be able to quote for this tender

Tender No SCLPS52019E0144501 2

TenderAttachmentsTechnical Write‐upDrawings

Attachment ‐ I

IDT00230100000000000isro05401jpg

Attachment ‐ II

IDT00230100000000000isro05402pdf

Attachment ‐ III

Attachment ‐ IV

Attachment ‐ V

Instructions to Tenderers (PT)

1Interested tenderers may at their option login to httpeprocureisrogovin and submit offers as per

details of notification

2This being a two part tender ‐Technical and Commercial part separate the Technical part should not

contain Pricing information The tenders containing Price details in Technical part will be treated as

unsolicited offers and rejected

3 Request for the extension of the due date will not be considered

4 SCL reserves the right to accept or reject any or all the tenders in part or full without assigning any

reasons thereof The bidder is at liberty to seek information related to bidding conditions bidding

process andor rejection of its bid

5 In this tender either the Indian Agent on behalf of the PrincipalOEM or the PrincipalOEM itself can

bid but both cannot bid simultaneously for the same item Indian agents while quoting on behalf of

their principals shall provide necessary latest authorization letter obtained from their

PrincipalsManufacturers in their bid

6 If an agent submits bid on behalf of the PrincipalOEM the same agent shall not submit a bid on

behalf of another PrincipalOEM in the tender for the same item If submitted all offers submitted by

the said agent shall be excluded from the procurement process

7 Late tenders delayed tenders fax quotations and e‐mail quotations are not considered

Bids submitted other than EGPS mode shall not be considered

8 SCL reserves the right to verify all claims made by the bidder

Tender No SCLPS52019E0144501 3

9 SCL reserves the right to change any milestone date of the tendering activity tender schedule

10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected

11 If tender opening date happens to be a public holiday tender will be opened on the next working

day and interested bidders may depute their representatives to attend the Tender Opening with proper

authorization

12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

14 It is to be noted that the drawings specifications end‐use etc given by the purchaser are

confidential and shall not be disclosed to any third party

15 Prices are required to be quoted according to the units indicated in the tender When quotations are

given in terms of units other than those specified in the tender form relationship between the two sets

of units must be furnished

16 The quote should indicate quantity wise unit rate separately which have to be filled online The

Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated

and indicated in the column provided in online forms explicitly

17 Bidders are expected to comply with commercial and other terms and conditions given in vendor

specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in

the vendor specified terms column

18 All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the unraced technical offer bidder are advised not to

quote any rate with BOQ provide in technical specification document

19 Specifications Stores offered should strictly confirm to our specifications Deviations if any should

be clearly indicated by the tenderer in his bid The tenderer should also indicate the MakeType number

of the stores offered and provide catalogues technical literature along with the quotations Test

Certificates wherever necessary should be forwarded along with supplies

20 The tenderer should provide the name of his bankers as well as the latest Income‐Tax clearance

certificate duly countersigned by the Income‐Tax Officer of the Circle concerned under the seal of his

office if required by the Purchaser during evaluation of tender

21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the

orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner

whatsoever to any other party save with the previous written consent of the purchaser Such consent

Tender No SCLPS52019E0144501 4

by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation

duty or responsibility under the Purchase Order Contract

22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act

23 The authority of the person submitting the tender if called for should be produced

24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir

authorized representatives who may like to attend the tender opening against presentation of

Authorization letter Due to any breakdown in serverlink bid opening will be continued on the

following dates

The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders

only

25 PROCEDURE FOR EVALUATION OF TENDERS

Technical Evaluation Criteria

Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall

be considered to be technically qualified

Evaluation of Price Bids

The following elements shall be considered for evaluation of Priced Commercial offer

a Price quoted by the bidder in the price bid template for meeting the functionalities given in the

Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance

with the Payment Terms prescribed in this tender document In the event the bidder offers Payment

Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base

Rate of SBI prevailing on the date of opening of price bids

c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the

rate 05 percent of the LC value towards confirmation charges

d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the

bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India

26 The bid should contain the following information‐

a Agency Commission Bidders are required to provide the following information in respect of their

authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for

consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the

contact person A letter from the Manufacturersupplier in the current date certifying that the said

Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian

Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under

the proposed purchase The amount of agency commission included in the price and payable to Indian

Tender No SCLPS52019E0144501 5

Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in

Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date

of placement of the Purchase Order and which shall not be subject to any further exchange variations

The payment will be released to the Indian Agents within 30 days from the date of acceptance of the

goods

b Details of any technical service if required for erection assembly commissioning and

demonstration

27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer

country

28 The details of Import License will be furnished in the Purchase Order

29 Instructionoperation manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documentscorrespondence should be in English Language

only

30 Part shipment is not allowed unless specifically agreed to by us

31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any

Agency nominated by us

32 RECOVERY OF SUM DUE

Whenever any claim for the payment of whether liquidated or not money arising out of or under this

Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in

part or whole the security deposited by the Contractor if a security is taken against the Contract In the

event of the security being insufficient or if no security has been taken from the Contractor then the

balance or the total sum recoverable as the case may be shall be deducted from any sum then due or

which at any time thereafter may become due to the Contractor under this or any other Contract with

the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor

shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or

makes any claim whether liquidated or not against the Contractor under any other Contract with the

purchaser the payment of all moneys payable under the Contract to the Contractor including the

security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid

by the Contractor

33 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

34TECHNICAL DOCUMENTATION

Tender No SCLPS52019E0144501 6

The Contractor shall provide installation operation maintenance and programming manual All

documentation shall be in English language

35 CONTRACTORS DEFAULT LIABILITY

The purchaser may upon written notice of default to the Contractor terminate the Contract in

whole or in part in circumstances detailed hereunder

a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the

time specified in the Contractagreement or within the period for which extension has been

granted by the Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

In the event the Purchaser terminates the Contract in whole or in part as provided in this tender

document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he

may deem appropriate stores similar to that terminated and the Contractor shall be liable to the

Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as

defined in Clause 24 until such reasonable time as may be required for the final supply of stores

A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any

other rights provided in this Article may require the Contractor to transfer title and deliver to the

Purchaser under any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b) Such partially completed stores

drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor

has specifically produced or acquired for the performance of the Contract as terminated The Purchaser

shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the

purchaser and for manufacturing material delivered and accepted

B) In the event the Purchaser does not terminate the Contract as provided in this tender document the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in this tender document until the stores are

accepted

Tender No SCLPS52019E0144501 7

BidTemplatesPART A General specifications‐ I

Item Specifications ‐I

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Introduction

bull The intent of these

specifications is to Design

amp Implement Very Early

Warning Aspirator Smoke

Detection (VESDA) system

(consisting of Aspirator

Smoke Detection

detectors High Level

Interface gateways

Sounders power supplies

Aspiration system

communication network

cables Server PCs

sampling pipes Software

etc) in the wafer fab lines

at SCL so as to augment

the existing smoke

detection system

comprising of ionization

type addressable smoke

detectors The fab lines

have clean rooms laid out

in a Bay amp Chase

configuration The Air

management in the clean

Tender No SCLPS52019E0144501 8

rooms is such that there is

downward unidirectional

airflow in the clean rooms

and through the raised

floor the air returns

upwards into the adjoining

grey areas and finally to

the Return Air handlers for

recirculation The ACPH

(Air changes per Hour) is

typically 400‐550 The

clean room layout

depicting clean bays and

grey areas is at Annexure‐I

of this document

bull It is envisaged to install

Detector sampling pipes at

a height of about 35m

from the raised floor in the

grey areas Also the

sampling pipes wherever

required shall be provided

below the raised floor to

optimally cover all the

spaces

bull The selected vendor

shall undertake design

detailed engineering of

the Aspiration system

including piping layout etc

to realize an efficient

Aspiration smoke

Tender No SCLPS52019E0144501 9

detection system in the

fab lines at SCL

2 Scope of Work

bullTo conduct site visit at

SCL and collect necessary

data required for

designing detailed

engineering and

implementation of the

system

bullVendor shall submit

design and detailed

drawings of the offered

System for review and

approval of SCL prior to

execution of work Vendor

shall implement the

system as per SCL

approved design and

drawings

bullAspirating type smoke

detectors shall be

compatible for clean room

environment in SCL This

shall be confirmed in

writing by the OEM

bullThe work shall include

supply of Aspirating type

smoke detectors High

Level Interface (HLI)

Tender No SCLPS52019E0144501 10

Gateways sounders

power supplies Aspiration

system communication

network cables Server

PCs sampling pipes and

installation of complete

Aspiration system along

with calibration and

software integration and

any other itemmaterial

required for realizing the

System meeting the

specifications

bullInstallation Testing and

commissioning of the

Aspiration smoke

detection system shall be

carried out as per the OEM

guidelines by the selected

vendor (OEM) In case the

selected Vendor happens

to be the OEMrsquos

authorized System

Integrator for this work

the implementation shall

be done as per the OEMrsquos

guidelines and under the

supervision of OEMrsquos

representative

bullDemonstrating the

performance which shall

include operation of all

Tender No SCLPS52019E0144501 11

detectors in test mode

This shall also include

creating artificial fire zone

for testing and

Annunciation of Aspiration

smoke detection system

for all faults as per SCL

requirement

bullIn view of the need for

maintaining continuity of

operations in SCLrsquos fab

minimal shutdown shall be

permitted within which

the vendor has to

complete the job

bullAny other item required

to be executed to

complete the work as per

the detailed technical

specifications

3 Period of Completion

Time allowed for

completion of the entire

work comprising of

Design detailed

engineering supply

installation testing and

commissioning of the

Aspiration smoke

Tender No SCLPS52019E0144501 12

detection system shall be

five (5) months to be

reckoned from the 7th day

of issue of the Purchase

Order by SCL The prices

shall remain firm for the

entire duration of the

contract including

extended period if any

No cost escalation shall be

applicable for the work

4 Drawings Data and

Manuals after receipt of

Purchase Order The

Vendor shall prepare and

submit following

drawingdocuments for

review and approval of

SCLrsquos concerned

Engineer(s) prior to start

of the work The Vendor

shall incorporate SCLrsquos

commentsobservations

and resubmit

drawingsdocuments

stated below for approval

bullMake type Model and

catalogue of all

components along with

technical leaflets and test

certificates etc within 15

days of receipt of the issue

Tender No SCLPS52019E0144501 13

of the Purchase Order by

SCL

bullGA drawings of

detectors Drawings

showing pipe layout and

all other equipment

forming part of the

system

bullDesign calculations for air

sampling holes spacing

orientation based upon

Factory Mutual (FM) listed

software tool

bullChecks list test to be

conduct during erection

testing amp commissioning

of the individual detectors

as per applicable

standards

bullAny other

drawingdocument

relevant to work as per

requirement

5 Deviation Any deviation

from the tendered

specifications shall be

clearly mentioned in the

Techno‐commercial bid for

SCL evaluation In case the

deviation is not acceptable

Tender No SCLPS52019E0144501 14

to SCL the Vendor shall

have to comply with the

tendered specifications

6 Electricity for installation

Electricity required for the

work shall be provided by

SCL at no charge basis to

the vendor

7 General Information The

Contractor may conduct

site visit to SCL to have a

fair assessment of the

work involved

8 Storage space Space for

storage of material

procured by the vendor

for incorporation in the

work shall be provided by

SCL within its premises

9 Safety In the course of the

work personnel working

in the system at site

should take utmost care

for their safety and work

purely at individuals

partyrsquos risk SCL will not be

responsible for any

untoward accidents for

the individual partyrsquos

working personnel The

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 2

TenderAttachmentsTechnical Write‐upDrawings

Attachment ‐ I

IDT00230100000000000isro05401jpg

Attachment ‐ II

IDT00230100000000000isro05402pdf

Attachment ‐ III

Attachment ‐ IV

Attachment ‐ V

Instructions to Tenderers (PT)

1Interested tenderers may at their option login to httpeprocureisrogovin and submit offers as per

details of notification

2This being a two part tender ‐Technical and Commercial part separate the Technical part should not

contain Pricing information The tenders containing Price details in Technical part will be treated as

unsolicited offers and rejected

3 Request for the extension of the due date will not be considered

4 SCL reserves the right to accept or reject any or all the tenders in part or full without assigning any

reasons thereof The bidder is at liberty to seek information related to bidding conditions bidding

process andor rejection of its bid

5 In this tender either the Indian Agent on behalf of the PrincipalOEM or the PrincipalOEM itself can

bid but both cannot bid simultaneously for the same item Indian agents while quoting on behalf of

their principals shall provide necessary latest authorization letter obtained from their

PrincipalsManufacturers in their bid

6 If an agent submits bid on behalf of the PrincipalOEM the same agent shall not submit a bid on

behalf of another PrincipalOEM in the tender for the same item If submitted all offers submitted by

the said agent shall be excluded from the procurement process

7 Late tenders delayed tenders fax quotations and e‐mail quotations are not considered

Bids submitted other than EGPS mode shall not be considered

8 SCL reserves the right to verify all claims made by the bidder

Tender No SCLPS52019E0144501 3

9 SCL reserves the right to change any milestone date of the tendering activity tender schedule

10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected

11 If tender opening date happens to be a public holiday tender will be opened on the next working

day and interested bidders may depute their representatives to attend the Tender Opening with proper

authorization

12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

14 It is to be noted that the drawings specifications end‐use etc given by the purchaser are

confidential and shall not be disclosed to any third party

15 Prices are required to be quoted according to the units indicated in the tender When quotations are

given in terms of units other than those specified in the tender form relationship between the two sets

of units must be furnished

16 The quote should indicate quantity wise unit rate separately which have to be filled online The

Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated

and indicated in the column provided in online forms explicitly

17 Bidders are expected to comply with commercial and other terms and conditions given in vendor

specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in

the vendor specified terms column

18 All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the unraced technical offer bidder are advised not to

quote any rate with BOQ provide in technical specification document

19 Specifications Stores offered should strictly confirm to our specifications Deviations if any should

be clearly indicated by the tenderer in his bid The tenderer should also indicate the MakeType number

of the stores offered and provide catalogues technical literature along with the quotations Test

Certificates wherever necessary should be forwarded along with supplies

20 The tenderer should provide the name of his bankers as well as the latest Income‐Tax clearance

certificate duly countersigned by the Income‐Tax Officer of the Circle concerned under the seal of his

office if required by the Purchaser during evaluation of tender

21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the

orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner

whatsoever to any other party save with the previous written consent of the purchaser Such consent

Tender No SCLPS52019E0144501 4

by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation

duty or responsibility under the Purchase Order Contract

22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act

23 The authority of the person submitting the tender if called for should be produced

24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir

authorized representatives who may like to attend the tender opening against presentation of

Authorization letter Due to any breakdown in serverlink bid opening will be continued on the

following dates

The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders

only

25 PROCEDURE FOR EVALUATION OF TENDERS

Technical Evaluation Criteria

Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall

be considered to be technically qualified

Evaluation of Price Bids

The following elements shall be considered for evaluation of Priced Commercial offer

a Price quoted by the bidder in the price bid template for meeting the functionalities given in the

Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance

with the Payment Terms prescribed in this tender document In the event the bidder offers Payment

Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base

Rate of SBI prevailing on the date of opening of price bids

c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the

rate 05 percent of the LC value towards confirmation charges

d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the

bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India

26 The bid should contain the following information‐

a Agency Commission Bidders are required to provide the following information in respect of their

authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for

consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the

contact person A letter from the Manufacturersupplier in the current date certifying that the said

Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian

Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under

the proposed purchase The amount of agency commission included in the price and payable to Indian

Tender No SCLPS52019E0144501 5

Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in

Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date

of placement of the Purchase Order and which shall not be subject to any further exchange variations

The payment will be released to the Indian Agents within 30 days from the date of acceptance of the

goods

b Details of any technical service if required for erection assembly commissioning and

demonstration

27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer

country

28 The details of Import License will be furnished in the Purchase Order

29 Instructionoperation manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documentscorrespondence should be in English Language

only

30 Part shipment is not allowed unless specifically agreed to by us

31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any

Agency nominated by us

32 RECOVERY OF SUM DUE

Whenever any claim for the payment of whether liquidated or not money arising out of or under this

Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in

part or whole the security deposited by the Contractor if a security is taken against the Contract In the

event of the security being insufficient or if no security has been taken from the Contractor then the

balance or the total sum recoverable as the case may be shall be deducted from any sum then due or

which at any time thereafter may become due to the Contractor under this or any other Contract with

the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor

shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or

makes any claim whether liquidated or not against the Contractor under any other Contract with the

purchaser the payment of all moneys payable under the Contract to the Contractor including the

security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid

by the Contractor

33 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

34TECHNICAL DOCUMENTATION

Tender No SCLPS52019E0144501 6

The Contractor shall provide installation operation maintenance and programming manual All

documentation shall be in English language

35 CONTRACTORS DEFAULT LIABILITY

The purchaser may upon written notice of default to the Contractor terminate the Contract in

whole or in part in circumstances detailed hereunder

a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the

time specified in the Contractagreement or within the period for which extension has been

granted by the Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

In the event the Purchaser terminates the Contract in whole or in part as provided in this tender

document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he

may deem appropriate stores similar to that terminated and the Contractor shall be liable to the

Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as

defined in Clause 24 until such reasonable time as may be required for the final supply of stores

A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any

other rights provided in this Article may require the Contractor to transfer title and deliver to the

Purchaser under any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b) Such partially completed stores

drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor

has specifically produced or acquired for the performance of the Contract as terminated The Purchaser

shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the

purchaser and for manufacturing material delivered and accepted

B) In the event the Purchaser does not terminate the Contract as provided in this tender document the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in this tender document until the stores are

accepted

Tender No SCLPS52019E0144501 7

BidTemplatesPART A General specifications‐ I

Item Specifications ‐I

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Introduction

bull The intent of these

specifications is to Design

amp Implement Very Early

Warning Aspirator Smoke

Detection (VESDA) system

(consisting of Aspirator

Smoke Detection

detectors High Level

Interface gateways

Sounders power supplies

Aspiration system

communication network

cables Server PCs

sampling pipes Software

etc) in the wafer fab lines

at SCL so as to augment

the existing smoke

detection system

comprising of ionization

type addressable smoke

detectors The fab lines

have clean rooms laid out

in a Bay amp Chase

configuration The Air

management in the clean

Tender No SCLPS52019E0144501 8

rooms is such that there is

downward unidirectional

airflow in the clean rooms

and through the raised

floor the air returns

upwards into the adjoining

grey areas and finally to

the Return Air handlers for

recirculation The ACPH

(Air changes per Hour) is

typically 400‐550 The

clean room layout

depicting clean bays and

grey areas is at Annexure‐I

of this document

bull It is envisaged to install

Detector sampling pipes at

a height of about 35m

from the raised floor in the

grey areas Also the

sampling pipes wherever

required shall be provided

below the raised floor to

optimally cover all the

spaces

bull The selected vendor

shall undertake design

detailed engineering of

the Aspiration system

including piping layout etc

to realize an efficient

Aspiration smoke

Tender No SCLPS52019E0144501 9

detection system in the

fab lines at SCL

2 Scope of Work

bullTo conduct site visit at

SCL and collect necessary

data required for

designing detailed

engineering and

implementation of the

system

bullVendor shall submit

design and detailed

drawings of the offered

System for review and

approval of SCL prior to

execution of work Vendor

shall implement the

system as per SCL

approved design and

drawings

bullAspirating type smoke

detectors shall be

compatible for clean room

environment in SCL This

shall be confirmed in

writing by the OEM

bullThe work shall include

supply of Aspirating type

smoke detectors High

Level Interface (HLI)

Tender No SCLPS52019E0144501 10

Gateways sounders

power supplies Aspiration

system communication

network cables Server

PCs sampling pipes and

installation of complete

Aspiration system along

with calibration and

software integration and

any other itemmaterial

required for realizing the

System meeting the

specifications

bullInstallation Testing and

commissioning of the

Aspiration smoke

detection system shall be

carried out as per the OEM

guidelines by the selected

vendor (OEM) In case the

selected Vendor happens

to be the OEMrsquos

authorized System

Integrator for this work

the implementation shall

be done as per the OEMrsquos

guidelines and under the

supervision of OEMrsquos

representative

bullDemonstrating the

performance which shall

include operation of all

Tender No SCLPS52019E0144501 11

detectors in test mode

This shall also include

creating artificial fire zone

for testing and

Annunciation of Aspiration

smoke detection system

for all faults as per SCL

requirement

bullIn view of the need for

maintaining continuity of

operations in SCLrsquos fab

minimal shutdown shall be

permitted within which

the vendor has to

complete the job

bullAny other item required

to be executed to

complete the work as per

the detailed technical

specifications

3 Period of Completion

Time allowed for

completion of the entire

work comprising of

Design detailed

engineering supply

installation testing and

commissioning of the

Aspiration smoke

Tender No SCLPS52019E0144501 12

detection system shall be

five (5) months to be

reckoned from the 7th day

of issue of the Purchase

Order by SCL The prices

shall remain firm for the

entire duration of the

contract including

extended period if any

No cost escalation shall be

applicable for the work

4 Drawings Data and

Manuals after receipt of

Purchase Order The

Vendor shall prepare and

submit following

drawingdocuments for

review and approval of

SCLrsquos concerned

Engineer(s) prior to start

of the work The Vendor

shall incorporate SCLrsquos

commentsobservations

and resubmit

drawingsdocuments

stated below for approval

bullMake type Model and

catalogue of all

components along with

technical leaflets and test

certificates etc within 15

days of receipt of the issue

Tender No SCLPS52019E0144501 13

of the Purchase Order by

SCL

bullGA drawings of

detectors Drawings

showing pipe layout and

all other equipment

forming part of the

system

bullDesign calculations for air

sampling holes spacing

orientation based upon

Factory Mutual (FM) listed

software tool

bullChecks list test to be

conduct during erection

testing amp commissioning

of the individual detectors

as per applicable

standards

bullAny other

drawingdocument

relevant to work as per

requirement

5 Deviation Any deviation

from the tendered

specifications shall be

clearly mentioned in the

Techno‐commercial bid for

SCL evaluation In case the

deviation is not acceptable

Tender No SCLPS52019E0144501 14

to SCL the Vendor shall

have to comply with the

tendered specifications

6 Electricity for installation

Electricity required for the

work shall be provided by

SCL at no charge basis to

the vendor

7 General Information The

Contractor may conduct

site visit to SCL to have a

fair assessment of the

work involved

8 Storage space Space for

storage of material

procured by the vendor

for incorporation in the

work shall be provided by

SCL within its premises

9 Safety In the course of the

work personnel working

in the system at site

should take utmost care

for their safety and work

purely at individuals

partyrsquos risk SCL will not be

responsible for any

untoward accidents for

the individual partyrsquos

working personnel The

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 3

9 SCL reserves the right to change any milestone date of the tendering activity tender schedule

10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected

11 If tender opening date happens to be a public holiday tender will be opened on the next working

day and interested bidders may depute their representatives to attend the Tender Opening with proper

authorization

12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

14 It is to be noted that the drawings specifications end‐use etc given by the purchaser are

confidential and shall not be disclosed to any third party

15 Prices are required to be quoted according to the units indicated in the tender When quotations are

given in terms of units other than those specified in the tender form relationship between the two sets

of units must be furnished

16 The quote should indicate quantity wise unit rate separately which have to be filled online The

Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated

and indicated in the column provided in online forms explicitly

17 Bidders are expected to comply with commercial and other terms and conditions given in vendor

specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in

the vendor specified terms column

18 All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the unraced technical offer bidder are advised not to

quote any rate with BOQ provide in technical specification document

19 Specifications Stores offered should strictly confirm to our specifications Deviations if any should

be clearly indicated by the tenderer in his bid The tenderer should also indicate the MakeType number

of the stores offered and provide catalogues technical literature along with the quotations Test

Certificates wherever necessary should be forwarded along with supplies

20 The tenderer should provide the name of his bankers as well as the latest Income‐Tax clearance

certificate duly countersigned by the Income‐Tax Officer of the Circle concerned under the seal of his

office if required by the Purchaser during evaluation of tender

21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the

orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner

whatsoever to any other party save with the previous written consent of the purchaser Such consent

Tender No SCLPS52019E0144501 4

by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation

duty or responsibility under the Purchase Order Contract

22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act

23 The authority of the person submitting the tender if called for should be produced

24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir

authorized representatives who may like to attend the tender opening against presentation of

Authorization letter Due to any breakdown in serverlink bid opening will be continued on the

following dates

The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders

only

25 PROCEDURE FOR EVALUATION OF TENDERS

Technical Evaluation Criteria

Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall

be considered to be technically qualified

Evaluation of Price Bids

The following elements shall be considered for evaluation of Priced Commercial offer

a Price quoted by the bidder in the price bid template for meeting the functionalities given in the

Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance

with the Payment Terms prescribed in this tender document In the event the bidder offers Payment

Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base

Rate of SBI prevailing on the date of opening of price bids

c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the

rate 05 percent of the LC value towards confirmation charges

d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the

bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India

26 The bid should contain the following information‐

a Agency Commission Bidders are required to provide the following information in respect of their

authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for

consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the

contact person A letter from the Manufacturersupplier in the current date certifying that the said

Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian

Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under

the proposed purchase The amount of agency commission included in the price and payable to Indian

Tender No SCLPS52019E0144501 5

Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in

Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date

of placement of the Purchase Order and which shall not be subject to any further exchange variations

The payment will be released to the Indian Agents within 30 days from the date of acceptance of the

goods

b Details of any technical service if required for erection assembly commissioning and

demonstration

27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer

country

28 The details of Import License will be furnished in the Purchase Order

29 Instructionoperation manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documentscorrespondence should be in English Language

only

30 Part shipment is not allowed unless specifically agreed to by us

31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any

Agency nominated by us

32 RECOVERY OF SUM DUE

Whenever any claim for the payment of whether liquidated or not money arising out of or under this

Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in

part or whole the security deposited by the Contractor if a security is taken against the Contract In the

event of the security being insufficient or if no security has been taken from the Contractor then the

balance or the total sum recoverable as the case may be shall be deducted from any sum then due or

which at any time thereafter may become due to the Contractor under this or any other Contract with

the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor

shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or

makes any claim whether liquidated or not against the Contractor under any other Contract with the

purchaser the payment of all moneys payable under the Contract to the Contractor including the

security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid

by the Contractor

33 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

34TECHNICAL DOCUMENTATION

Tender No SCLPS52019E0144501 6

The Contractor shall provide installation operation maintenance and programming manual All

documentation shall be in English language

35 CONTRACTORS DEFAULT LIABILITY

The purchaser may upon written notice of default to the Contractor terminate the Contract in

whole or in part in circumstances detailed hereunder

a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the

time specified in the Contractagreement or within the period for which extension has been

granted by the Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

In the event the Purchaser terminates the Contract in whole or in part as provided in this tender

document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he

may deem appropriate stores similar to that terminated and the Contractor shall be liable to the

Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as

defined in Clause 24 until such reasonable time as may be required for the final supply of stores

A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any

other rights provided in this Article may require the Contractor to transfer title and deliver to the

Purchaser under any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b) Such partially completed stores

drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor

has specifically produced or acquired for the performance of the Contract as terminated The Purchaser

shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the

purchaser and for manufacturing material delivered and accepted

B) In the event the Purchaser does not terminate the Contract as provided in this tender document the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in this tender document until the stores are

accepted

Tender No SCLPS52019E0144501 7

BidTemplatesPART A General specifications‐ I

Item Specifications ‐I

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Introduction

bull The intent of these

specifications is to Design

amp Implement Very Early

Warning Aspirator Smoke

Detection (VESDA) system

(consisting of Aspirator

Smoke Detection

detectors High Level

Interface gateways

Sounders power supplies

Aspiration system

communication network

cables Server PCs

sampling pipes Software

etc) in the wafer fab lines

at SCL so as to augment

the existing smoke

detection system

comprising of ionization

type addressable smoke

detectors The fab lines

have clean rooms laid out

in a Bay amp Chase

configuration The Air

management in the clean

Tender No SCLPS52019E0144501 8

rooms is such that there is

downward unidirectional

airflow in the clean rooms

and through the raised

floor the air returns

upwards into the adjoining

grey areas and finally to

the Return Air handlers for

recirculation The ACPH

(Air changes per Hour) is

typically 400‐550 The

clean room layout

depicting clean bays and

grey areas is at Annexure‐I

of this document

bull It is envisaged to install

Detector sampling pipes at

a height of about 35m

from the raised floor in the

grey areas Also the

sampling pipes wherever

required shall be provided

below the raised floor to

optimally cover all the

spaces

bull The selected vendor

shall undertake design

detailed engineering of

the Aspiration system

including piping layout etc

to realize an efficient

Aspiration smoke

Tender No SCLPS52019E0144501 9

detection system in the

fab lines at SCL

2 Scope of Work

bullTo conduct site visit at

SCL and collect necessary

data required for

designing detailed

engineering and

implementation of the

system

bullVendor shall submit

design and detailed

drawings of the offered

System for review and

approval of SCL prior to

execution of work Vendor

shall implement the

system as per SCL

approved design and

drawings

bullAspirating type smoke

detectors shall be

compatible for clean room

environment in SCL This

shall be confirmed in

writing by the OEM

bullThe work shall include

supply of Aspirating type

smoke detectors High

Level Interface (HLI)

Tender No SCLPS52019E0144501 10

Gateways sounders

power supplies Aspiration

system communication

network cables Server

PCs sampling pipes and

installation of complete

Aspiration system along

with calibration and

software integration and

any other itemmaterial

required for realizing the

System meeting the

specifications

bullInstallation Testing and

commissioning of the

Aspiration smoke

detection system shall be

carried out as per the OEM

guidelines by the selected

vendor (OEM) In case the

selected Vendor happens

to be the OEMrsquos

authorized System

Integrator for this work

the implementation shall

be done as per the OEMrsquos

guidelines and under the

supervision of OEMrsquos

representative

bullDemonstrating the

performance which shall

include operation of all

Tender No SCLPS52019E0144501 11

detectors in test mode

This shall also include

creating artificial fire zone

for testing and

Annunciation of Aspiration

smoke detection system

for all faults as per SCL

requirement

bullIn view of the need for

maintaining continuity of

operations in SCLrsquos fab

minimal shutdown shall be

permitted within which

the vendor has to

complete the job

bullAny other item required

to be executed to

complete the work as per

the detailed technical

specifications

3 Period of Completion

Time allowed for

completion of the entire

work comprising of

Design detailed

engineering supply

installation testing and

commissioning of the

Aspiration smoke

Tender No SCLPS52019E0144501 12

detection system shall be

five (5) months to be

reckoned from the 7th day

of issue of the Purchase

Order by SCL The prices

shall remain firm for the

entire duration of the

contract including

extended period if any

No cost escalation shall be

applicable for the work

4 Drawings Data and

Manuals after receipt of

Purchase Order The

Vendor shall prepare and

submit following

drawingdocuments for

review and approval of

SCLrsquos concerned

Engineer(s) prior to start

of the work The Vendor

shall incorporate SCLrsquos

commentsobservations

and resubmit

drawingsdocuments

stated below for approval

bullMake type Model and

catalogue of all

components along with

technical leaflets and test

certificates etc within 15

days of receipt of the issue

Tender No SCLPS52019E0144501 13

of the Purchase Order by

SCL

bullGA drawings of

detectors Drawings

showing pipe layout and

all other equipment

forming part of the

system

bullDesign calculations for air

sampling holes spacing

orientation based upon

Factory Mutual (FM) listed

software tool

bullChecks list test to be

conduct during erection

testing amp commissioning

of the individual detectors

as per applicable

standards

bullAny other

drawingdocument

relevant to work as per

requirement

5 Deviation Any deviation

from the tendered

specifications shall be

clearly mentioned in the

Techno‐commercial bid for

SCL evaluation In case the

deviation is not acceptable

Tender No SCLPS52019E0144501 14

to SCL the Vendor shall

have to comply with the

tendered specifications

6 Electricity for installation

Electricity required for the

work shall be provided by

SCL at no charge basis to

the vendor

7 General Information The

Contractor may conduct

site visit to SCL to have a

fair assessment of the

work involved

8 Storage space Space for

storage of material

procured by the vendor

for incorporation in the

work shall be provided by

SCL within its premises

9 Safety In the course of the

work personnel working

in the system at site

should take utmost care

for their safety and work

purely at individuals

partyrsquos risk SCL will not be

responsible for any

untoward accidents for

the individual partyrsquos

working personnel The

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 4

by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation

duty or responsibility under the Purchase Order Contract

22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act

23 The authority of the person submitting the tender if called for should be produced

24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir

authorized representatives who may like to attend the tender opening against presentation of

Authorization letter Due to any breakdown in serverlink bid opening will be continued on the

following dates

The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders

only

25 PROCEDURE FOR EVALUATION OF TENDERS

Technical Evaluation Criteria

Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall

be considered to be technically qualified

Evaluation of Price Bids

The following elements shall be considered for evaluation of Priced Commercial offer

a Price quoted by the bidder in the price bid template for meeting the functionalities given in the

Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance

with the Payment Terms prescribed in this tender document In the event the bidder offers Payment

Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base

Rate of SBI prevailing on the date of opening of price bids

c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the

rate 05 percent of the LC value towards confirmation charges

d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the

bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India

26 The bid should contain the following information‐

a Agency Commission Bidders are required to provide the following information in respect of their

authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for

consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the

contact person A letter from the Manufacturersupplier in the current date certifying that the said

Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian

Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under

the proposed purchase The amount of agency commission included in the price and payable to Indian

Tender No SCLPS52019E0144501 5

Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in

Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date

of placement of the Purchase Order and which shall not be subject to any further exchange variations

The payment will be released to the Indian Agents within 30 days from the date of acceptance of the

goods

b Details of any technical service if required for erection assembly commissioning and

demonstration

27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer

country

28 The details of Import License will be furnished in the Purchase Order

29 Instructionoperation manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documentscorrespondence should be in English Language

only

30 Part shipment is not allowed unless specifically agreed to by us

31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any

Agency nominated by us

32 RECOVERY OF SUM DUE

Whenever any claim for the payment of whether liquidated or not money arising out of or under this

Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in

part or whole the security deposited by the Contractor if a security is taken against the Contract In the

event of the security being insufficient or if no security has been taken from the Contractor then the

balance or the total sum recoverable as the case may be shall be deducted from any sum then due or

which at any time thereafter may become due to the Contractor under this or any other Contract with

the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor

shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or

makes any claim whether liquidated or not against the Contractor under any other Contract with the

purchaser the payment of all moneys payable under the Contract to the Contractor including the

security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid

by the Contractor

33 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

34TECHNICAL DOCUMENTATION

Tender No SCLPS52019E0144501 6

The Contractor shall provide installation operation maintenance and programming manual All

documentation shall be in English language

35 CONTRACTORS DEFAULT LIABILITY

The purchaser may upon written notice of default to the Contractor terminate the Contract in

whole or in part in circumstances detailed hereunder

a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the

time specified in the Contractagreement or within the period for which extension has been

granted by the Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

In the event the Purchaser terminates the Contract in whole or in part as provided in this tender

document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he

may deem appropriate stores similar to that terminated and the Contractor shall be liable to the

Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as

defined in Clause 24 until such reasonable time as may be required for the final supply of stores

A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any

other rights provided in this Article may require the Contractor to transfer title and deliver to the

Purchaser under any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b) Such partially completed stores

drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor

has specifically produced or acquired for the performance of the Contract as terminated The Purchaser

shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the

purchaser and for manufacturing material delivered and accepted

B) In the event the Purchaser does not terminate the Contract as provided in this tender document the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in this tender document until the stores are

accepted

Tender No SCLPS52019E0144501 7

BidTemplatesPART A General specifications‐ I

Item Specifications ‐I

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Introduction

bull The intent of these

specifications is to Design

amp Implement Very Early

Warning Aspirator Smoke

Detection (VESDA) system

(consisting of Aspirator

Smoke Detection

detectors High Level

Interface gateways

Sounders power supplies

Aspiration system

communication network

cables Server PCs

sampling pipes Software

etc) in the wafer fab lines

at SCL so as to augment

the existing smoke

detection system

comprising of ionization

type addressable smoke

detectors The fab lines

have clean rooms laid out

in a Bay amp Chase

configuration The Air

management in the clean

Tender No SCLPS52019E0144501 8

rooms is such that there is

downward unidirectional

airflow in the clean rooms

and through the raised

floor the air returns

upwards into the adjoining

grey areas and finally to

the Return Air handlers for

recirculation The ACPH

(Air changes per Hour) is

typically 400‐550 The

clean room layout

depicting clean bays and

grey areas is at Annexure‐I

of this document

bull It is envisaged to install

Detector sampling pipes at

a height of about 35m

from the raised floor in the

grey areas Also the

sampling pipes wherever

required shall be provided

below the raised floor to

optimally cover all the

spaces

bull The selected vendor

shall undertake design

detailed engineering of

the Aspiration system

including piping layout etc

to realize an efficient

Aspiration smoke

Tender No SCLPS52019E0144501 9

detection system in the

fab lines at SCL

2 Scope of Work

bullTo conduct site visit at

SCL and collect necessary

data required for

designing detailed

engineering and

implementation of the

system

bullVendor shall submit

design and detailed

drawings of the offered

System for review and

approval of SCL prior to

execution of work Vendor

shall implement the

system as per SCL

approved design and

drawings

bullAspirating type smoke

detectors shall be

compatible for clean room

environment in SCL This

shall be confirmed in

writing by the OEM

bullThe work shall include

supply of Aspirating type

smoke detectors High

Level Interface (HLI)

Tender No SCLPS52019E0144501 10

Gateways sounders

power supplies Aspiration

system communication

network cables Server

PCs sampling pipes and

installation of complete

Aspiration system along

with calibration and

software integration and

any other itemmaterial

required for realizing the

System meeting the

specifications

bullInstallation Testing and

commissioning of the

Aspiration smoke

detection system shall be

carried out as per the OEM

guidelines by the selected

vendor (OEM) In case the

selected Vendor happens

to be the OEMrsquos

authorized System

Integrator for this work

the implementation shall

be done as per the OEMrsquos

guidelines and under the

supervision of OEMrsquos

representative

bullDemonstrating the

performance which shall

include operation of all

Tender No SCLPS52019E0144501 11

detectors in test mode

This shall also include

creating artificial fire zone

for testing and

Annunciation of Aspiration

smoke detection system

for all faults as per SCL

requirement

bullIn view of the need for

maintaining continuity of

operations in SCLrsquos fab

minimal shutdown shall be

permitted within which

the vendor has to

complete the job

bullAny other item required

to be executed to

complete the work as per

the detailed technical

specifications

3 Period of Completion

Time allowed for

completion of the entire

work comprising of

Design detailed

engineering supply

installation testing and

commissioning of the

Aspiration smoke

Tender No SCLPS52019E0144501 12

detection system shall be

five (5) months to be

reckoned from the 7th day

of issue of the Purchase

Order by SCL The prices

shall remain firm for the

entire duration of the

contract including

extended period if any

No cost escalation shall be

applicable for the work

4 Drawings Data and

Manuals after receipt of

Purchase Order The

Vendor shall prepare and

submit following

drawingdocuments for

review and approval of

SCLrsquos concerned

Engineer(s) prior to start

of the work The Vendor

shall incorporate SCLrsquos

commentsobservations

and resubmit

drawingsdocuments

stated below for approval

bullMake type Model and

catalogue of all

components along with

technical leaflets and test

certificates etc within 15

days of receipt of the issue

Tender No SCLPS52019E0144501 13

of the Purchase Order by

SCL

bullGA drawings of

detectors Drawings

showing pipe layout and

all other equipment

forming part of the

system

bullDesign calculations for air

sampling holes spacing

orientation based upon

Factory Mutual (FM) listed

software tool

bullChecks list test to be

conduct during erection

testing amp commissioning

of the individual detectors

as per applicable

standards

bullAny other

drawingdocument

relevant to work as per

requirement

5 Deviation Any deviation

from the tendered

specifications shall be

clearly mentioned in the

Techno‐commercial bid for

SCL evaluation In case the

deviation is not acceptable

Tender No SCLPS52019E0144501 14

to SCL the Vendor shall

have to comply with the

tendered specifications

6 Electricity for installation

Electricity required for the

work shall be provided by

SCL at no charge basis to

the vendor

7 General Information The

Contractor may conduct

site visit to SCL to have a

fair assessment of the

work involved

8 Storage space Space for

storage of material

procured by the vendor

for incorporation in the

work shall be provided by

SCL within its premises

9 Safety In the course of the

work personnel working

in the system at site

should take utmost care

for their safety and work

purely at individuals

partyrsquos risk SCL will not be

responsible for any

untoward accidents for

the individual partyrsquos

working personnel The

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 5

Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in

Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date

of placement of the Purchase Order and which shall not be subject to any further exchange variations

The payment will be released to the Indian Agents within 30 days from the date of acceptance of the

goods

b Details of any technical service if required for erection assembly commissioning and

demonstration

27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer

country

28 The details of Import License will be furnished in the Purchase Order

29 Instructionoperation manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documentscorrespondence should be in English Language

only

30 Part shipment is not allowed unless specifically agreed to by us

31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any

Agency nominated by us

32 RECOVERY OF SUM DUE

Whenever any claim for the payment of whether liquidated or not money arising out of or under this

Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in

part or whole the security deposited by the Contractor if a security is taken against the Contract In the

event of the security being insufficient or if no security has been taken from the Contractor then the

balance or the total sum recoverable as the case may be shall be deducted from any sum then due or

which at any time thereafter may become due to the Contractor under this or any other Contract with

the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor

shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or

makes any claim whether liquidated or not against the Contractor under any other Contract with the

purchaser the payment of all moneys payable under the Contract to the Contractor including the

security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid

by the Contractor

33 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

34TECHNICAL DOCUMENTATION

Tender No SCLPS52019E0144501 6

The Contractor shall provide installation operation maintenance and programming manual All

documentation shall be in English language

35 CONTRACTORS DEFAULT LIABILITY

The purchaser may upon written notice of default to the Contractor terminate the Contract in

whole or in part in circumstances detailed hereunder

a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the

time specified in the Contractagreement or within the period for which extension has been

granted by the Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

In the event the Purchaser terminates the Contract in whole or in part as provided in this tender

document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he

may deem appropriate stores similar to that terminated and the Contractor shall be liable to the

Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as

defined in Clause 24 until such reasonable time as may be required for the final supply of stores

A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any

other rights provided in this Article may require the Contractor to transfer title and deliver to the

Purchaser under any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b) Such partially completed stores

drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor

has specifically produced or acquired for the performance of the Contract as terminated The Purchaser

shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the

purchaser and for manufacturing material delivered and accepted

B) In the event the Purchaser does not terminate the Contract as provided in this tender document the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in this tender document until the stores are

accepted

Tender No SCLPS52019E0144501 7

BidTemplatesPART A General specifications‐ I

Item Specifications ‐I

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Introduction

bull The intent of these

specifications is to Design

amp Implement Very Early

Warning Aspirator Smoke

Detection (VESDA) system

(consisting of Aspirator

Smoke Detection

detectors High Level

Interface gateways

Sounders power supplies

Aspiration system

communication network

cables Server PCs

sampling pipes Software

etc) in the wafer fab lines

at SCL so as to augment

the existing smoke

detection system

comprising of ionization

type addressable smoke

detectors The fab lines

have clean rooms laid out

in a Bay amp Chase

configuration The Air

management in the clean

Tender No SCLPS52019E0144501 8

rooms is such that there is

downward unidirectional

airflow in the clean rooms

and through the raised

floor the air returns

upwards into the adjoining

grey areas and finally to

the Return Air handlers for

recirculation The ACPH

(Air changes per Hour) is

typically 400‐550 The

clean room layout

depicting clean bays and

grey areas is at Annexure‐I

of this document

bull It is envisaged to install

Detector sampling pipes at

a height of about 35m

from the raised floor in the

grey areas Also the

sampling pipes wherever

required shall be provided

below the raised floor to

optimally cover all the

spaces

bull The selected vendor

shall undertake design

detailed engineering of

the Aspiration system

including piping layout etc

to realize an efficient

Aspiration smoke

Tender No SCLPS52019E0144501 9

detection system in the

fab lines at SCL

2 Scope of Work

bullTo conduct site visit at

SCL and collect necessary

data required for

designing detailed

engineering and

implementation of the

system

bullVendor shall submit

design and detailed

drawings of the offered

System for review and

approval of SCL prior to

execution of work Vendor

shall implement the

system as per SCL

approved design and

drawings

bullAspirating type smoke

detectors shall be

compatible for clean room

environment in SCL This

shall be confirmed in

writing by the OEM

bullThe work shall include

supply of Aspirating type

smoke detectors High

Level Interface (HLI)

Tender No SCLPS52019E0144501 10

Gateways sounders

power supplies Aspiration

system communication

network cables Server

PCs sampling pipes and

installation of complete

Aspiration system along

with calibration and

software integration and

any other itemmaterial

required for realizing the

System meeting the

specifications

bullInstallation Testing and

commissioning of the

Aspiration smoke

detection system shall be

carried out as per the OEM

guidelines by the selected

vendor (OEM) In case the

selected Vendor happens

to be the OEMrsquos

authorized System

Integrator for this work

the implementation shall

be done as per the OEMrsquos

guidelines and under the

supervision of OEMrsquos

representative

bullDemonstrating the

performance which shall

include operation of all

Tender No SCLPS52019E0144501 11

detectors in test mode

This shall also include

creating artificial fire zone

for testing and

Annunciation of Aspiration

smoke detection system

for all faults as per SCL

requirement

bullIn view of the need for

maintaining continuity of

operations in SCLrsquos fab

minimal shutdown shall be

permitted within which

the vendor has to

complete the job

bullAny other item required

to be executed to

complete the work as per

the detailed technical

specifications

3 Period of Completion

Time allowed for

completion of the entire

work comprising of

Design detailed

engineering supply

installation testing and

commissioning of the

Aspiration smoke

Tender No SCLPS52019E0144501 12

detection system shall be

five (5) months to be

reckoned from the 7th day

of issue of the Purchase

Order by SCL The prices

shall remain firm for the

entire duration of the

contract including

extended period if any

No cost escalation shall be

applicable for the work

4 Drawings Data and

Manuals after receipt of

Purchase Order The

Vendor shall prepare and

submit following

drawingdocuments for

review and approval of

SCLrsquos concerned

Engineer(s) prior to start

of the work The Vendor

shall incorporate SCLrsquos

commentsobservations

and resubmit

drawingsdocuments

stated below for approval

bullMake type Model and

catalogue of all

components along with

technical leaflets and test

certificates etc within 15

days of receipt of the issue

Tender No SCLPS52019E0144501 13

of the Purchase Order by

SCL

bullGA drawings of

detectors Drawings

showing pipe layout and

all other equipment

forming part of the

system

bullDesign calculations for air

sampling holes spacing

orientation based upon

Factory Mutual (FM) listed

software tool

bullChecks list test to be

conduct during erection

testing amp commissioning

of the individual detectors

as per applicable

standards

bullAny other

drawingdocument

relevant to work as per

requirement

5 Deviation Any deviation

from the tendered

specifications shall be

clearly mentioned in the

Techno‐commercial bid for

SCL evaluation In case the

deviation is not acceptable

Tender No SCLPS52019E0144501 14

to SCL the Vendor shall

have to comply with the

tendered specifications

6 Electricity for installation

Electricity required for the

work shall be provided by

SCL at no charge basis to

the vendor

7 General Information The

Contractor may conduct

site visit to SCL to have a

fair assessment of the

work involved

8 Storage space Space for

storage of material

procured by the vendor

for incorporation in the

work shall be provided by

SCL within its premises

9 Safety In the course of the

work personnel working

in the system at site

should take utmost care

for their safety and work

purely at individuals

partyrsquos risk SCL will not be

responsible for any

untoward accidents for

the individual partyrsquos

working personnel The

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 6

The Contractor shall provide installation operation maintenance and programming manual All

documentation shall be in English language

35 CONTRACTORS DEFAULT LIABILITY

The purchaser may upon written notice of default to the Contractor terminate the Contract in

whole or in part in circumstances detailed hereunder

a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the

time specified in the Contractagreement or within the period for which extension has been

granted by the Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

In the event the Purchaser terminates the Contract in whole or in part as provided in this tender

document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he

may deem appropriate stores similar to that terminated and the Contractor shall be liable to the

Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as

defined in Clause 24 until such reasonable time as may be required for the final supply of stores

A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any

other rights provided in this Article may require the Contractor to transfer title and deliver to the

Purchaser under any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b) Such partially completed stores

drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor

has specifically produced or acquired for the performance of the Contract as terminated The Purchaser

shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the

purchaser and for manufacturing material delivered and accepted

B) In the event the Purchaser does not terminate the Contract as provided in this tender document the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in this tender document until the stores are

accepted

Tender No SCLPS52019E0144501 7

BidTemplatesPART A General specifications‐ I

Item Specifications ‐I

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Introduction

bull The intent of these

specifications is to Design

amp Implement Very Early

Warning Aspirator Smoke

Detection (VESDA) system

(consisting of Aspirator

Smoke Detection

detectors High Level

Interface gateways

Sounders power supplies

Aspiration system

communication network

cables Server PCs

sampling pipes Software

etc) in the wafer fab lines

at SCL so as to augment

the existing smoke

detection system

comprising of ionization

type addressable smoke

detectors The fab lines

have clean rooms laid out

in a Bay amp Chase

configuration The Air

management in the clean

Tender No SCLPS52019E0144501 8

rooms is such that there is

downward unidirectional

airflow in the clean rooms

and through the raised

floor the air returns

upwards into the adjoining

grey areas and finally to

the Return Air handlers for

recirculation The ACPH

(Air changes per Hour) is

typically 400‐550 The

clean room layout

depicting clean bays and

grey areas is at Annexure‐I

of this document

bull It is envisaged to install

Detector sampling pipes at

a height of about 35m

from the raised floor in the

grey areas Also the

sampling pipes wherever

required shall be provided

below the raised floor to

optimally cover all the

spaces

bull The selected vendor

shall undertake design

detailed engineering of

the Aspiration system

including piping layout etc

to realize an efficient

Aspiration smoke

Tender No SCLPS52019E0144501 9

detection system in the

fab lines at SCL

2 Scope of Work

bullTo conduct site visit at

SCL and collect necessary

data required for

designing detailed

engineering and

implementation of the

system

bullVendor shall submit

design and detailed

drawings of the offered

System for review and

approval of SCL prior to

execution of work Vendor

shall implement the

system as per SCL

approved design and

drawings

bullAspirating type smoke

detectors shall be

compatible for clean room

environment in SCL This

shall be confirmed in

writing by the OEM

bullThe work shall include

supply of Aspirating type

smoke detectors High

Level Interface (HLI)

Tender No SCLPS52019E0144501 10

Gateways sounders

power supplies Aspiration

system communication

network cables Server

PCs sampling pipes and

installation of complete

Aspiration system along

with calibration and

software integration and

any other itemmaterial

required for realizing the

System meeting the

specifications

bullInstallation Testing and

commissioning of the

Aspiration smoke

detection system shall be

carried out as per the OEM

guidelines by the selected

vendor (OEM) In case the

selected Vendor happens

to be the OEMrsquos

authorized System

Integrator for this work

the implementation shall

be done as per the OEMrsquos

guidelines and under the

supervision of OEMrsquos

representative

bullDemonstrating the

performance which shall

include operation of all

Tender No SCLPS52019E0144501 11

detectors in test mode

This shall also include

creating artificial fire zone

for testing and

Annunciation of Aspiration

smoke detection system

for all faults as per SCL

requirement

bullIn view of the need for

maintaining continuity of

operations in SCLrsquos fab

minimal shutdown shall be

permitted within which

the vendor has to

complete the job

bullAny other item required

to be executed to

complete the work as per

the detailed technical

specifications

3 Period of Completion

Time allowed for

completion of the entire

work comprising of

Design detailed

engineering supply

installation testing and

commissioning of the

Aspiration smoke

Tender No SCLPS52019E0144501 12

detection system shall be

five (5) months to be

reckoned from the 7th day

of issue of the Purchase

Order by SCL The prices

shall remain firm for the

entire duration of the

contract including

extended period if any

No cost escalation shall be

applicable for the work

4 Drawings Data and

Manuals after receipt of

Purchase Order The

Vendor shall prepare and

submit following

drawingdocuments for

review and approval of

SCLrsquos concerned

Engineer(s) prior to start

of the work The Vendor

shall incorporate SCLrsquos

commentsobservations

and resubmit

drawingsdocuments

stated below for approval

bullMake type Model and

catalogue of all

components along with

technical leaflets and test

certificates etc within 15

days of receipt of the issue

Tender No SCLPS52019E0144501 13

of the Purchase Order by

SCL

bullGA drawings of

detectors Drawings

showing pipe layout and

all other equipment

forming part of the

system

bullDesign calculations for air

sampling holes spacing

orientation based upon

Factory Mutual (FM) listed

software tool

bullChecks list test to be

conduct during erection

testing amp commissioning

of the individual detectors

as per applicable

standards

bullAny other

drawingdocument

relevant to work as per

requirement

5 Deviation Any deviation

from the tendered

specifications shall be

clearly mentioned in the

Techno‐commercial bid for

SCL evaluation In case the

deviation is not acceptable

Tender No SCLPS52019E0144501 14

to SCL the Vendor shall

have to comply with the

tendered specifications

6 Electricity for installation

Electricity required for the

work shall be provided by

SCL at no charge basis to

the vendor

7 General Information The

Contractor may conduct

site visit to SCL to have a

fair assessment of the

work involved

8 Storage space Space for

storage of material

procured by the vendor

for incorporation in the

work shall be provided by

SCL within its premises

9 Safety In the course of the

work personnel working

in the system at site

should take utmost care

for their safety and work

purely at individuals

partyrsquos risk SCL will not be

responsible for any

untoward accidents for

the individual partyrsquos

working personnel The

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 7

BidTemplatesPART A General specifications‐ I

Item Specifications ‐I

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Introduction

bull The intent of these

specifications is to Design

amp Implement Very Early

Warning Aspirator Smoke

Detection (VESDA) system

(consisting of Aspirator

Smoke Detection

detectors High Level

Interface gateways

Sounders power supplies

Aspiration system

communication network

cables Server PCs

sampling pipes Software

etc) in the wafer fab lines

at SCL so as to augment

the existing smoke

detection system

comprising of ionization

type addressable smoke

detectors The fab lines

have clean rooms laid out

in a Bay amp Chase

configuration The Air

management in the clean

Tender No SCLPS52019E0144501 8

rooms is such that there is

downward unidirectional

airflow in the clean rooms

and through the raised

floor the air returns

upwards into the adjoining

grey areas and finally to

the Return Air handlers for

recirculation The ACPH

(Air changes per Hour) is

typically 400‐550 The

clean room layout

depicting clean bays and

grey areas is at Annexure‐I

of this document

bull It is envisaged to install

Detector sampling pipes at

a height of about 35m

from the raised floor in the

grey areas Also the

sampling pipes wherever

required shall be provided

below the raised floor to

optimally cover all the

spaces

bull The selected vendor

shall undertake design

detailed engineering of

the Aspiration system

including piping layout etc

to realize an efficient

Aspiration smoke

Tender No SCLPS52019E0144501 9

detection system in the

fab lines at SCL

2 Scope of Work

bullTo conduct site visit at

SCL and collect necessary

data required for

designing detailed

engineering and

implementation of the

system

bullVendor shall submit

design and detailed

drawings of the offered

System for review and

approval of SCL prior to

execution of work Vendor

shall implement the

system as per SCL

approved design and

drawings

bullAspirating type smoke

detectors shall be

compatible for clean room

environment in SCL This

shall be confirmed in

writing by the OEM

bullThe work shall include

supply of Aspirating type

smoke detectors High

Level Interface (HLI)

Tender No SCLPS52019E0144501 10

Gateways sounders

power supplies Aspiration

system communication

network cables Server

PCs sampling pipes and

installation of complete

Aspiration system along

with calibration and

software integration and

any other itemmaterial

required for realizing the

System meeting the

specifications

bullInstallation Testing and

commissioning of the

Aspiration smoke

detection system shall be

carried out as per the OEM

guidelines by the selected

vendor (OEM) In case the

selected Vendor happens

to be the OEMrsquos

authorized System

Integrator for this work

the implementation shall

be done as per the OEMrsquos

guidelines and under the

supervision of OEMrsquos

representative

bullDemonstrating the

performance which shall

include operation of all

Tender No SCLPS52019E0144501 11

detectors in test mode

This shall also include

creating artificial fire zone

for testing and

Annunciation of Aspiration

smoke detection system

for all faults as per SCL

requirement

bullIn view of the need for

maintaining continuity of

operations in SCLrsquos fab

minimal shutdown shall be

permitted within which

the vendor has to

complete the job

bullAny other item required

to be executed to

complete the work as per

the detailed technical

specifications

3 Period of Completion

Time allowed for

completion of the entire

work comprising of

Design detailed

engineering supply

installation testing and

commissioning of the

Aspiration smoke

Tender No SCLPS52019E0144501 12

detection system shall be

five (5) months to be

reckoned from the 7th day

of issue of the Purchase

Order by SCL The prices

shall remain firm for the

entire duration of the

contract including

extended period if any

No cost escalation shall be

applicable for the work

4 Drawings Data and

Manuals after receipt of

Purchase Order The

Vendor shall prepare and

submit following

drawingdocuments for

review and approval of

SCLrsquos concerned

Engineer(s) prior to start

of the work The Vendor

shall incorporate SCLrsquos

commentsobservations

and resubmit

drawingsdocuments

stated below for approval

bullMake type Model and

catalogue of all

components along with

technical leaflets and test

certificates etc within 15

days of receipt of the issue

Tender No SCLPS52019E0144501 13

of the Purchase Order by

SCL

bullGA drawings of

detectors Drawings

showing pipe layout and

all other equipment

forming part of the

system

bullDesign calculations for air

sampling holes spacing

orientation based upon

Factory Mutual (FM) listed

software tool

bullChecks list test to be

conduct during erection

testing amp commissioning

of the individual detectors

as per applicable

standards

bullAny other

drawingdocument

relevant to work as per

requirement

5 Deviation Any deviation

from the tendered

specifications shall be

clearly mentioned in the

Techno‐commercial bid for

SCL evaluation In case the

deviation is not acceptable

Tender No SCLPS52019E0144501 14

to SCL the Vendor shall

have to comply with the

tendered specifications

6 Electricity for installation

Electricity required for the

work shall be provided by

SCL at no charge basis to

the vendor

7 General Information The

Contractor may conduct

site visit to SCL to have a

fair assessment of the

work involved

8 Storage space Space for

storage of material

procured by the vendor

for incorporation in the

work shall be provided by

SCL within its premises

9 Safety In the course of the

work personnel working

in the system at site

should take utmost care

for their safety and work

purely at individuals

partyrsquos risk SCL will not be

responsible for any

untoward accidents for

the individual partyrsquos

working personnel The

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 8

rooms is such that there is

downward unidirectional

airflow in the clean rooms

and through the raised

floor the air returns

upwards into the adjoining

grey areas and finally to

the Return Air handlers for

recirculation The ACPH

(Air changes per Hour) is

typically 400‐550 The

clean room layout

depicting clean bays and

grey areas is at Annexure‐I

of this document

bull It is envisaged to install

Detector sampling pipes at

a height of about 35m

from the raised floor in the

grey areas Also the

sampling pipes wherever

required shall be provided

below the raised floor to

optimally cover all the

spaces

bull The selected vendor

shall undertake design

detailed engineering of

the Aspiration system

including piping layout etc

to realize an efficient

Aspiration smoke

Tender No SCLPS52019E0144501 9

detection system in the

fab lines at SCL

2 Scope of Work

bullTo conduct site visit at

SCL and collect necessary

data required for

designing detailed

engineering and

implementation of the

system

bullVendor shall submit

design and detailed

drawings of the offered

System for review and

approval of SCL prior to

execution of work Vendor

shall implement the

system as per SCL

approved design and

drawings

bullAspirating type smoke

detectors shall be

compatible for clean room

environment in SCL This

shall be confirmed in

writing by the OEM

bullThe work shall include

supply of Aspirating type

smoke detectors High

Level Interface (HLI)

Tender No SCLPS52019E0144501 10

Gateways sounders

power supplies Aspiration

system communication

network cables Server

PCs sampling pipes and

installation of complete

Aspiration system along

with calibration and

software integration and

any other itemmaterial

required for realizing the

System meeting the

specifications

bullInstallation Testing and

commissioning of the

Aspiration smoke

detection system shall be

carried out as per the OEM

guidelines by the selected

vendor (OEM) In case the

selected Vendor happens

to be the OEMrsquos

authorized System

Integrator for this work

the implementation shall

be done as per the OEMrsquos

guidelines and under the

supervision of OEMrsquos

representative

bullDemonstrating the

performance which shall

include operation of all

Tender No SCLPS52019E0144501 11

detectors in test mode

This shall also include

creating artificial fire zone

for testing and

Annunciation of Aspiration

smoke detection system

for all faults as per SCL

requirement

bullIn view of the need for

maintaining continuity of

operations in SCLrsquos fab

minimal shutdown shall be

permitted within which

the vendor has to

complete the job

bullAny other item required

to be executed to

complete the work as per

the detailed technical

specifications

3 Period of Completion

Time allowed for

completion of the entire

work comprising of

Design detailed

engineering supply

installation testing and

commissioning of the

Aspiration smoke

Tender No SCLPS52019E0144501 12

detection system shall be

five (5) months to be

reckoned from the 7th day

of issue of the Purchase

Order by SCL The prices

shall remain firm for the

entire duration of the

contract including

extended period if any

No cost escalation shall be

applicable for the work

4 Drawings Data and

Manuals after receipt of

Purchase Order The

Vendor shall prepare and

submit following

drawingdocuments for

review and approval of

SCLrsquos concerned

Engineer(s) prior to start

of the work The Vendor

shall incorporate SCLrsquos

commentsobservations

and resubmit

drawingsdocuments

stated below for approval

bullMake type Model and

catalogue of all

components along with

technical leaflets and test

certificates etc within 15

days of receipt of the issue

Tender No SCLPS52019E0144501 13

of the Purchase Order by

SCL

bullGA drawings of

detectors Drawings

showing pipe layout and

all other equipment

forming part of the

system

bullDesign calculations for air

sampling holes spacing

orientation based upon

Factory Mutual (FM) listed

software tool

bullChecks list test to be

conduct during erection

testing amp commissioning

of the individual detectors

as per applicable

standards

bullAny other

drawingdocument

relevant to work as per

requirement

5 Deviation Any deviation

from the tendered

specifications shall be

clearly mentioned in the

Techno‐commercial bid for

SCL evaluation In case the

deviation is not acceptable

Tender No SCLPS52019E0144501 14

to SCL the Vendor shall

have to comply with the

tendered specifications

6 Electricity for installation

Electricity required for the

work shall be provided by

SCL at no charge basis to

the vendor

7 General Information The

Contractor may conduct

site visit to SCL to have a

fair assessment of the

work involved

8 Storage space Space for

storage of material

procured by the vendor

for incorporation in the

work shall be provided by

SCL within its premises

9 Safety In the course of the

work personnel working

in the system at site

should take utmost care

for their safety and work

purely at individuals

partyrsquos risk SCL will not be

responsible for any

untoward accidents for

the individual partyrsquos

working personnel The

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 9

detection system in the

fab lines at SCL

2 Scope of Work

bullTo conduct site visit at

SCL and collect necessary

data required for

designing detailed

engineering and

implementation of the

system

bullVendor shall submit

design and detailed

drawings of the offered

System for review and

approval of SCL prior to

execution of work Vendor

shall implement the

system as per SCL

approved design and

drawings

bullAspirating type smoke

detectors shall be

compatible for clean room

environment in SCL This

shall be confirmed in

writing by the OEM

bullThe work shall include

supply of Aspirating type

smoke detectors High

Level Interface (HLI)

Tender No SCLPS52019E0144501 10

Gateways sounders

power supplies Aspiration

system communication

network cables Server

PCs sampling pipes and

installation of complete

Aspiration system along

with calibration and

software integration and

any other itemmaterial

required for realizing the

System meeting the

specifications

bullInstallation Testing and

commissioning of the

Aspiration smoke

detection system shall be

carried out as per the OEM

guidelines by the selected

vendor (OEM) In case the

selected Vendor happens

to be the OEMrsquos

authorized System

Integrator for this work

the implementation shall

be done as per the OEMrsquos

guidelines and under the

supervision of OEMrsquos

representative

bullDemonstrating the

performance which shall

include operation of all

Tender No SCLPS52019E0144501 11

detectors in test mode

This shall also include

creating artificial fire zone

for testing and

Annunciation of Aspiration

smoke detection system

for all faults as per SCL

requirement

bullIn view of the need for

maintaining continuity of

operations in SCLrsquos fab

minimal shutdown shall be

permitted within which

the vendor has to

complete the job

bullAny other item required

to be executed to

complete the work as per

the detailed technical

specifications

3 Period of Completion

Time allowed for

completion of the entire

work comprising of

Design detailed

engineering supply

installation testing and

commissioning of the

Aspiration smoke

Tender No SCLPS52019E0144501 12

detection system shall be

five (5) months to be

reckoned from the 7th day

of issue of the Purchase

Order by SCL The prices

shall remain firm for the

entire duration of the

contract including

extended period if any

No cost escalation shall be

applicable for the work

4 Drawings Data and

Manuals after receipt of

Purchase Order The

Vendor shall prepare and

submit following

drawingdocuments for

review and approval of

SCLrsquos concerned

Engineer(s) prior to start

of the work The Vendor

shall incorporate SCLrsquos

commentsobservations

and resubmit

drawingsdocuments

stated below for approval

bullMake type Model and

catalogue of all

components along with

technical leaflets and test

certificates etc within 15

days of receipt of the issue

Tender No SCLPS52019E0144501 13

of the Purchase Order by

SCL

bullGA drawings of

detectors Drawings

showing pipe layout and

all other equipment

forming part of the

system

bullDesign calculations for air

sampling holes spacing

orientation based upon

Factory Mutual (FM) listed

software tool

bullChecks list test to be

conduct during erection

testing amp commissioning

of the individual detectors

as per applicable

standards

bullAny other

drawingdocument

relevant to work as per

requirement

5 Deviation Any deviation

from the tendered

specifications shall be

clearly mentioned in the

Techno‐commercial bid for

SCL evaluation In case the

deviation is not acceptable

Tender No SCLPS52019E0144501 14

to SCL the Vendor shall

have to comply with the

tendered specifications

6 Electricity for installation

Electricity required for the

work shall be provided by

SCL at no charge basis to

the vendor

7 General Information The

Contractor may conduct

site visit to SCL to have a

fair assessment of the

work involved

8 Storage space Space for

storage of material

procured by the vendor

for incorporation in the

work shall be provided by

SCL within its premises

9 Safety In the course of the

work personnel working

in the system at site

should take utmost care

for their safety and work

purely at individuals

partyrsquos risk SCL will not be

responsible for any

untoward accidents for

the individual partyrsquos

working personnel The

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 10

Gateways sounders

power supplies Aspiration

system communication

network cables Server

PCs sampling pipes and

installation of complete

Aspiration system along

with calibration and

software integration and

any other itemmaterial

required for realizing the

System meeting the

specifications

bullInstallation Testing and

commissioning of the

Aspiration smoke

detection system shall be

carried out as per the OEM

guidelines by the selected

vendor (OEM) In case the

selected Vendor happens

to be the OEMrsquos

authorized System

Integrator for this work

the implementation shall

be done as per the OEMrsquos

guidelines and under the

supervision of OEMrsquos

representative

bullDemonstrating the

performance which shall

include operation of all

Tender No SCLPS52019E0144501 11

detectors in test mode

This shall also include

creating artificial fire zone

for testing and

Annunciation of Aspiration

smoke detection system

for all faults as per SCL

requirement

bullIn view of the need for

maintaining continuity of

operations in SCLrsquos fab

minimal shutdown shall be

permitted within which

the vendor has to

complete the job

bullAny other item required

to be executed to

complete the work as per

the detailed technical

specifications

3 Period of Completion

Time allowed for

completion of the entire

work comprising of

Design detailed

engineering supply

installation testing and

commissioning of the

Aspiration smoke

Tender No SCLPS52019E0144501 12

detection system shall be

five (5) months to be

reckoned from the 7th day

of issue of the Purchase

Order by SCL The prices

shall remain firm for the

entire duration of the

contract including

extended period if any

No cost escalation shall be

applicable for the work

4 Drawings Data and

Manuals after receipt of

Purchase Order The

Vendor shall prepare and

submit following

drawingdocuments for

review and approval of

SCLrsquos concerned

Engineer(s) prior to start

of the work The Vendor

shall incorporate SCLrsquos

commentsobservations

and resubmit

drawingsdocuments

stated below for approval

bullMake type Model and

catalogue of all

components along with

technical leaflets and test

certificates etc within 15

days of receipt of the issue

Tender No SCLPS52019E0144501 13

of the Purchase Order by

SCL

bullGA drawings of

detectors Drawings

showing pipe layout and

all other equipment

forming part of the

system

bullDesign calculations for air

sampling holes spacing

orientation based upon

Factory Mutual (FM) listed

software tool

bullChecks list test to be

conduct during erection

testing amp commissioning

of the individual detectors

as per applicable

standards

bullAny other

drawingdocument

relevant to work as per

requirement

5 Deviation Any deviation

from the tendered

specifications shall be

clearly mentioned in the

Techno‐commercial bid for

SCL evaluation In case the

deviation is not acceptable

Tender No SCLPS52019E0144501 14

to SCL the Vendor shall

have to comply with the

tendered specifications

6 Electricity for installation

Electricity required for the

work shall be provided by

SCL at no charge basis to

the vendor

7 General Information The

Contractor may conduct

site visit to SCL to have a

fair assessment of the

work involved

8 Storage space Space for

storage of material

procured by the vendor

for incorporation in the

work shall be provided by

SCL within its premises

9 Safety In the course of the

work personnel working

in the system at site

should take utmost care

for their safety and work

purely at individuals

partyrsquos risk SCL will not be

responsible for any

untoward accidents for

the individual partyrsquos

working personnel The

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 11

detectors in test mode

This shall also include

creating artificial fire zone

for testing and

Annunciation of Aspiration

smoke detection system

for all faults as per SCL

requirement

bullIn view of the need for

maintaining continuity of

operations in SCLrsquos fab

minimal shutdown shall be

permitted within which

the vendor has to

complete the job

bullAny other item required

to be executed to

complete the work as per

the detailed technical

specifications

3 Period of Completion

Time allowed for

completion of the entire

work comprising of

Design detailed

engineering supply

installation testing and

commissioning of the

Aspiration smoke

Tender No SCLPS52019E0144501 12

detection system shall be

five (5) months to be

reckoned from the 7th day

of issue of the Purchase

Order by SCL The prices

shall remain firm for the

entire duration of the

contract including

extended period if any

No cost escalation shall be

applicable for the work

4 Drawings Data and

Manuals after receipt of

Purchase Order The

Vendor shall prepare and

submit following

drawingdocuments for

review and approval of

SCLrsquos concerned

Engineer(s) prior to start

of the work The Vendor

shall incorporate SCLrsquos

commentsobservations

and resubmit

drawingsdocuments

stated below for approval

bullMake type Model and

catalogue of all

components along with

technical leaflets and test

certificates etc within 15

days of receipt of the issue

Tender No SCLPS52019E0144501 13

of the Purchase Order by

SCL

bullGA drawings of

detectors Drawings

showing pipe layout and

all other equipment

forming part of the

system

bullDesign calculations for air

sampling holes spacing

orientation based upon

Factory Mutual (FM) listed

software tool

bullChecks list test to be

conduct during erection

testing amp commissioning

of the individual detectors

as per applicable

standards

bullAny other

drawingdocument

relevant to work as per

requirement

5 Deviation Any deviation

from the tendered

specifications shall be

clearly mentioned in the

Techno‐commercial bid for

SCL evaluation In case the

deviation is not acceptable

Tender No SCLPS52019E0144501 14

to SCL the Vendor shall

have to comply with the

tendered specifications

6 Electricity for installation

Electricity required for the

work shall be provided by

SCL at no charge basis to

the vendor

7 General Information The

Contractor may conduct

site visit to SCL to have a

fair assessment of the

work involved

8 Storage space Space for

storage of material

procured by the vendor

for incorporation in the

work shall be provided by

SCL within its premises

9 Safety In the course of the

work personnel working

in the system at site

should take utmost care

for their safety and work

purely at individuals

partyrsquos risk SCL will not be

responsible for any

untoward accidents for

the individual partyrsquos

working personnel The

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 12

detection system shall be

five (5) months to be

reckoned from the 7th day

of issue of the Purchase

Order by SCL The prices

shall remain firm for the

entire duration of the

contract including

extended period if any

No cost escalation shall be

applicable for the work

4 Drawings Data and

Manuals after receipt of

Purchase Order The

Vendor shall prepare and

submit following

drawingdocuments for

review and approval of

SCLrsquos concerned

Engineer(s) prior to start

of the work The Vendor

shall incorporate SCLrsquos

commentsobservations

and resubmit

drawingsdocuments

stated below for approval

bullMake type Model and

catalogue of all

components along with

technical leaflets and test

certificates etc within 15

days of receipt of the issue

Tender No SCLPS52019E0144501 13

of the Purchase Order by

SCL

bullGA drawings of

detectors Drawings

showing pipe layout and

all other equipment

forming part of the

system

bullDesign calculations for air

sampling holes spacing

orientation based upon

Factory Mutual (FM) listed

software tool

bullChecks list test to be

conduct during erection

testing amp commissioning

of the individual detectors

as per applicable

standards

bullAny other

drawingdocument

relevant to work as per

requirement

5 Deviation Any deviation

from the tendered

specifications shall be

clearly mentioned in the

Techno‐commercial bid for

SCL evaluation In case the

deviation is not acceptable

Tender No SCLPS52019E0144501 14

to SCL the Vendor shall

have to comply with the

tendered specifications

6 Electricity for installation

Electricity required for the

work shall be provided by

SCL at no charge basis to

the vendor

7 General Information The

Contractor may conduct

site visit to SCL to have a

fair assessment of the

work involved

8 Storage space Space for

storage of material

procured by the vendor

for incorporation in the

work shall be provided by

SCL within its premises

9 Safety In the course of the

work personnel working

in the system at site

should take utmost care

for their safety and work

purely at individuals

partyrsquos risk SCL will not be

responsible for any

untoward accidents for

the individual partyrsquos

working personnel The

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 13

of the Purchase Order by

SCL

bullGA drawings of

detectors Drawings

showing pipe layout and

all other equipment

forming part of the

system

bullDesign calculations for air

sampling holes spacing

orientation based upon

Factory Mutual (FM) listed

software tool

bullChecks list test to be

conduct during erection

testing amp commissioning

of the individual detectors

as per applicable

standards

bullAny other

drawingdocument

relevant to work as per

requirement

5 Deviation Any deviation

from the tendered

specifications shall be

clearly mentioned in the

Techno‐commercial bid for

SCL evaluation In case the

deviation is not acceptable

Tender No SCLPS52019E0144501 14

to SCL the Vendor shall

have to comply with the

tendered specifications

6 Electricity for installation

Electricity required for the

work shall be provided by

SCL at no charge basis to

the vendor

7 General Information The

Contractor may conduct

site visit to SCL to have a

fair assessment of the

work involved

8 Storage space Space for

storage of material

procured by the vendor

for incorporation in the

work shall be provided by

SCL within its premises

9 Safety In the course of the

work personnel working

in the system at site

should take utmost care

for their safety and work

purely at individuals

partyrsquos risk SCL will not be

responsible for any

untoward accidents for

the individual partyrsquos

working personnel The

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 14

to SCL the Vendor shall

have to comply with the

tendered specifications

6 Electricity for installation

Electricity required for the

work shall be provided by

SCL at no charge basis to

the vendor

7 General Information The

Contractor may conduct

site visit to SCL to have a

fair assessment of the

work involved

8 Storage space Space for

storage of material

procured by the vendor

for incorporation in the

work shall be provided by

SCL within its premises

9 Safety In the course of the

work personnel working

in the system at site

should take utmost care

for their safety and work

purely at individuals

partyrsquos risk SCL will not be

responsible for any

untoward accidents for

the individual partyrsquos

working personnel The

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 15

vendor firmparty shall

clear all waste material

and left out material from

the site after completion

of work at his cost The

partyfirm shall treat all

materials obtained during

the work at site as SCL

property and such

materials shall be handed

over to SCL The partyfirm

shall execute the work as

per applicable safety

standards and codes

PART A General specifications‐ II

Item Specifications ‐II

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

10 Guaranteed service life

The Aspirating type smoke

detectors and accessories

shall be guaranteed for

satisfactory operation for

a period of twenty‐four

(24) months from the date

of commissioning and

acceptance of the full

system by SCL Any

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 16

defective

equipmentpart(s)

replacement and or

rectification needed for

satisfactory performance

of the system shall be

provided by the

vendorparty free of cost

including labor charges

11 Eligibility Criteria Only

those Bidders meeting the

below mentioned

eligibility criteria are

eligible to participate in

the tender

bullBidder shall be the

Original Equipment

Manufacturer (OEM) or

their authorised System

Integrator for this work

The authorised System

Integrator should have

experience in installation

of Aspirator Smoke

Detection system In case

of authorised System

Integrator the OEM shall

provide all required

technical support to them

(Authorised System

Integrator) for

implementation of the

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 17

system as per tendered

specifications and the

Scope of work and

thereafter during the

warranty period The OEM

shall also support the

installed System for

service and parts etc post

the warranty for a period

of at least seven (7) years

bullThe Authorized system

integrator of the OEM

shall submit all requisite

documents(letter of OEM

authorisation for this

work work orders

completion

certificatesetc) in

fulfilment of the above

requirement as part of

their un‐priced techno‐

commercial bid

bullOffers of the Bidders not

meeting the above

eligibility criteria shall not

be considered for

evaluation and shall be

rejected by SCL

12 Training The Vendor shall

provide basic and

advanced hands‐on

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 18

training to SCL personnel

(minimum five persons) at

SCL site on the entire

system to the satisfaction

of SCL Training shall

include operation of the

system maintenance

troubleshooting re‐

programming of Aspirating

smoke detector controllers

etc

13 Installation and

Commissioning The

Vendorparty shall strictly

follow all Clean Room

Protocols during

installation testing and

commissioning activities

Entry to the work areas

shall be restricted to the

vendorrsquospartyrsquos

authorized personnel only

The vendorparty shall

arrange at his cost shoe

covers Booties Masks

Hand Gloves etc for their

workmen supervisor(s) to

work in the Class 10 clean

room environment No

street shoes shall be

permitted in the work

area Regular cleaning of

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 19

the work spacearea by

deploying adequate

workmen and using

industrial vacuum

cleaners lint free and low

particulate Clean Room

wipes suitable for Class 10

etc shall also be the

vendorrsquos responsibility at

no extra cost to SCL All

items tools amp tackles

required for installation

and commissioning of the

work shall be arranged

and supplied by the

vendor

14 Technical Documentation

Vendor to supply four sets

of technical

documentation

containing but not limited

to the following after

completion of the

installation and

commissioning of the

System

bullHard copies of all as‐built

drawings with Softcopy in

AUTO CAD format

bullOperation Maintenance

Diagnostic Trouble

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 20

shooting manuals for

individual detectors as

requested by SCL both in

Hard and Soft formats

15 Pre‐shipment inspection

SCL at its discretion may

carry out Pre‐shipment

inspection of various

equipmentitems at the

vendorrsquospartyrsquos location

Waiver of pre‐shipment

inspection shall not

absolve the VendorParty

of any responsibility in

regard to the material

compliance to the

tendered specifications

16 Testing amp Calibation The

OEM shall carry out the

testing amp calibration of the

Aspiration smoke

detectors during the

warrenty period as

required and shall specify

the post warrenty

calibration need if any

17 Acceptance System

acceptance shall be given

upon installation and

commissioning of the

complete System and

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 21

satisfactory performance

of the entire system for a

period of 30 days

Acceptance shall also be

subject to compliance to

the requirement of

thresholds of Sensing and

response parameters as

per specifications

18 Post Acceptance The

vendor shall provide

preventive maintenance

visit every 6 months

during the warranty

period of twenty‐four (24)

months after acceptance

of system to re‐verify all

system checks delineated

in the specification As

part of visit vendor shall

carry out pipe cleaning

change of filters

reprograming carry our

system checks etc Vendor

shall also document in

writing the results of the

system checks re‐

verification etc and

submit the same to SCL

PART B Detailed technical specifications‐I

Item Specifications ‐III

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 22

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 General Technical

Specifications

bullThe envisaged system

includes highly sensitive

LASER‐based Smoke

Detectors with aspirators

connected to networks of

air sampling pipes to be

installed at a height of

about 35m from the

raised floor in the grey

areasbelow the raised

floor to optimally cover all

the spaces connectivity of

PC link High Level

Interface module

Aspirating smoke

detection system

monitoring and control

software for server and

client PCs remote alarm

annunciators

bullThe selected vendor shall

design the System

(aspirating type)

complying with the

technical specifications as

well as the Bill of

quantities Design shall

include air sampling holes

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 23

spacing orientation

suitable for very early

warning detection

configuration for

smouldering fires in SCLrsquos

ultra‐clean amp high air flow

environments The design

air flow calculations shall

be certified based on

Factory Mutual (FM) listed

air flow modulation

software tool and vendor

shall submit the design

calculations for SCLs

review and approval

2 Approvals Certifications

The Very Early Smoke

Detection System must be

Type tested approved and

listed by FM (Factory

Mutual) ndash US UL

(Underwriters

Laboratories Inc) ndash US

ULC (Underwriters

Laboratories Canada) ndash

Canada and EN 54‐20

(Class‐ABC)

3 Installation

bullInstallation of shall be in

accordance with the

guidelines of OEM

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 24

manuals matching the site

condition

bullMounting of the

Detectors at the locations

specified by SCL including

mounting accessories and

enclosures as required

bullPiping schematic shall be

installed as per simulated

drawings However while

execution in case increase

decrease in size of air

sampling holes is needed

the same shall be allowed

after submission of revised

air flow calculations based

on FM approved software

flow calculation Piping

system shall be installed

using supports including

all accessories like bends

seals reducers clamps

etc as per site

requirement

bullPiping schematic shall be

arranged in a

configuration to purge the

condensate fibrous

content in the pipe and

same shall be visible using

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 25

transparent pipe

4 Inspection of the system

Aspiration smoke

detection system installed

by the vendorParty shall

be inspected by the OEM

service engineer in the

presence of SCL

bullVisually check all pipes to

ensure that all joints

fittings bends sampling

points etc comply with

the Specification

bullChecking the limits and

values of programmed

parameters for SCLs

reference and the same

shall match with

approved

bullCheck to ensure that all

ancillary warning devices

operate as specified

bullCheck interconnection

with relay modules

sounders Aspiration

system communication

network for server and

client PC any other

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 26

interconnections if any to

ensure correct operation

5 Testing and

Commissioning of

Aspiration smoke

detection system

bullTesting and

commissioning of the

system using standard test

practices in presence of

manufacturerrsquos

representative and SCLrsquos

representative in addition

to aerosol testing all the

response values during

test shall be noted for

reference

bullAll necessary tools amp

tackles for testing and

commissioning of the

system shall be vendorrsquos

scope

bullThree (03) sets of record

of all tests results and

system calibrations shall

be submitted to in hard

copies for SCLrsquos reference

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 27

Part B‐ Aspiration System Design Requirements Description

Item Specifications ‐IV

Sl No Specifications Compliance (Yes No) Offered Specifications Remarks

1 Aspirating type detector

(Four Zone Single Zone)

bullAspirating smoke

detector shall consist of a

highly sensitive LASER‐

based aspirating type

smoke detector with an

obscuration sensitivity

range of 0005 ndash 20

obsm having latest flair

detection technology with

CMOS imager amp Photo

Diode aspirator and filter

The Laser Detection

Chamber shall be of the

mass Light Scattering type

and capable of detecting a

wide range of smoke

particle types of varying

size

bullAspirating smoke

detector shall be modular

with monitoring LCD

Display and a sounder The

features of the detector

shall include programming

of four smoke threshold

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 28

alarm levels corresponding

to Alert Action Fire 1 and

Fire 2 time delays and

faults including airflow

detector power filter and

network as well as an

indication of the urgency

of the fault The threshold

alarm levels shall be field

programmable at

sensitivities ranging from

0005 ndash 20

obscurationm as per site

requirement

bullAspirating smoke

detector shall be approved

as per EN 54‐20 for 80 no

of class A holes at 0015

obsm for single zone

detector and 40 no of

class A hole at 008

obsm for 4 zone detector

bullAspirating smoke

detector shall be equipped

with minimum seven (7)

configurable relay outputs

(dedicated against the

built in field

programmable alarm

levels) rated 2A at 30V DC

with 0‐60s time latch for

remote indication

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 29

switching of alarm and

fault conditions

bullAspirating smoke

detector shall have a flow

sensor at pipe inlet built

in auto clean laser

chamber mechanism to

keep optics safe amp long

lifeHigh efficiency field

replacable aspirator self‐

monitoring for filter

contamination and

provide airflow faults

bullAspirating smoke

detector shall have built in

TCP‐IP port two wire RS‐

485 port for monitoring as

required for

intercommunications amp

alarm relaying

bull The assembly shall have

built‐in event and smoke

logging It shall store

smoke levels alarm

conditions operator

actions and faults The

date and time of each

even shall be recorded

Each detector (zone) shall

have built in referencing

capability to communicate

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 30

with fresh air monitoring

reference aspiration unit

and be capable of storing

up to 20000 events

without requiring external

display

bull The detector shall be

designed to detect

smouldering fires early

and shall be equipped with

a two‐stage disposable

filter cartridge The filter

stage shall be capable of

removing more than 99

of contaminant particles of

size 03 microns or larger

to provide a clean air

barrier around the

detectorrsquos optics to

prevent contamination

and increase service life

bullThe detector shall report

any fault on the unit by

using configurable fault

output relays and

Aspiration system (OEM

make) manager software

bullDisplay module located

within the detector shall

be of LCD type or better

segment bar graph or

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 31

better with indicators for

smoke level and smoke

level bar‐graph alarm and

fault thresholds

percentage airflow and

filter life used

bullDisplay shall be provided

with pushbuttons

supporting the following

features

a ModeTest ‐ Scrolls

through the information

on the Displayrsquos digital

display Sensitivity (Fire 1

amp 2 Threshold setting)

current smoke level Zone

number and First Alarm

Sector

b SilenceScan ‐ Silences

all devices on the system

c Reset ‐ Unlatches all

latched alarm conditions

on the assigned zone

d Isolate ndash Isolates the

individual zone (inhibits

Alarm and Fault relays and

initiates the Isolate relay)

2 Aspiration Detectors

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 32

Communication Network

bullSupply and laying of two

core twisted pair shielded

RS485 communication

cable for aspiration system

network for

communication loop of

detectors HLI common

relay notification module

as required detailed as

per attached annexure‐II

Laying in 25 mm FRPVC

conduit along with

supports for indoor

installation and 20mm GI

conduit for outdoor

installations including

excavation and soil

refilling the same along

with supporting

accessories as required

bullSupply and

commissioning of any

auxiliary cables for

network interfacing

required shall be provided

by vendor

bullThe network shall be

capable of being

configured in a fault

tolerant loop for both

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 33

short circuit and open

circuit Any

communication fault shall

be reported in the fault

messages

bullThe two wire

communication loop must

provide a robust bi‐

directional communication

network between devices

even allowing continued

operation during single

point wiring failures The

communication should

allow for system

programming for a single

location forming the basis

of modular nature

bullVendor shall design

network architecture to

interface all Aspirating

type smoke detectors

common alarm relay

modules HLI through

Aspiration system (OEM

make) management

software for one (01) no

of server PC and Two (02)

no of client PCs as per

requirement of SCL

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 34

3 High Level Interface (HLI)

Gateway Supply

installation testing and

commissioning of wall

mounted High Level

Interface (HLI)

Compatible Gateway

including mounting

enclosure (if any) with

built in aspiration system

communication network

interface socket card for

interfacing Server and

client PCs with Aspiration

system communication

network Scope includes

supply and commissioning

of all auxiliary cables

required for interfacing

PCs with HLI and the

interface shall have a

capability for seamless

data transfer on networks

of Aspiration smoke

detection devices up to

200 or better as per

requirement of SCL

4 Aspiration system

management software

The software shall include

full licence key for 01 no

of server PC and 02 no of

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 35

clients with PC Multi‐level

password control to

monitor configure and

control the following

features via Aspiration

system communication

loop including screen

development as per actual

installation

bullAspiration system

management software

shall allow users to create

an off‐line configuration

and configure the system

when on site

bullProgramming of any

device on the aspiration

system network viewing

of the status of any device

in the system adjustment

of the Setting of daynight

weekend and holiday

sensitivity threshold

settings

bullProgramming of latching

or non‐latching relay

operation high and low

flow settings for airflow

supervision aspirator

speed control

maintenance intervals and

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 36

alarm thresholds of

detector

bullThe software must be

easy to use and has been

designed to provide the

operator the complete

control The user friendly

inter face must allow the

user to quickly access and

respond to system events

all from one convenient

location with full control

and programming

functionality

bullCollection of data in the

form of report or graphical

format real‐time and

historical data over

LANWAN for the

Aspiration smoke

detection system

connected via Aspiration

system communication

network

bullResponse notification via

SMSE‐mail as per

requirement and alarm

paging over email if

connected to an email

server for immediate

information about systems

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 37

status

bullGraphical representation

of smoke level Smoke

trending analysis to

compare smoke level

across the system Exact

detail about the location

zone and device involved

in the event smart user

friendly operator controls

for trouble free operation

bull Following faults shall be

reported on Server PC via

Aspiration system

management software

a Detector

b Air flow

c Filter

d System

e Zone

f Network

g Power

h Urgent (Urgent faults

indicate the unit may not

be able to detect smoke)

i Minor faults (Minor

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 38

faults shall be considered

as servicing or

Maintenance signals)

5 Specifications of Server

PC Vendor shall supply

Industrial grade server PC

with licensed latest

version of windows

operating system

compatible with

Aspiration system

management (Master

System Manager Graphical

monitoring amp control

Software) software

bullThe processor should be

minimum 1 GHZ 64 bit

bullRAM Memory Preferred

4GB minimum 2GB

bullHard Disk minimum 1 by

500GB system disk

bullDisplay Preferred Dual

Monitor Graphics card

with 256MB memory

Minimum single Monitor

Graphics card with 128MB

memory

bullNetwork Preferred

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 39

100Mbitss

bullPeripherals DVD‐ROM

drive

bullNine pin serial

portcompatible ports for

connectivity to aspiration

system communication

network shall be built in

6 Common Relay Modules

Vendor shall supply install

and program common

alarm relay modules rated

24V DC including

interfacing with aspirating

smoke detection system

network and for

notification through

buzzer for faults in any

detector of the Aspiration

system as per requirement

of SCL including

installation of power

supply module if any as

per site requirement

7 DC Power Supply for

detectors The system

shall be powered from a

regulated supply rated

24V DC 5A output with

adjustable DC range

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 40

designed for single phase

240 V AC input including

fixing of Enclosure for DC

power supply 6A DP RCBO

and appropriate power

socket nearby Aspiration

detector as per

requirement of SCL Single

phase 240 V AC single

phase 240 V AC POC

Vendor Specified Terms

Description Vendor Terms

1Delivery Term

For imported stores prices shall be quoted on F O R nearest

InternationalGateway airport basis

For indigenous stores prices shall be quoted on F O R destination

basis ie S C L S A S Nagar Mohali Punjab exclusive of GST and taxes

as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 41

Finance Department of Revenue Notification No 472017 Integrated

Tax (Rate) both dated 14th November 2017 respectively and would

accordingly issue Exemption Certificate in favour of the contractor

quoting in Indian Rupees The bidder should take note of the same

while quoting the prices in Indian Rupees

3 For imported materials Purchaser is entitled to issue Customs duty

exemption certificate (CDEC) to the contractor under customs

notification no5196 dated 23071996 and subsequent amendments

to enable the contractor to avail off the benefit of concessional rate of

customs duty under this notification CVD under this notification is nil

In addition to the above CDEC any documentary support requested by

the contractor from the purchaser for customs clearance of goods

against the above CDEC shall be provided by the purchaser

(Purchaser will provide Customs Duty Exemption Certificate in case of

Import Orders imported supplies High Sea Sales)

4 PRICES

Tender offering firm prices will be preferred Where a price variation

clause is insisted upon by a tenderer quotation with a reasonable

ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of

tendering and also the formula for any such variations

5 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of

the entire works shall be 05 (Five) months to be reckoned form the 7th

day of issue of purchase order by SCL

6 IMPORTANT

This being a two part Tender‐Technical and Commercial parts

separate the bidder should not attach any document(s) containing

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 42

pricing information with technical part The Contractor will provide Un‐

priced commercial offer in envelope 1 (Technical Part) as an

attachment

The tenders containing price information in Technical Part will be

treated as unsolicited offers and rejected Contractor to confirm that

Price bid is not attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope‐2

(Price Bid) under Supporting Documents from Vendor (Commercial) as

an attachment

7 The prices shall remain firm for the entire duration of the contract

including extended period if any No cost escalation shall be applicable

for the work

8 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security

deposit for ten percent (10 percent) of the value of the Contract within

15 days from the date of purchase order If the Contractor fails

toprovide the security within the period specified such failure shall

constitute a breach of the Contract and the Purchaser shall be entitled

to make other arrangements for the re‐purchase of the stores

contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers

Cheque fixed deposit receipt or Bank Guarantee from any of the

Scheduled Banks executed on non‐judicial stamp paper of appropriate

value and shall be valid for a period of sixty (60) days beyond the date

for completion of the Purchase OrderContract

c) In case the contractor fails to furnish the security deposit within the

specified date or extended due date the Purchase OrderContract

shall be cancelled and in addition appropriate penal action may also

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 43

be considered

d) After the Purchase OrderContract is successfully executed in all

respects the Bank Guarantee towards Security Deposit may be

discharged and retained amount shall be refunded to vendors

e) In the event of non‐execution of the Purchase orderContract or

breach of any terms and conditions of the Purchase Order the Security

Deposit shall be forfeited

9 Warranty

The Contractor shall provide for the tendered job comprehensive

warranty for parts as well as labour for a period of 24 months from the

date of successful installation commissioning and testing of the

system at Purchasers site at no extra charges against any

manufacturing defectfaulty workmanship In case any defect arises

during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

10 Warranty Replacements

All replacement parts during the warranty period shall be supplied by

the Contractor free of cost on DDP (Delivery Duty paid) basis with

freight and insurance upto Purchaser site at S A S Nagar Punjab and

customs duty applicable in India to the Contractor account including

compliance with the customs procedure in India The indigenous

replacement parts if any shall be supplied by the Contractor free of

cost on F O R Purchaser site at S A S Nagar Punjab basis

11 POST WARRANTY SYSTEM SUPPORT

Contractor shall also support the installed system for services and

parts etc post the warranty for a period of at least 7 years after the

expiry of warranty period

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 44

12 TERMS OF PAYMENT IN CASE OF OVERSEAS SUPPLIERS

Being a Department of the Government of India the normal terms of

payment are by Sight Draft However other terms of payment like

establishment of Letter of Credit may be considered by the Purchaser

on such terms and conditions as may be agreed upon The payment

shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

All LC extension charges in the LC referred to above beyond the agreed

upon delivery period or the amendments to be made in the LC for

reasons attributable to the Contractor shall be to the Contractor

account

Indian agent remunerationservice charge shall be payable by the

Purchaser directly to the Indian agent in Indian Rupees based on T T

buying rate of exchange prevailing on the date of placement of

purchase order within 30 days of acceptance of equipment at

purchaser site

The Sight DraftLetter of Credit will be operative on presentation of

the under mentioned documents

a) Original Bill of Lading Airway Bill

b) Commercially certified invoices describing the stores delivered

quantity unit rate and their total value in triplicate The invoice

should indicate the discounts if any and Agency Commission

separately

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 45

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate wherever applicable

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less

than those entered in the invoices and the quality of the Stores are

guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates as applicable

13 TERMS OF PAYMENT IN CASE OF INDIGENOUS SUPPLIER[S]

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days

of the receipt of the materials at purchaser site and the balance 10

amount along with 100 installation charges shall be payable on

successful installation commissioning and acceptance of the entire

project at Purchasers site against a Performance Bank Guarantee

14 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by

purchaser) from any nationalized scheduled bank for an amount

equivalent to 10 of the value of the Contract and shall be valid for a

period of 60 days beyond the expiry date of warranty period On the

performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

15 VALIDITY

The tender must be valid for a minimum period of 120 days from the

date of opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 46

specified in the tender enquiry shall be excluded from the

procurement process

16 Quantity Variation

The quantities indicated against each items in the Bill of Quantities

(BOQ) are indicative and are for the purpose of bidding only Variation

in quantities up to +25 percent shall be carried out by the contractor

on the agreedPurchase order (PO) rates and terms amp conditions as in

the purchase order (PO)

17 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order

shall be deemed to be the essence of the Contract Delivery must be

completed within the date specified therein

18 Extra Items

In case of extra items (that are completely new and are in addition to

the items contained in the contract) the contractor may claim rates

supported by proper analysis and purchaser engineer‐in charge of the

work shall after giving consideration to the analysis of the rates

submitted by the contractor determine the rates on the basis of

market rates and the contractor shall be paid in accordance with the

rates so determined The contractor(s) profit amp OH shall be factored in

the rate analysis 15

19 MODE OF DESPATCH

Stores should be despatched through Indian forwarder nominated by

the purchaser whose contact details shall be indicated in the purchase

order

20 PORT OF ENTRY

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 47

IGI Airport New Delhi

21 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

22 SHIPPING MARKS

The mark on the shipping documents such as invoice Air Way Bill on

the packages should be as follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SEMI‐CONDUCTOR LABORATORY

DESTINATION SECTOR 72 S A S NAGAR (MOHALI) PUNJAB INDIA

23 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the

tendered stores as per Purchaser tendered specifications shall be

carried out by the Contractor at Purchaser site at S A S Nagar Punjab

India

The Contractor shall provide in advance guidelines for preparation of

the installation site and list of items to be supplied by Purchaser during

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 48

installation

On receipt of intimation from the Purchaser the Contractor shall

depute its engineer(s) to Purchaser site within two weeks to carry out

installation and commissioning and will demonstrate the functionality

of the tendered equipment to Purchaser specifications as per mutually

agreed acceptance procedure The Contractor shall be responsible for

any lossdamages sustained due to delay on the part of the Contractor

to send its engineer for installation and commissioning

Failure to commission the tendered equipment successfully shall

entitle Purchaser to full refund of the payment made and the interest

thereon Decision regarding successful installation and commissioning

shall rest solely with the Purchaser

24 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit

the Purchaser shall give notice to the Contractor setting forth

particulars of such stores damaged or lost during transit The

replacement of such stores shall be effected by the Contractor within a

reasonable time to avoid unnecessary delay in the intended usage of

the Stores In case the purchaser agrees the price towards

replacement items shall be paid by the purchaser on the basis of

original price quoted in the tender or as reasonably worked out from

the tender

25 REJECTION

In the event that any of the stores supplied by the Contractor is found

defective in material or workmanship or otherwise not in conformity

with the requirements of the Contract specifications the purchaser

shall either reject the stores or request the Contractor in writing to

rectify the same The Contractor on receipt of such notification shall

either rectify or replace the defective stores free of cost to the

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 49

purchaser If the Contractor fails to do so the purchaser may at his

option either

a) replace or rectify such defective stores and recover the extra cost so

involved from the Contractor or

b) terminate the Contract for default as provided in this tender

document

26 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force

majeure such as acts of god acts of public enemy acts of Government

fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the

purchaser in writing of his claim for an extension of time The

purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract

27 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in

the Contract or any extension thereof the purchaser shall recover

from the Contractor as liquidated damages a sum of one half of one

percent (05 percent) of the Contract price of the undelivered stores

for each calendar week of delay The total liquidated damages shall not

exceed ten percent (10 percent) of the Contract price of the unit or

units so delayed Stores will be deemed to have been delivered only

when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered Delivery of

stores shall be complete on Installation commissioning Testing and

Acceptance

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 50

28 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable

times during manufacture to inspect examine and test on the

Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being

manufactured on other premises the Contractor shall obtain for the

purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises

Such inspection examination and testing shall not release the

Contractor from the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub‐

Contractors the Contractor shall provide free of cost assistance labour

material electricity fuel and instruments as may be required or as may

be reasonably needed by the purchasers representative to carry out

the tests efficiently

When the stores have passed the specified test the purchaser

representative shall furnish a certificate to the effect in writing to the

Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

29 PACKING

a) The Contractor wherever applicable shall pack and crate all stores

for sea airroad shipment as applicable in a manner suitable for

export to a tropical humid climate in accordance with internationally

accepted export practices and in such a manner so as to protect it from

damage and deterioration in transit by road rail air or sea The

Contractor shall be held responsible for all damages due to improper

packing

b) The Contractor shall ensure that each box unit of shipment is

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 51

legible and properly marked for correct identification The failure to

comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment

from the port of embarkation as well as the expected date of arrival of

such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information

concerning the weight size content of each packages etc

e) Trans shipment of equipment shall not be permitted except with the

written permission of the purchaser

f) Apart from the despatch documents negotiated through Bank the

following documents shall also be airmailed to the purchaser within 7

days from the date of shipment by sea and within 3 days in case of air

consignments

i) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two

non negotiable copies)

ii) Invoice (3 copies)

iii) Packing List (3 copies)

iv)Test Certificate (3 copies)

v) Certificate of Origin wherever applicable

The Contractor shall also ensure that one copy of the packing list is

enclosed in each case 31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 52

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained31 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 53

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

30 ARBITRATION

In the event of any disputes differences or claims arising out of or

relating to the interpretation and application of the Contract such

disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and

recognizing their mutual interests attempt to reach a solution

satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the

existence of such disputes then the unresolved disputes or

differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the

rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic

and International) as per its rules and regulations The expenses for the

Arbitration shall be shared equally or as may be determined by the

Arbitrator The considered and written decision of the Arbitrator shall

be final and binding between the Parties The applicable language for

Arbitration shall be English only Work under the Contract shall be

continued by the CONTRACTOR during the pendency of arbitration

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 54

proceedings without prejudice to a final adjustment in accordance

with the decision of the Arbitrator unless otherwise directed in writing

by the DEPARTMENT or unless the matter is such that the works

cannot be possibly continued until the decision (whether final or

interim) of the Arbitrator is obtained

31 Post Acceptance The vendor shall provide preventive maintenance

visit every 6 months during the warranty period of twenty‐four (24)

months after acceptance of system to re‐verify all system checks

delineated in the specification As part of visit vendor shall carry out

pipe cleaning change of filters reprogramming carry our system

checks etc Vendor shall also document in writing the results of the

system checks re‐verification etc and submit the same to SCL

32 Any Other Term

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 55

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab

Range

Qty UOM Currency Unit Price Total Price

Supply of conventional

Laser‐Based Very Early

Warning Aspirator Smoke

Detection system with 4

pipe inletssingle zone

coverage area of 2000 m2

or bettercapable of

supporting linear pipe

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 56

Supply of individual pipe

zone addressable Laser‐

Based Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

flow environment for very

early detection of smoke

in high dilution and high air

changes environment

Make

XtralisICAMSystem

SensorNotifier

‐ 2 No ‐ ‐ ‐

Supply of Aspiration

system OEM make (same

make as the aspirating

smoke detectors) Master

System Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 57

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Supply of High Level

Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with Aspirating

type smoke system

detectors over two wire

communication network

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Supply of Common alarm

relay module 24 V DC

operated capable of

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 58

communicating directly on

the aspiration detector

communication network

over two core wire for fire

alarm annunciation at a

location specified by SCL

detailed as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Supply of power supply

unit suitable to operate on

230 volts AC mains input amp

provide 24 to 30 volt DC

5A output for powering up

the detector detailed as

per attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Supply of UL Listed 24 V

DC operated conventional

alarm sounder with built in

strobe for annunciation

including configuration of

the sounder with

Aspirating type smoke

detectors detailed as per

attached specifications

Make Honeywell Agni

ICAM System

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 59

SensorNotifierBosch

Supply of UPVC Grade

CPVC grade fire rated air

sampling pipe of matching

size with the standard inlet

port of aspirating type

early warning smoke

detectors heavy duty

schedule 40 with all

required T‐jointsbends

sampling ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral

KisanJindalAKGGenex

‐ 3000 MTR ‐ ‐ ‐

Supply of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS un‐

armoured cable for two

core wire communication

(equivalent to RS 485

‐ 1800 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 60

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

Supply of 2Cx 15 sq mm

tinned copper XLPE

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 61

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Supply of indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS outer sheathed un‐

armoured cable complete

with connecting terminals

and self threaded glands as

per the requirement of

SCLMake Lapp Dowells

3M Hex

‐ 30 No ‐ ‐ ‐

Supply of all in one type

industrial grade server PC

with minimum 21 inch LCD

LED screen 1TB hard disc

amp 8 GB RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 62

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

Supply of all in one type

client PC with minimum 21

inch LCD LED screen

500GB hard disc amp 4 GB

RAM quad core i7

processor (sixth generation

or latest) with original

latest version windows OS

MS Office etc complete

with keyboard amp mouse as

required for Aspiration

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

‐ 2 No ‐ ‐ ‐

Installation testing and

commissioning of of

conventional Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

single zone coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

‐ 8 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 63

length of minimum 100Mtr

per pipe inlet with

aggregate capacity of 400

meters for all four inlets

support to 80 Nos of

very early warning Class A

air sampling points in a

very high air flow

environment for very early

detection of smoke in high

dilution and high air

changes

environmentMakeXtralis

ICAMSystem

SensorNotifier

Installation testing and

commissioning of

individual pipe zone

addressable Laser‐Based

Very Early Warning

Aspirator Smoke Detection

system with 4 pipe inlets

minimum coverage area

of 2000 m2 or

bettercapable of

supporting linear pipe

length of minimum 50Mtr

per pipe with aggregate of

200 meters for all four

inlets support to 40 Nos

of EN54 Class A sampling

points in a very high air

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 64

flow environment for very

early detection of smoke

in high dilution and high air

changes

environmentMake

XtralisICAMSystem

SensorNotifier

Installation testing and

commissioning of

Aspiration system OEM

make (same make as the

aspirating smoke

detectors) Master System

Manager Graphical

monitoring amp control

Software including

development of screen as

required for all the areas

for accessing from one (01)

Noof server PC and two

(02)Nos of client PCs

inbuilt text to speech

conversion facility with a

provision to support SMS

notification amp Email

connectivity for Aspirating

type smoke detectors

management using Server

and client PCs on a

windows based platform

as per SCL site

requirement detailed as

‐ 1 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 65

per attached

specifications Make

Xtralis ICAM System

SensorNotifier

Installation testing and

commissioning of High

Level Interface (HLI)

Compatible Gateway for

interfacing Server and

client PCs with VESDA

system detectors through

VESDA net for interfacing

Server and client PCs with

Aspirating type smoke

system detectors over two

wire communication

network detailed as per

attached

specificationsMake Xtralis

ICAM System

SensorNotifier

‐ 3 No ‐ ‐ ‐

Installation testing and

commissioning of

Common alarm relay

module 24 V DC operated

capable of communicating

directly on the aspiration

detector communication

network over two core

wire for fire alarm

annunciation at a location

specified by SCL detailed

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 66

as per attached

specificationsMake Xtralis

ICAM System

SensorNotifier

Installation of power

supply unit suitable to

operate on 230 volts AC

mains input amp provide 24

to 30 volt DC 5A output

for powering up the

detector detailed as per

attached

specificationsMake Allen

bradly Siemens

Schneider ABB

‐ 13 No ‐ ‐ ‐

Installation testing and

commissioning of UL

Listed 24 V DC operated

conventional alarm

sounder with built in

strobe for annunciation of

matching size with the

standerd inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T joints

bends sampling ports

including all accessories as

per site requirement

including pipe supports

and associated accessories

‐ 12 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 67

as required detailed as per

attached

specificationsNote

Minimum linear length of

individual pipe shall be 3

MtrsMake Astral Kisan

Jindal AKG Genex

Installation testing and

commissioning of UPVC

Grade CPVC grade fire

rated air sampling pipe of

matching size with the

standard inlet port of

aspirating type early

warning smoke detectors

heavy duty schedule 40

with all required T‐

jointsbends sampling

ports including all

accessories as per site

requirement including

pipe supports and

associated accessories as

required and detailed as

per attached

specifications

Note Minimum linear

length of individual pipe

shall be 3 Mtrs

Make Astral ‐ 3000 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 68

KisanJindalAKGGenex

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable for two core wire

communication

(equivalent to RS 485

communication loop) as

required for interfacing

detectors and other

devices as per requirement

of SCL laying below raised

floor inside the Fab

building in 25 mm ISI mark

FRPVC along with all

supporting accessories as

per requirement of

SCLNote Item includes

supply of both cable

ampFRPVC conduit and laying

the same as detailed in

attached

specificationsMake KEI

Havells PolycabRPGLapp

‐ 1800 MTR ‐ ‐ ‐

Laying of 2Cx 15 sqmm

tinned copperXLPE

insulated twisted pair

screened FRLS outer

sheated un‐armoured

cable tinned copper XLPE

‐ 300 MTR ‐ ‐ ‐

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 69

insulated twisted pair

screenedFRLS un‐

armoured cable for 2 core

wire communication

required for interfacing

detectors and other

devices as per requirement

of SCLlaying under ground

in 20 mm ISI mark GI

conduit including

excavation of the soil and

refilling the same as per

requirement of SCL

detailed as per attached

specificationsNoteItem

includes supply of both

cable amp GI conduit and

laying the same in

groundMakeKEIHavells

PolycabRPGLapp

Making indoor end

termination for 2Cx 15

sqmm tinned

copperXLPE insulated

twisted pair screened

FRLS un‐armoured cable

complete with connecting

terminals and self

threaded glands as per the

requirement of SCLMake

Lapp Dowells 3M Hex

‐ 30 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 70

Installation testing and

commissioning of of all in

one type industrial grade

server PC with minimum

21 inch LCD LED screen

1TB hard disc amp 8 GB RAM

quad core i7 processor

(sixth generation or latest)

with original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspirating

detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

requiredMake Dell HP

IBM Lenovo think centre

‐ 1 No ‐ ‐ ‐

Installation testing and

commissioning of all in one

type client PC with

minimum 21 inch LCD

LED screen 500GB hard

disc amp 4 GB RAM quad

core i7 processor (sixth

generation or latest) with

original latest version

windows OS MS Office

etc complete with

keyboard amp mouse as

required for Aspiration

‐ 2 No ‐ ‐ ‐

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445

Tender No SCLPS52019E0144501 71

Detectors OEM make

Master System Manager

Graphical monitoring amp

control Software as

required at client

locationsMake Dell HP

IBM Lenovo think centre

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • tndr_notc_1445
  • tndr_doc_1445